You are on page 1of 256

FOR OFFICIAL USE ONLY

ºÉiªÉ¨Éä´É VɪÉiÉä

GOVERNMENT OF MAHARASHTRA

SOIL AND WATER CONSERVATION DEPARTMENT

MAHARASHTRA WATER CONSERVATION CORPORATION,


AURANGABAD

ADDITIONAL COMMISSIONER WATER CONSERVATION AND


CHIEF ENGINEER,
SOIL AND WATER CONSERVATION REGIONAL AREA, PUNE

SUPERINTENDING ENGINEER AND


REGIONAL WATER CONSERVATION OFFICER,
SOIL AND WATER CONSERVATION DEPARTMENT, THANE

EXECUTIVE ENGINEER AND DISTRICT WATER CONSERVATION


OFFICER,
SOIL AND WATER CONSERVATION DEPARTMENT, RAIGAD

NAME OF WORK :- CONSTRUCTION OF GATED CEMENT


CONCRETE BANDHARA AT MORONDE
(BANDHAN) & BELOSHI (KALDARI) TAL:
ALIBAG DIST: RAIGAD

ESTIMATED TENDER COST Rs. 6950379/-


NAME OF WORK : CONSTRUCTION OF GATED CEMENT
CONCRETE BANDHARA AT MORONDE
(BANDHAN) & BELOSHI (KALDARI) TAL:
ALIBAG DIST: RAIGAD
Administrative Approval महारा जलसंधारण महामंडळ, औरं गाबाद
Order No. & Date : िनणय . ज.सं.यो./ .मा./ . . 6043 / 993 िद. 09.05.2022
Amount : Rs. 77.19 ल .
Technical Sanction मा. िज हा जलसंधारण अिधकारी, मृद व जलसंधारण िवभाग, ठाणे
Order No. & Date : Office Order No. 58 PB- 2/1713 /2022 , dated. 12/05/2022
Total Amount : Rs. 71.33 ल .

Cost Put to Tender : Rs. 6950379/-


DTP Prepared by DTP Submitted for Approval

(Water Conservation Officer) Sub-Divisional WC Officer


Soil And Water Conservation Soil And Water Conservation
Sub-Division, Kolad Sub-Division, Kolad

Checked by Technically Checked by DTP Recommended Approval

Accounts Officer Water Conservation Officer Executive Engineer &


Soil And Water Conservation Soil And Water Conservation District Water Conservation Officer
Department, Raigad Department, Raigad Soil And Water Conservation
Department, Raigad

Technically Checked By Recommended Approval

Water Conservation Officer Superintending Engineer &


Soil And Water Conservation Regional Water Conservation Officer
Department, Thane Soil And Water Conservation
Department, Thane

Signature of contractor No. of corrections Executive Engineer


DISCLAIMER

1. Detailed Time Table for the various activities to be performed in e-tendering


process by the tenderer for quoting his offer is given in this Tender Document
under “ Tender Schedule “. Contractor should carefully note down the cut-off dates
for carrying out each e-tendering process / activity.

2. Every effort is being made to keep the website up to date and running smoothly 24
x 7 by the Government and the Service Provider. However, Government takes no
responsibility and will not be liable for the website being temporarily unavailable
due to any technical issue at any point of time.

3. In that case mentioned above, Soil and Water Conservation Department will not be
liable or responsible for any damages or expenses arising from any difficulty, error,
imperfection or inaccuracy with this website. It includes all associated services or
due to such unavailability of the website or any part thereof or any contents or any
associated services.

4. Tenderers must follow the time table of e-tendering process and get their activities
of e-tendering processes down well in advance so as to avoid any inconvenience
due to unforeseen technical problem if any.

5. Soil and Water Conservation Department will not be responsible for any incomplete
activity of e-tendering process of the tenderer due to technical error / failure of
website and it cannot be challenged by way of appeal , arbitration and in the Court
of Law. Contractors must get done all the e-tendering activities well in
advance.

Signature of contractor No. of corrections Executive Engineer


ºÉiªÉ¨Éä´É VɪÉiÉä
GOVERNMENT OF MAHARASHTRA
SOIL AND WATER CONSERVATION DEPARTMENT

Regional office : Superintending Engineer and Regional Water


Conservation Officer, Soil and Water Conservation
Department, Thane

District office : District Water Conservation Officer, Soil and Water


Conservation Department, Raigad
Name of Work CONSTRUCTION OF GATED CEMENT
CONCRETE BANDHARA AT MORONDE
:
(BANDHAN) & BELOSHI (KALDARI) TAL:
ALIBAG DIST: RAIGAD

Estimated cost put to : Rs. 6950379/-


Tender

Accepted Tender Cost : Rs. /-

Security Deposit (2%) : Rs. 140000/-

Name of the contractor :


and address

Percentage above/below :

Date of work order :

Stipulated time of : 12 Calendar months (including Monsoon)


completion

Tender accepted under : Date


No.

By –

Signature of contractor No. of corrections Executive Engineer


INDEX
NAME OF WORK :- CONSTRUCTION OF GATED CEMENT
CONCRETE BANDHARA AT MORONDE
(BANDHAN) & BELOSHI (KALDARI) TAL:
ALIBAG DIST: RAIGAD

Sr. Contents Page Number


No. From To

1 Online Tender Schedule, Brief Tender Notice


(Marathi and English Schedule)

2 Detailed Tender Notice

3 Additional Instruction for the Tenderer

4 Qualification Documents Required

5 General Description of Proposed Work

6 B -1 Tender Form

7 Schedule "A"

8 Schedule "B"

9 Construction Programme

10 Letter of Transmittal and Bid Forms

11 ANNEXURES

12 General Conditions of Contract

13 Special Conditions of Contract

14 General Specifications

15 Drawings

Signature of contractor No. of corrections Executive Engineer


1

मृद व जलसं धारण िवभाग


िज हा जलसं धारण अिधकारी, मृद व जलसं धारण िवभाग, रायगड-४०२ २०१
ई-मेल प ा – dwcoraigad@gmail.com दूर वनी मांक – 9867003355,8149466941

िज हा जलसं धारण अिधकारी, मृद व जलसं धारण िवभाग,कळवा ठाणे हे महारा जलसं धारण
महामं डळ, औरं गाबाद यांचेकडे न दणीकृत वैध स म कं ाटदारांकडू न खालील कामांकिरता ब-१
नमु यातील िनिवदा ई-िनिवदा णाली ारे (ऑनलाईन) िनिवदा मागिवत आहे त. िनिवदा कागदप े िद.
08/02/2023 (11:00 वा.) पासून उपल ध आहे त. अिधक मािहतीसाठी http://mahatenders.gov.in
या संकेत थळाला भेट ावी.

कामाचे नांव - मौजे मोर डे (बांधन) व बेलोशी (कालदारी) ता. अिलबाग


िज रायगड येथे गे टेड िसमट कॉ
ं ीट बंधारा बांधणे
अंदािजत कमत . 6950379/-
िनिवदा शु क . 2000 + 360 (18% जीएसटी) = . 2360/-
बयाना र कम . 70000/-
ई-िनिवदा उपल ध कालावधी - िदनांक 08/02/2023 ते 22/02/2023
िनिवदा उघडणे (तांि क िलफाफा) - िदनांक 27/02/2023 श य झाले स.

िनिवदा शु क व बयाना र कम ऑनलाईन पेमट प दतीने च वीकारले जाईल.

िनिवदा ि या पो ट वॉिलिफकेशन ायटे िरया प दतीने राबिवली जाईल.

अट असलेली िनिवदा वीकारली जाणार नाही.

िनिवदा उघड याची तारीख व वेळेनुसार कं ाटदाराने वत: कवा या या अिधकृत ितिनधीने
उप थत रहावे अ यथा िनिवदा उघड यानं तर कोणतीही त ार वीकारली जाणार नाही.

िनिवदा वकार याचा अथवा नाकार याचा अिधकार स म ािधकारी यांनी राखून ठे वला आहे .

िनिवदे बाबतची सिव तर मािहती http://mahaetenders.gov.in या सं केत थळावर तसे च


सिव तर िनिवदा सूचना िज हा जलसं धारण अिधकारी, मृद व जलसं धारण िवभाग, रायगड यांचे
काय लयातील सूचना फलकावर उपल ध आहे .

िज हा जलसं धारण अिधकारी,


मृद व जलसं धारण िवभाग,
2

GOVERNMENT OF MAHARASHTRA
SOIL AND WATER CONSERVATION DEPARTMENT

Office of the District Water Conservation Officer, Soil and Water Conservation
Department, Raigad
E-mail – dwcoraigad@gmail.com Telephone No. – 9867003355,8149466941

E-Tender Notice No. 01 for the Year 2022-23


Online E-Tender in percentage Rate (B1) form for the below mentioned work is invited from the
capable contractors registered with Maharashtra Water Conservation Corporation, Aurangabad
with due validity for registration by District Water Conservation Officer, Soil and Water
Conservation Department, Raigad The blank B-1 Tender Documents in e- tender form are
available on website from 08/02/2023 (11:00 hrs) for details see the website :
http://maharatenders.gov.in

Name of Work - CONSTRUCTION OF GATED CEMENT CONCRETE


BANDHARA AT MORONDE (BANDHAN) & BELOSHI
(KALDARI) TAL: ALIBAG DIST: RAIGAD
Estimated Tender Cost - Rs. 6950379/-

Tender Fee - Rs. 2000 + 360 (18% GST ) = Rs. 2360/-


EMD Amount - Rs. 70000/-
E-Tender Download Period - From 08/02/2023 To 22/02/2023
Tender Opening Date - 27/02/2023 (if possible)
(Technical Envelope)

1. Blank Tender form fee & Earnest Money Deposit (EMD) shall be deposited or transferred through
payment gateway for bidder by internet banking only. The scanned copy of the same shall be uploaded
along with the tender document.
2. Post Qualification Criteria is applicable for this Tender.
3. Conditional Tenders will not be accepted and shall be rejected outright.
4. Contractor or his authorised representative should present at the time and date of Tender opening,
otherwise no complaint will be accepted after tender opening.
5. Rights are reserved by the competent authority to reject all the process of tender at any time of the
tender or a tender or all the tenders without assigning any reason thereof Decision for acceptance or
rejection will be with the competent authority.

6. Above tender notice is also available on website http://mahatenders.gov.in . Detailed Tender Notice is
available on the Notice Board of office of the District Water Conservation Officer, Soil and Water
Conservation Department, Raigad.

District Water Conservation Officer


Soil and Water Conservation Dept.,
Raigad

Signature of contractor No. of corrections Executive Engineer


3

ONLINE TENDER SCHEDULE

Sr. Date
Description Remark
No
From To

1 E-tender Publish 08/02/2023 22/02/2023

2 Tender Sale / Download 08/02/2023 22/02/2023


(11:00 hrs) (18:00 hrs)

3 Seek Clarification / /2022 / /2022


(11:05 hrs) (18:00 hrs)

4 CSD Upload / /2022 / /2022


(18:05 hrs) (18:00 hrs)

5 Site Visit 13/02/2023 17/02/2023

6 Tender Submission 08/02/2023 24/02/2023


(11:05 hrs)
(18:00 hrs)

7 Tender Opening 27/02/2023 --


(Technical Bid)
(14:00 hrs)

Signature of contractor No. of corrections Executive Engineer


4

B-l FORM (Percentage Rates)

TENDER PAPERS FOR


CONSTRUCTION OF GATED CEMENT CONCRETE
NAME OF WORK : BANDHARA AT MORONDE (BANDHAN) & BELOSHI
(KALDARI) TAL: ALIBAG DIST: RAIGAD

1. NAME OF CONTRACTOR : Shri. / M/s.

2. LAST DATE SUBMISSION OF TENDER : 24/02/2023

3. DATE OF OPENING OF TENDER : 27/02/2023

4. COST OF TENDER FORM : Rs. 2000 + 360 (18% GST) = Rs.


2360

5. NAME OF TENDER ACCEPTING : District Water Conservation


AUTHORITY Officer, Soil and Water
Conservation Department, Thane

6. AMOUNT OF CONTRACT : Rs.

7. DATE OF WORK ORDER : -----------------

8. DATE OF COMPLETION : ------------------

9. TIME LIMIT : 12 Calendar months (including


Monsoon)

Signature of contractor No. of corrections Executive Engineer


5

B-1 TENDER
DETAILS OF WORKS
NAME OF WORK : CONSTRUCTION OF GATED CEMENT
CONCRETE BANDHARA AT MORONDE
(BANDHAN) & BELOSHI (KALDARI)
TAL: ALIBAG DIST: RAIGAD
Estimated cost put to tender : Rs. 6950379/-
:
Earnest Money Rs. 70000/-

Security Deposit
:
Total Security Deposit (2%) Rs. 140000/-
:
At the time of Acceptance Tender Rs. 70000/-
(1%)
: Rs. 70000/-
Balance (1%) from R.A. Bills
: 12 Calendar Months (including
Tender Period (Construction Program)
Monsoon) from the date of written order
to start the Work.
CONTENTS OF FORM From To

B-l Form Sheet

Schedule ‘A’ Sheet

Schedule ‘B’ Sheet

Bid Capacity Forms Sheet

Appendices Sheet

General Conditions of Contract Sheet

Special Conditions of Contract Sheet

Drawings Sheet

Above To be filled in by the contractor

I/We have quoted my /our rates in words as well as in figures. I/We further
undertake to enter into Contract in regular ‘B-1’ Form with Soil and Water
Conservation Department and Maharashtra Water Conservation Corporation,
Aurangabad.

Signature of contractor No. of corrections Executive Engineer


6

DETAILED TENDER NOTICE

Online Percentage rate tenders in B-1 form (Two Envelope System) are
invited from the capable contractors registered with Maharashtra Water
Conservation Corporation, Aurangabad with due validity for registration in
the form of e-Tender for the work of

a. Name of Work : CONSTRUCTION OF GATED CEMENT


CONCRETE BANDHARA AT MORONDE
(BANDHAN) & BELOSHI (KALDARI) TAL:
ALIBAG DIST: RAIGAD

b. Estimated Cost : Rs. 6950379 /-

c. Earnest Money : Rs.70000/-

d. Total Security Deposit : Rs. 140000/-


i. At the time of Acceptance of : Rs. 70000/-
Tender
: Rs. 70000/-
ii. Balance from R.A. Bills

e. Time Limit : 12 Months (Including


Monsoon)

f. Date and Time of online issue / : 08/02/2023 to 22/02/2023


Download of Blank Tender Forms (11:00 hrs) (18:00 hrs.)

g. Seek Clarification
i. Start Date & Time : / /2022 (11:05 hrs)
ii. End Date & Time : / /2022 (18:00 hrs)
h. Last Date & Time of online Submission : 24/02/2023 (18:00 hrs)
of Tender forms

i. Tender Opening (Technical Bid) : 27/02/2023


(14:00 hrs)
1. TENDER FEE:

The blank forms of tender documents are available on the e-Tendering


website of Govt. of Maharashtra “ http://mahatenders.gov.in ”. The Bidders
can download Tender form, from the mentioned website for free of cost. But
the aspiring Bidders who are interested to take part in e-tendering process
shall be required to deposit Rs. 2360/- (Tender booklet price Rs. 2000 /-

Signature of contractor No. of corrections Executive Engineer


7

plus GST Rs. 360 /-) deposited or transferred through payment gateway for
bidder by internet banking from their own bank account only. Payment of
tender fee by Cash or Cheque as well as application by Post, Courier or RPAD
will not be accepted. (Ref.: Government of Maharashtra, Water Resources
Department’s Marathi corrigendum no.3- िनिवदा 0417 / ,. . 247 / मो -1,

dated 08/04/2021)

2. EARNEST MONEY DEPOSIT:

Each tender shall be accompanied by earnest money EMD shall be


deposited or transferred through payment gateway for bidder by internet
banking only within the stipulated Date & Time. Neither Exemption
Certificate, Cheque nor Cash nor Bank Guarantee will be accepted towards
payment of earnest money.

Bidder shall pay Tender Fee and Earnest Money Deposit (EMD)
online by RTGS / NEFT from his own bank account, otherwise the
contractor/Bidder shall liable for disqualification. Bank statement showing
payment of Tender Fee and Earnest Money Deposit (EMD) shall be
submitted in Envelope No. 1(Technical Envelope). The strict compliance of
this shall be done. (Ref.: Government of Maharashtra, Water Resources
Department’s Marathi resolution no. िनिवदा 0417 / ( . . 247/17) / मो -1,

dated 30/11/2018)

3. CLARIFICATION ABOUT PROVISIONS AND CONDITIONS IN


TENDER
The prospective tenderers are free to ask clarification for any
provision and condition in tender form in writing on his own letterhead and
upload it on portal. Seek Clarification dates are scheduled as per online
tender program. The reply to the same will be given by the Department in
writing and this clarification referred to as “common set of Deviations
(C.S.D.)” shall form part of tender documents and which will also be
common and applicable to all Tenderers and the Tenderer should submit this
at the time of online submission of Tender. Failing which the Financial Bid of
the bidder will not be opened.

Signature of contractor No. of corrections Executive Engineer


8

4. TENDER SUBMISSION :

Tenders should be submitted online on or before 24/02/2023 (18:00


hrs.) and will be online opened by Competent authority as per schedule.
The offer will remain valid for a period of 75 days from the date of opening
of the tender (Second envelope i.e. Financial Envelope) and thereafter until
it is withdrawn in writing by the tenderer.

5. RESERVED RIGHTS:

Rights are reserved by the competent authority to reject all the


process of tender at any time of the tender or a tender or all the tenders
without assigning any reason thereof Decision for acceptance or rejection
will rest with the Regional Water Conservation Officer, Soil and Water
Conservation Department, Thane

6. SUBMISSION OF DOCUMENTS:
i. Letter of transmittal and Bid Forms containing proper information as
mentioned in the forms.
ii. The contractor / applicant / bidder shall have to submit online details of
the works carried out by him as per Appendix-A along with necessary
certificate/s from competent authority.
Certificates should be certified by the officer, rank not below than
Executive Engineer / District Water Conservation Officer.

iii. The bidder shall have to submit online details of other works tendered
for and works in hand as on date of submission of the Tender as per
Appendix-B. It is binding that cost of work in hand & balance cost of
work need to be mentioned correctly & completely. If any new
work/works get allotted to the contractor, the information regarding that
is required to be submitted otherwise necessary action shall be taken
against defaulter.

iv. The bidder shall have to submit online details of Plant and Machinery
available with him for use on this work as per Appendix-C with
documentary evidence.

Signature of contractor No. of corrections Executive Engineer


9

The contractor shall own or hire the machineries required for this work at
site as instructed by engineer in charge

v. The bidder shall have to submit online details of Technical Personnel


with him as per Appendix-D. Copies of educational certificates of
Technical Personnel mentioned in Appendix should be uploaded.

vi.The bidder shall have to submit Declaration on Rs.500/- stamp paper in


the form of Appendix-E, (Scanned copy upload while submitting
Technical envelope and original Appendix- E should be submitted to
the office of District Water Conservation Officer, Soil and Water
Conservation Department, RAIGAD within 5 working days, from last
date and time of tender submission.

vii. The bidder shall have to submit Affidavit (before Notary or


Competent Authority) on Rs.500/- stamp paper as per Appendix-F,
(Scanned copy upload while submitting Technical envelope and original
Affidavit should be submitted to the office of District Water
Conservation Officer, Soil and Water Conservation Department,
RAIGAD within 5 working days, from last date and time of tender
submission.

viii. Undertaking of Contractor regarding Performance (as per Appendix


‘G’) submitted on bidder’s letter head. Scanned copy upload while
submitting Technical envelope and original Appendix- G should be
submitted to the office of District Water Conservation Officer, Soil
and Water Conservation Department, RAIGAD within 5 working
days, from last date and time of tender submission.

ix.Undertaking about Inclusion of all works in hand in and correctness of


the data (as per Appendix ‘H’) submitted on bidder’s letter head.
Scanned copy upload while submitting Technical envelope and original
Appendix- H should be submitted to the office of District Water
Conservation Officer, Soil and Water Conservation Department,

Signature of contractor No. of corrections Executive Engineer


10

RAIGAD within 5 working days, from last date and time of tender
submission.

x. Undertaking about Personnel, Plants and Equipments (as per Appendix


‘I’) submitted on bidder’s letter head.. Scanned copy upload while
submitting Technical envelope and original Appendix- I should be
submitted to the office of District Water Conservation Officer, Soil
and Water Conservation Department, RAIGAD within 5 working
days, from last date and time of tender submission.

xi.Undertaking against tampering with or changes made in the tender


documents made available by the department, on the web-site (as per
Appendix ‘J’) submitted on bidder’s letter head. Scanned copy upload
while submitting Technical envelope and original Appendix- J should
be submitted to the office of District Water Conservation Officer,
Soil and Water Conservation Department, RAIGAD within 5
working days, from last date and time of tender submission.

xii. Undertaking about signing the drawings pertaining to this tender


/drawing/specification before work order, if the tender is accepted (as per
Appendix ‘K’) submitted on bidder’s letter head. Scanned copy upload
while submitting Technical envelope and original Appendix- K should
be submitted to the office of District Water Conservation Officer,
Soil and Water Conservation Department, RAIGAD within 5
working days, from last date and time of tender submission.

xiii. Authority letter about site visit and confirmation about site location,
quarries of material required for construction of project, leads of
quarries, cement, steel (as per Appendix ‘L’) submitted in two copies.
One copy of Annexure-L should be submitted in drop box provided by
the department at the work site and another copy along with Geo Tagged
Photo copies should upload in the Envelope No. (Technical Envelope) at
the time of online submission of the Tender (Ref. Government of
Maharashtra, Water Resources Department’s Marathi Government
Signature of contractor No. of corrections Executive Engineer
11

Resolution corrigendum no.3 - Nivida 0417/Case no. 247/MP-1, dated


08th April 2021.).

7. Contractors registered with Maharashtra Water Conservation


Corporation, Aurangabad (MWCC), with due validity for registration
shall furnish following scanned certificates along with the e – tender.

a. Certificate of registration that the contractor has a registered office as on


01/04/2022 in the State of Maharashtra issued by registrar of companies,
Maharashtra under the Indian companies Act.1932 (Amended from time
to time) and in the case of sole proprietorship firm / individual
contractors (s) latest valid IT-Return in the name of firm / individual and
address in the State of Maharashtra appears.

b. Certificate of satisfactory completion in respect of at least one similar


work executed on contract in Government Organisation issued by not
lower than Executive Engineer / District Water Conservation Officer (in
charge of the work) e.g. Government of Maharashtra in Water Resources
Department / Water Conservation Department / Zilla Parishad.

c. The latest Income Tax documents (PAN Card and Audited Balance
Sheets from Chartered Accountant with UID number and Filed IT
Returns for last five years for financial year 2016-17 to 2020-21, Details
of Receipt & Payments).

d. Contractor Online payment receipt and copy of bank statement showing


payment of Tender Fee and EMD, Valid Contractor Registration
Certificate with Maharashtra Water Conservation Corporation,
Aurangabad, Valid GST Registration Certificate, PTR and PTE
Registration Certificate with Clearance/No Due Certificates, EPF
Registration Certificate with Clearance/No Due Certificates, Self-attested
scanned copies of all originals documents will have to be submitted with
tender form, otherwise tender forms will be rejected outright.

Signature of contractor No. of corrections Executive Engineer


12

e. Various documents uploaded while tendering bidding by the bidder shall


be verified by the tender opening authority at the time of opening
technical bid before opening the financial bid. After due verification and
confirmation of documents uploaded by the bidder from competent
concern authorities with original documents, then only the financial bid
shall be opened. If any discrepancy is found or noticed with the
documents uploaded by the bidder, the financial bid of the same will not
be opened. The interested bidder shall produce all the original
documents for the verification as demanded by the tender opening
authority.

The document verification will be done in District office at the date


specified by District Water Conservation Officer. If the tenderer fails
to produce required documents for verification in prescribed time limit,
or if there is discrepancy in uploaded documents and documents provide
for verification, the financial bid of the tenderer shall not be opened. The
decision of Regional Water Conservation Officer, Soil and Water
Conservation Department, Thane in this regard shall be final. The
period of document verification shall be communicated to the tenderer
separately. If required.

The documents submitted by the contractor in envelope No.1 (i.e.


Technical envelope) during tender process and submitted thereafter to
the department along with R A Bills & final bill shall be 100% true and
factual. The contractor shall be held responsibility for all documents
submitted by him. The concern officers of Water Conservation
Department shall not be responsible for that. If any discrepancy or faulty
documents are found at any stage, the action shall be taken as per Indian
Penal Code (IPC). (Ref.: Government of Maharashtra, Public Works
Department’s Marathi resolution no. सीएटी / 2018 / ,. . 127 / इमा-2,

dated 28/11/2018).

Signature of contractor No. of corrections Executive Engineer


13

8. NO OBJECTION CERTIFICATE:

Tenderer need to submit certificate about the process carried out for this
tender is transparent and have not any objection about e-tender process up to
Bid Lock date “Appendix M” physically or by courier or by e-mail from tenderer’s
authentic e-mail address to the office of the District Water Conservation
Officer, Soil and Water Conservation Department, RAIGAD before
Technical Bid Opening date. Online submission of “Appendix M” is not
necessary.

9. TENDER QUOTING:

The rates quoted in Tender shall be taken as applying to all conditions


of weather and the rates quoted will be inclusive of all taxes, if any at the
time of online submission of the tender and excluding Royalty Charges,
GST and Insurance.

Offer will be considered up to two digits after decimal point only. If


it is found two or more bidders quoted same offer, negotiation will be
carried out with all of them separately for lowest offer

10. TENDER OPENING:

Tenders (Technical Envelope) will be opened as per online schedule. Bidders or


their authentic representatives are requested to present in the office of the District
Water Conservation Officer, Soil and Water Conservation Department,
RAIGAD before time mentioned in the schedule. Technical envelope will be opened
in presence of the bidders and authentic representatives who are present at that time. No
any complaint from absent bidder will be entertained once tender gets opened.

11. POST-QUALIFICATION:

Post-qualification of the interested contractor will be done and


determined on the basis of the necessary and requisite information submitted
by them in the forms provided in this Tender Documents, which contractor
should submit online in Technical Envelope. Minimum criteria for
qualification is as per given in this Tender Document, only those contractors
Signature of contractor No. of corrections Executive Engineer
14

shall be considered as qualify for financial bid who successfully meet those
conditions. It is mandatory to submit the documents mentioned in above 7
(d) with tender for consideration of Minimum criteria for qualification
otherwise tender is rejected outright.

12. PERFORMANCE SECURITY DEPOSIT:

If the offer of the tenderer percentage below the estimated rate, then
the tenderer shall furnish the Performance Security Deposit in form of
Demand Draft (D.D.) / Bank Guaranty (B.G.) valid up to after one month of
completion of defect liability period from public sector bank. (Ref.:
Government of Maharashtra, Water Resources Department’s Marathi
resolution no. िनिवदा 0417/ . . 247/17)/ मो -1, िद. 23/06/2020).

i. If the offer of the tenderer percentage below the estimated rate is


between (-) 0% to (-)10%, then the tenderer shall furnish the
Performance Security Deposit along with submission of tender at 1% of
the estimated cost in the form of Demand Draft (DD) / Bank Guaranty
(B.G.) valid up to after one month of completion of defect liability
period from public sector bank.

ii. If the offer of the tenderer percentage below the estimated rates is
between (-) 10% to (-) 15% then the tenderer shall furnish the
performance security deposit as 1% + percentage below quoted beyond -
10%. For example, if the contractors quoted rate is 14% below, the
contractors has to furnish an performance security deposit [1 + (14-10)]
= 5% in the form of DD / Bank Guaranty (B.G.) valid up to after one
month of completion of defect liability period from public sector bank.

iii. If the offer of the tenderer percentage beyond (-) 15% of the estimated
rate, then the tenderer shall furnish the performance security deposit as
per above (i) & (ii) for offer up to (-)15% 15% and 2% additional for
every percent for more than (-)15%.

For example, if the contractors quoted rate is 19% below,

Signature of contractor No. of corrections Executive Engineer


15

{1% [Up to (-) 10%.] + 5% [for 10 to15% below (i.e. 15-10=5 )] + 8% (for 15 to
19% (i.e. (19-15) x 2=8)]} = 14%

In that case mentioned above, the lowest bidder shall have to


submit performance security deposit (in form of D.D. / B.G.) in the
office of District Water Conservation Officer, Soil and Water
conservation Department, RAIGAD within Two working days from
the financial envelope opening date. If bidder fails to do so, his tender
will be rejected outright and legal action will be taken against the bidder.

The performance security deposit as mentioned above (i, ii and iii)


shall be deposited in addition to security deposit mentioned in Tender
Clause No.1.

In either case, if the performance security deposit is not furnished as


stated above the Earnest Money will be forfeited (As per Govt. Circular
(Marathi) Misc. 1097 (105/97)/M.P. Dated: 22/5/1998). The performance
security deposit shall be released after three months after satisfactory
completion of work

13. SECURITY DEPOSIT AND DEFECT LIABILITY PERIOD :

Security Deposit of 2% of tender amount shall deposit. The initial


1% of Security Deposit shall be paid at the time of Tender agreement &
remaining 1% Security Deposit will be deducted from R.A. bills. The
amount of the Security Deposit lodged by a contractor shall be refunded
along with 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 along with the
payment of the final bill. The amount of Security deposit retained by the
Government shall be released after expiry of period to which the contractor
has agreed to maintain the work in good order is over.

Signature of contractor No. of corrections Executive Engineer


16

Defect liability period for the work is of One year after successful
completion of all the work, the contractor shall undertake corrective
measures for any damage (such as breach, leakages, out flanking, erosion
etc.) to structure after successful completion and during defect liability
Period of all the work. He shall carry out all necessary repairs within one
month after written notice is received from the department regarding the
repairs at no extra cost during defect liability period. The date of start defect
liability period shall be communicated to contractor by Engineer in charge.
Decision of Engineer in charge is final in this regard.

14. WORK INSPECTION:

The work shall be inspected stage wise as concurrent evaluation by


Supervision authority & Executive in charge. After satisfactory concurrent
evaluation the payment for completed work will be paid accordingly.

15. PHOTOGRAPHS/VIDEOGRAPHY:

Proper records such as photography / videography shall be


maintained during execution of hidden items for which record shall be
maintain. The contractor shall quote his offer accordingly.

Contractor must submit photographs of work at starting, mid & Final


construction stages along with running/Final bills. Minimum five
photographs for each running bill must be submitted.

16. QUALITY CONTROL:

The responsibility of overall quality control as per current


Government Resolutions and guidelines shall be with Sub divisional Water
Conservation Officer and District Water Conservation Officer and concern
contractor. The contractor shall quote his offer considering the
arrangements and resources required to be deputed for quality control as
directed by engineer-in-charge. No extra payment shall be made against this.

17. LABOUR WELFARE CESS :-

Signature of contractor No. of corrections Executive Engineer


17

As per Industries and Power Department, Government of


Maharashtra resolution No. BCR-2009 / CR-108 / Labour-7A, dated
17/06/2010 one percent (1%) cess on labour welfare is considered in rates in
schedule B and same amount shall be deducted from contractors bill as
prescribed in the same GR.

18. PAYMENT OF STAMP DUTY :

The contractor has to pay the stamp duty as per article 63 of the
Bombay Act 1958, with effect from 01/05/2006 and revised by the
Government of Maharashtra in April, 2015, in case of works contract whose
value does not exceeds Rs. 10 lakh stamp duty payable in Rs. 500/- plus Rs.
100/- for every one lakh rupees or part there of above rupees ten lakh subject
to a maximum of Rs. 25 lakh .

Total amount of stamp duty to be paid by contractor as treated above


shall be deducted from the first R.A. Bill of the contractor. No extra
payment shall be made against stamp duty paid by contractor.

19. GOODS AND SERVICES TAX (GST) ACT 2017:

Goods and Services Tax (GST) is applicable as per GST Act 2017
and recovered as per Government of Maharashtra, Finance Department’s
Marathi circular no. जीएसटी-2017 / . . 81 / कराधान- , dated 19 August 2017,
circular no. जीएसटी-2017 / . . 155 / कराधान-1, dated 11 September 2017 And
Government of Maharashtra, Public Works Department’s Marathi circular
no. dated 27 September 2022.
Government Resolutions & Guidelines issued by Government of
Maharashtra from time to time in this regard will be applicable for this
contract.

The provision made against Goods and Services Tax (GST) in


schedule B part II. The payment against said provision shall be made when
the contractor produce certified documents of payment of Goods and
Services Tax (GST) made by him as Goods and Services Tax (GST) act &

Signature of contractor No. of corrections Executive Engineer


18

amendments made time to time. The divisional accountant shall check &
verify the documents submitted by contractor regarding GST paid by him &
then Engineer in charge shall make the necessary payment. The execution
and application of GST shall be done as per Government of Maharashtra,
Water Resources Department’s Marathi Circular – टीडीएस-0918/( . .

590/18)/मो -1, dated 13/11/2018 and instruction issued time to time.

20. PAYMENTS OF SALARIES AND WAGES :

Contractor shall make payments of salaries and wages to all the


employees and labours through bank account linked to Unique Identification
Number (AADHAR CARD), and shall submit a certificate accordingly to
the Engineer-in-charge. The certificate shall be submitted by the contractor
within 60 days from the commencement of contract. If time period of
contract is less than 60 days, the such certificates shall be submitted within
15 days from the date of commencement of the contract.

21. WORK SITE VISIT:

Contractor/Applicant/Bidder/Authorized representative shall visit &


inspect the actual work site and make themselves aware of the site conditions,
confirmation about site location, quarries of material required for construction of
project, leads of quarries, Availability of Construction workers, cement, steel etc.
before submitting tender. No claims regarding extra lead, non availability of
Construction workers, cement, steel, quantity & quality of material available etc.
will be entertained after tender submission During work site visit contractor shall
study the scope of work, site conditions and verify provision in tender documents,
resources available and difficulties / restriction of site in all respect. Dates from
13/02/2023 to 17/02/2023 are scheduled for site visit and Geo Tagging as below
Sr. Name Of Work Latitude Longitude
No.

1 CONSTRUCTION OF GATED CEMENT 180 30’38”N 730 02’29” E


CONCRETE BANDHARA MORANDE
(BANDHAN)
2 CONSTRUCTION OF GATED CEMENT 180 35’35”N 730 00’24” E
CONCRETE BANDHARA BELOSHI
(KALDARI)

The bidder or his authorized representative shall visit & inspect the actual work site
between the dates schedule for Geo-Tagging. Geo- tagging shall be self attested by
contractor/ applicant/ bidder/ Authorized representative of contractor. The bidder or his
authorized representative shall sign properly filled Annexure-L with date and time of site
Signature of contractor No. of corrections Executive Engineer
19

visit and same shall be upload along with Geo-Tagged photo copies in the Envelope No.1
(Technical Envelope) at the time of online submission of the Tender.
Online submitted copy of Annexure-L will be confirmed at the time of
Technical Scrutiny of Technical envelope. Non submission of Annexure-L or
Discrepancies between Annexure-L submitted with tender document and online
submitted copy is liable to rejection of Tender. Also envelope no. 2 will not be
opened. (Ref. Government of Maharashtra, Water Conservation Department’s
Marathi Government Resolution corrigendum no. - Nivida 0417/Case no.
247/MP-1, dated 05thJuly 2022.).
22. PROJECT MANAGEMENT CONSULTANT ( PMC )

Region wise Project Management Consultant ( PMC ) are appointed as per soil and water
conservation department Government Resolution. The monitoring coordination shall be
applicable to this work. (Ref. Soil and water conservation Department’s Marathi
Government Resolution No-MIS-2021 case No.166/Jal-1dated 06/01/2022)

23. TIME LIMIT :

The work is to be completed within Twelve (12) calendar months including monsoon from
date of written Work Order to commence the work.

24. CONDITIONAL TENDERS :

Conditional Tenders will not be accepted and rejected outright. Bidders have to certify that
he / they is / are agree with Tender and Tender conditions.

25. SUBMISSION OF TENDER HARD COPY

Submission of hard copy of signed Tender documents for all bidders is not necessary. The
bidder whose offer is being accepted shall submit hard copy so as to complete contract
agreement.

The tenderers are requested to read carefully all the tender instructions mentioned
in while submitting their tenders online in two envelope system. They should also be very
careful regarding the documents to be submitted in the envelopes. Nonobservance of
these things may result in rejecting the tender.

District Water Conservation Officer,


Soil and Water Conservation Department,
RAIGAD

Signature of contractor No. of corrections Executive Engineer


20

ADDITIONAL INSTRUCTIONS FOR TENDERER

1. INSTRUCTIONS AND NOTES FOR THE GUIDANCE OF


TENDERERS
1.1. The tenderer shall be presumed to have carefully examined all documents,
forms statement, special conditions schedules, drawings, general conditions
and specifications of contract and to have fully acquainted themselves with
all the details of site labour conditions and in general with all necessary
information and date etc. pertaining to and needed for the work till
completion of the work.
1.2. The tenders should see in particular the quarry sites and satisfy themselves
about the quality and quantities of the materials available as the rates
quoted will be inclusive of all leads and lifts involved in bringing the
materials from the quarry areas. All necessary testing of materials shall be
carried out by the Contractor at his own cost to confirm their suitability
before the materials will be permitted to be used. No claim in respect of
additional leads and lifts and private quarry charges of any kind will be
entertained. Any lead shown on any map or at any page of this document
should not be taken into consideration and no claim on account of this will
be entertained.
2. ROYALTIES:
2.1 All quarry fees, royalties, octroi / Cess, dues and ground rent for stacking
materials, if any, shall be paid by the contractor.
2.2 The amount of royalty is separate item of schedule 'B', the amount of royalty
shall be paid by the contractor in advance before any material handling. If,
contractor fails to pay, the amount of royalty shall be deducted from RA
Bill as per the rate considered in the estimated tender rate of the respective
items of Schedule B and will be released only after producing the
documentary evidence of payment of royalty charges paid to concerned
Revenue Authority. If contractor fails to produce the documentary evidence
of payment of royalty charges, the amount of royalty deducted from RA

Signature of contractor No. of corrections Executive Engineer


21

Bill shall be directly paid to the concerned Revenue Authority. If any


penalties are imposed by the Revenue Authority the same shall be borne by
the contractor.
2.3 The royalty at prevailing rates is considered for bank work and back fill
items, sand, metal, rubble etc. for available and borrow as applicable. Any
differences with respect to royalty, the decision of Regional Water
Conservation Officer, Soil and Water Conservation Department,
Thane shall be final. Though the royalty charges is separate item of
schedule-B, the amount of royalty item is not consider for the percentage
above / below rate adjustment quoted by the contractor. The Engineer in
charge and Divisional Accounts Officer shall ensure that all amount of
royalty charges is recovered from the contractor as per rate derived in the
tender and directions issued time to time in relation with royalty. The
recovery of royalty to be made from R A bills and final bills from the
contractors shall be the responsibility of Divisional Accountant and
Engineer in charge.
3. PREFERENCE :
Preference will be given to those contractors who have previous experience
of such type of large works and who have necessary machinery with them
who qualify through the Post-Qualification evaluation.
4. TIME LIMIT :
The work is to be completed within Twelve (12) calendar months including
monsoon from date of written Work Order to commence the work.
5. CONDITIONAL TENDERS:
5.1 Conditional tenders will not be considered for acceptance.
5.2 The tenderers are requested to read carefully all the instructions mentioned
in para (8C) while submitting their tenders in e-tendering system in two
envelope system . They should also be very careful regarding the
documents to be submitted. Non observance of these things may result in
rejection of the tender.

Signature of contractor No. of corrections Executive Engineer


22

5.3 Bidders have to certify that he / they is / are agree with Tender and Tender
conditions.
5.4 Tenders which do not fulfill any of the conditions of notification and general
rules and directions for the guidance of the contractors on page 1 of
agreements form (printed B-1 form) or are incomplete in any respect are
liable to be rejected without assigning any reason thereof.
6. METHOD OF APPLYING:
6.1 If the application is made by a proprietary firm it shall be signed by the
proprietor above his name and the full name of this firm with its current
address.
6.2 If the application is made by a firm in partnership it shall be signed by all the
partners of the firm above their full typewritten names and current address
or by a partner holding valid power of attorney by the firm for signing the
application a certified copy of the partnership deed, and current address of
all the partners of the firm shall also accompany the application.
6.3 If the application is made by a limited company or a corporation, it shall be
signed by a duly authorized person holding the power of attorney for
signing the application, in which case a certified copy of the power of
attorney shall accompany the application. Such limited company or
corporation may be required to furnish satisfactory evidence of its
existence before the pre-qualifications awarded.
6.4 Joint venture :- If the application is made by a joint Venture Consortia
of two or more firms as partners: (Joint venture is admissible only for
works more than Rs. 5000 Lakh) (Ref.: Government of Maharashtra,
Water Resources Department’s Marathi resolution no. िनिवदा 0417 ( ,. .

247 17) / मो -1, dated 30/11/2018)

The application shall be signed so as to be legally binding on all partners.

Signature of contractor No. of corrections Executive Engineer


23

A joint Venture between single contractors’ Partnership Firm, Joint Stock


Limited Company. Private/Public Ltd. Co. may be permitted subject to the
following.

I. “The Joint Venture should be a partnership firm, duly registered with the
Registrar of Firms, Maharashtra State. In such a case a signed
Memorandum of Understanding (MOU) as per the format prescribed by
the Corporation between two associating firms/company/individual
already registered contractors with PWD and Maharashtra Water
Conservation Corporation, Aurangabad, the proposed Joint Venture shall
be considered eligible to receive the tender documents. The tendered
shall be informed accordingly, whereupon the tenderer shall be required
to enter into a Joint Venture (J.V) partnership signing an instrument the
Memorandum of understanding referred to above on judicial stamp
paper of appropriate value. The various conditions mentioned in
detailed tender notice shall be incorporated in Memorandum of
Understanding. The contractor shall submit the joint venture deed before
date of submission of tender. The tender of such Joint Venture shall not
be received by the Corporation unless the Joint Venture agreement
registered with Registrar of Firms in submitted to the tender receiving
authority under section 58of registration of firms act 1932 and or
registration of company act 2008 section 12.”
II. The Joint Venture deed shall be registered with the Registrar of Firms,
Maharashtra State.
III. Specific Stipulation should be made in the Joint Venture deed to seek
prior written approval of the Additional Commissioner Water
Conservation and Chief Engineer, Soil and Water Conservation
Regional Area, Pune before any changes are approved to be made in
the Joint Venture deed. Once it is registered with the Registrar of Firms,
Maharashtra State No Changes will be considered.

Signature of contractor No. of corrections Executive Engineer


24

IV. The Joint Venture partnership shall not be dissolved till the completion
of defects liability period as stipulated in tender conditions and till all
the liabilities thereof are liquidated.
V. The Shares of assets and liabilities of the lead firm shall not be less than
50% and the percentage share of the each other firm in Joint Venture
partnership deed shall not be less that 20%.
VI. One of the partners shall be nominated, as submitting as power of
attorney signed by legally authorized signatories of all the partners shall
evidence being in charge and this authorization.
VII. All Partners in charge shall be authorized to discharge all liabilities and
receive instructions for and on behalf of any and all partners of the Joints
Venture and entire execution of the contract including payment shall be
done exclusively with the partner in charge.
VIII. All partner of the Joint Venture shall be liable jointly and personally for
execution of the contract in accordance with contract terms, and a
relevant statement to this effect shall be included in the authorization
mentioned under (VI) above.
IX. Complete information pertaining to each partner in the respective forms
duly signed by each such partner shall be submitted with the application.

In case of Joint Venture of foreign, NRI and Indian partners,


the Indian partners should be in the list of selected Contractor’s of –1 of
Public Works Department, Govt. of Maharashtra.

Separate information in respect of each firm (entered into Joint


Venture) should be submitted in prescribed Pro-forma.

In case of Joint Venture the sponsoring firm has to submit complete


information and identify the lead firm, It would be necessary for the Joint
Venture to establish to the satisfaction of the committee that the Venture
has been made Practical, workable and legally enforceable arrangement
amongst the parties, that responsibilities regarding the execution and

Signature of contractor No. of corrections Executive Engineer


25

financial arrangement have been clearly laid down and assigned that the
individual parties to whom such responsibilities etc. assigned are capable in
their individual capacity to discharge them completely and satisfactorily
and also that the lead firm has necessary skill and capacity to lead
responsibility and involvement for the entire period of execution as well as
a leading role in control and direction on the resources of the entire Joint
Venture.

An independently pre-qualification firm, or Joint Venture consortia


may during the tender period, strengthen its capacity by subsequent
incorporation of another pre-qualified firm or Joint Venture to form new
Joint Venture amongst them but should seek approval of the Chief
Engineer Small Scale Irrigation (W.C.) Pune not later than 15 days prior to
bid opening.

Bidders may be qualified independently or in a Joint Venture but


they would be allowed submit only one bid.

6.5 DEFINITIONS:
In this document (as here in after defined) the following word and
expression will have the meaning hereby assigned to them.

i) Department –
Department means Government of Maharashtra, Soil and Water
Conservation Department, Maharashtra / Maharashtra Water
Conservation Corporation, Aurangabad.
ii) Applicant -
Applicant means individual proprietary firm, firm in partnership, limited
company, corporation or group of firms forming a joint venture
consortium applying to become eligible to tender.

6.6 FINAL DECISION-MAKING AUTHORITY


Regional Water Conservation Officer, Soil and Water Conservation
Department, Thane reserves right to accept or reject any of the

Signature of contractor No. of corrections Executive Engineer


26

applications without assigning any reason thereof and his decision will be
final. No correspondence will be entertained in this regard.
6.7 CLARIFICATION
The clarification, if any may please be sought separately from District
Water Conservation Officer, Soil and Water Conservation Department
RAIGAD (Phone No 022 – 25428127).
6.8 SITE VISIT
Contractor/Applicant/Bidder/Authorized representative shall visit &
inspect the actual work site and make themselves aware of the site conditions,
confirmation about site location, quarries of material required for construction of
project, leads of quarries, Availability of Construction workers, cement, steel etc.
before submitting tender. No claims regarding extra lead, non availability of
Construction workers, cement, steel, quantity & quality of material available etc.
will be entertained after tender submission During work site visit contractor shall
study the scope of work, site conditions and verify provision in tender documents,
resources available and difficulties / restriction of site in all respect. Dates from
13/02/2023 to 17/02/2023 are scheduled for site visit and Geo Tagging as below
Sr. Name Of Work Latitude Longitude
No.

1 CONSTRUCTION OF GATED CEMENT 180 30’38”N 730 02’29” E


CONCRETE BANDHARA MORANDE
(BANDHAN)
2 CONSTRUCTION OF GATED CEMENT 180 35’35”N 730 00’24” E
CONCRETE BANDHARA BELOSHI
(KALDARI)

The bidder or his authorized representative shall visit & inspect the actual work site
between the dates schedule for Geo-Tagging. Geo- tagging shall be self attested by
contractor/ applicant/ bidder/ Authorized representative of contractor. The bidder or his
authorized representative shall sign properly filled Annexure-L with date and time of site
visit and same shall be upload along with Geo-Tagged photo copies in the Envelope No.1
(Technical Envelope) at the time of online submission of the Tender.

Online submitted copy of Annexure-L will be confirmed at the time of


Technical Scrutiny of Technical envelope. Non submission of Annexure-L or
Discrepancies between Annexure-L submitted with tender document and online
submitted copy is liable to rejection of Tender. Also envelope no. 2 will not be
opened. (Ref. Government of Maharashtra, Water Conservation Department’s

Signature of contractor No. of corrections Executive Engineer


27

Marathi Government Resolution corrigendum no. - Nivida 0417/Case no.


247/MP-1, dated 05thJuly 2022.).

7. TENDER QUOTING / OFFER (% Above / Below)


a. The tenderer should quote percentage below or above both in words and
figures. While online submission of the Tender, no alteration in the form of
the tender and in the schedule of quantities and no addition in the form of
special stipulation will be permitted. No change in the units shall be
allowed. The rates quoted in Tender shall be taken as applying to all
conditions of weather and the rates quoted will be inclusive of all taxes
(excluding GST), if any at the time of online submission of the tender and
excluding Royalty Charges, GST and Insurance (i.e. Part II of Schedule B).
b. Tendered percentage below or above shall be written at the appropriate place
in English both in words and figures. In case amount differs in various
statements created online, the lower of the two or accepted by department
will be taken as correct. Offer will be considered up to two digits after
decimal point only.
c. Neither erasures nor over- writings shall be made in the price schedule and
in general in the tendered documents. Every correction shall be made by
crossing the pen across the incorrect or un required portion and writing the
correct or required portion above. All corrections shall bear the dated
initials of the tenderer.
d. All pages of the tender documents, conditions, specifications and drawings,
etc. shall be signed by the tenderer with his digital signature.
e. The tender shall contain the name, residence and place of business of
person/ persons submitting the tender.
f. Tender by partnership firm shall furnish the full name(s) of all authorized
representative on behalf of each partner followed by the name and
designation of the person signing. An attested copy of the partnership deed
shall be furnished along with the tender. Tender by companies shall be
signed with the legal name of the company and signed by the person
authorized to sign it in the matter.

Signature of contractor No. of corrections Executive Engineer


28

g. Whenever, whether in the submission of tender or later in other matters the


signatures are made by one person on behalf of a company or partnership,
the tenderer shall supply an attested copy of the power of attorney.
h. Witnesses and sureties shall be the persons of status and probity and their
names, occupations and address shall be stated below their signatures. All
signatures shall be dated.
8. TENDERING PROCEDURE:
A) BLANK TENDER FORMS:

Blank Tender forms can be downloaded from the website as


stipulated in the Tender notice / corrigendum.

Tender documents, Estimates for this work shall be made available on


the Government of Maharashtra website ( http://mahatenders.in ) only to
those bidders who have deposited / transferred cost of the Tender document
on SBI Bank Escrow Account in the name of District Water
Conservation Officer, Soil and Water Conservation Department,
RAIGAD through payment gateway for bidder by all modes like
credit/debit card/internet banking/NEFT/RTGS transfer of banks having
core banking facility up to stipulated date & time. The bidder is required to
submit the Scanned copy of this Receipt should be uploaded along with
duly filled tender Document, failing which the envelope No. 2 of the bidder
will not be opened & treated as non-responsive.

Similarly, contractor shall not tamper with or change any matter in


the document which are to be submitted by him, online otherwise his / their
tender(s) shall be rejected outright and shall be liable for penal action.

However, an undertaking that “If any controversy arises,


documents on web-site of Government of Maharashtra
http://mahatenders.gov.in shall be deemed final and binding to

Signature of contractor No. of corrections Executive Engineer


29

contractor and the same shall be part and parcel of the tender
documents,” be submitted along with the submission of tender.

Also, if contractor could not download drawings from the web-site


for a reason or other, an undertaking that “Tender is submitted by me
(contractor) on the basis of drawings (which are part and parcel of the
tender) pertaining to this work, seen on the said web-site of
Government of Maharashtra. If my tender is accepted, I will sign
drawings / Tender/Specification before paying initial security deposits
and issue of work order.” be submitted along with the submission of
tender on-line.

Each and every undertaking submitted by the contractor shall be part


and parcel of the tender documents.

Tenderer need not to submit copy of signed Tender documents in the


office of the District Water Conservation Officer, Soil and Water
Conservation Department, RAIGAD Payment by Cash or Cheque will
not be accepted.

REVISION OR AMENDMENT OF e-TENDER DOCUMENTS:

Right is reserved to revise or amend the tender documents prior to


last date notified for the issue of tenders and such revisions or amendments
or extension shall be communicated to all concerned by e- mail and by
online notice in the e- tendering website as may be considered suitable.

Tenderer shall be presumed to have carefully examined all


documents, forms, statements, special conditions, schedules, drawings and
specifications of contract and to have fully acquainted himself with all
details of the site, his own quarries for rubble, metal, sand, earth work etc.
locations of materials, river and weather characteristics and labour
conditions in general and with all the necessary information and data etc.
pertaining to and needed for the work prior to tendering of the work.
Signature of contractor No. of corrections Executive Engineer
30

B) MANNER OF SUBMISSION OF TENDER AND ITS


ACCOMPANIMENT:

The Tenderer shall submit the Tender documents by uploading online


on the Government of Maharashtra website (http://mahatenders.in ) in two
separate e-envelopes as below:

ENVELOPE No.1 (Technical Bid) :

The first envelope on the portal, named as ‘Technical Bid (Envelope


No.1)’ shall contain scanned copies of the following original documents
duly uploaded.

1. Scanned copy of receipt of Tender Fee and EMD amount submitted online.

2. Scanned copy of Contractor Registration Certificate with Maharashtra Water


Conservation Corporation with due validity for registration (Application for
registration will not be considered).

3. Copy of Bank statement showing payment of Tender Fee and Earnest


Money Deposit (EMD).

4. GST registration certificate in respect of sale by transfer of property in goods


involved in the executions of a work contract under the provision of Goods
and Services Tax (GST) Act 2017 should be submitted in original scanned
copy.

5. Certificate of registration under clause (5) Sub-clause (1) of Maharashtra


State Professional tax rules 1975 should be submitted in original scanned
copy PTR & PTE along with updated clearance certificate.

6. Income tax Certificate: Attached copy of acknowledgement of Income Tax


latest return Or audit balance sheet or profit and loss account certified by
C.A. valid upto date of submission of tender or N.O.C. from Income Tax
Department.

Signature of contractor No. of corrections Executive Engineer


31

7. Deed of partnership or Article of association and Memorandum of


Association for Limited Company, duly registered with Head Office in
Maharashtra. (If Applicable)

8. Letter of transmittal and Bid Forms containing proper information as


mentioned in the forms.

9. Details of works carried out by the contractor (Pro-forma in Appendix ‘A’)


duly certified by the head of officer under whom the works were completed.

10. Details of other works tendered for and in hand with the tenderer, the value
of work unfinished on the last date of submission of the tender. The
certificates from the head of offices under which the works are in progress
should be enclosed (Performa in Appendix ‘B’). The Performance of
contractor should be satisfactory.

11. List of machinery and plants immediately available with the tenderer for
use on this work (Appendix – ‘C’) 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.

The contractor shall own or hire the machineries required for this
work at site as instructed by engineer in charge.

12. Details of Technical Personnel’s with the tenderer (Appendix ‘D’).

13. Scanned copy of Declaration of contractor (Appendix ‘E’) on Rs. 500/-


stamp paper. (Scanned copy upload while submitting technical envelope
and original Appendix- E should be submitted to the office of District
Water Conservation Officer, Soil and Water Conservation
Department, RAIGAD within 5 working days, from last date and time of
tender submission,).

14. Scanned copy of Affidavit before Notary or Competent Authority (as per
Appendix ‘F’) on Rs. 500/- stamp paper. (Scanned copy upload while

Signature of contractor No. of corrections Executive Engineer


32

submitting Technical envelope and original Appendix- F should be


submitted to the office of District Water Conservation Officer, Soil and
Water Conservation Department, RAIGAD within 5 working days, from
last date and time of tender submission,).

15. Undertaking of Contractor regarding Performance (as per Appendix ‘G’)


submitted on bidder’s letter head.. Scanned copy upload while submitting
Technical envelope and original Appendix- G should be submitted to
the office of District Water Conservation Officer, Soil and Water
Conservation Department, RAIGAD within 5 working days, from last
date and time of tender submission.

16. Undertaking about Inclusion of all works in hand in and correctness of the
data (as per Appendix ‘H’) submitted on bidder’s letter head. Scanned
copy upload while submitting Technical envelope and original Appendix-
H should be submitted to the office of District Water Conservation
Officer, Soil and Water Conservation Department, RAIGAD within 5
working days, from last date and time of tender submission.

17. Undertaking about Personnel, Plants and Equipments (as per Appendix ‘I’)
submitted on bidder’s letter head. Scanned copy upload while submitting
Technical envelope and original Appendix- I should be submitted to the
office of District Water Conservation Officer, Soil and Water
Conservation Department, RAIGAD within 5 working days, from last
date and time of tender submission.

18. Undertaking against tampering with or changes made in the tender


documents made available by the department, on the web-site (as per
Appendix ‘J’) submitted on bidder’s letter head. Scanned copy upload
while submitting Technical envelope and original Appendix- J should be
submitted to the office of District Water Conservation Officer, Soil and
Water Conservation Department, RAIGAD within 5 working days, from
last date and time of tender submission.

Signature of contractor No. of corrections Executive Engineer


33

19. Undertaking about signing the drawings pertaining to this tender


/drawing/specification before work order, if the tender is accepted (as per
Appendix ‘K’) submitted on bidder’s letter head. Scanned copy upload
while submitting Technical envelope and original Appendix- K should be
submitted to the office of District Water Conservation Officer, Soil and
Water Conservation Department, RAIGAD within 5 working days, from
last date and time of tender submission.

20. Authority letter about site visit and confirmation about quarries of material
required for construction of project, leads of quarries, cement, steel (as per
Appendix ‘L’) submitted in two copies. One copy of Annexure-L should
be submitted in drop box provided by the department at the work site and
another copy along with Geo Tagged photo copies should upload in the
Envelope No.1 (Technical Envelope) at the time of online submission of
the Tender.

The pages of all the Tender Documents expected to be signed


digitally by the Bidder. All scanned documents required to be submitted
on-line as said above, if required original copies shall be kept ready at the
time of opening the Tender for verification. Decision of Tender Accepting
Authority is final in respect to importance of above-mentioned documents
at the time of technical evaluation. (Ref.: Water Resources Department’s
G.R. dated 30/11/2018)

ENVELOPE No. 2 (Financial Bid) :

The second e- envelope named “Financial Bid (Envelope No.2)” shall


contains -
1. Common Set of Deviation (CSD) (If any).
2. BOQ Statement (Online Offer).
3. Digitally Signed Tender Document.

Tender submitted online without this will be considered as invalid


and liable to rejection.

Signature of contractor No. of corrections Executive Engineer


34

The tenderer should quote his offer in the form of “Percentage


Below or Above” of estimated cost given in Schedule ‘B’ (Part-I) at
appropriate place / in the appropriate template in the portal and enclose in
Envelope No.2. The rates quoted in Tender shall be taken as applying to all
conditions of weather and the rates quoted will be inclusive of all taxes, if any
at the time of online submission of the tender and excluding Royalty Charges,
GST and Insurance (i.e., Part II of Schedule B). The above and below
percentage quoted by the contractor shall be on amount of the schedule-B
(Part-I). The accepted tender amount shall be the amount of schedule-B
(Part-I), plus or minus offer quoted by the contractor and schedule-B (Part-
II). The Tenderer should not quote his offer anywhere directly or indirectly
in Envelope No.1 failing which the Envelope No.2 shall not be opened &
his Tender shall stand rejected. The contractor shall quote for the work as
per details given in this main tender and also based on the detailed set of
conditions issued /additional stipulation made by the department as
informed to him by a letter from District Water Conservation Officer,
Soil and Water Conservation Department, RAIGAD. This Tender shall
be unconditional. Documents as required in Detailed Tender Notice, if
applicable, shall also be included.

C) e-SUBMISSION OF e-TENDER:

The two Envelopes No.1 & 2 viz Technical Bid and Financial Bid,
shall be submitted online by uploading:

The date and time for receipt of envelope containing e-Tender shall
strictly apply in all cases. The Tenderer should ensure that their duly filled
e-Tender is properly uploaded & submitted before the stipulated expiry
date and time. No delay on account of any cause will be entertained for the
late receipt of the Tender. A Tender offered or received after the date and
time is over, will either not be accepted or if inadvertently accepted, will
not be opened (on-line) and shall be treated as non-responsive. Expiry of
digital signature or mismatching of digital signature is the problem of

Signature of contractor No. of corrections Executive Engineer


35

contractor, Department will not entertain such complaints of contractor


before or after last date of submission of Bid.

D) OPENING OF ONLINE TENDERS:

On the date specified in the tender notice following procedure will be


adopted for opening of the online tender.

TECHNICAL BID (ENVELOPE No. 1) :

Envelope No. 1of all the Bidders will be opened first to verify that its
contents are as per requirements. Bidders should have to upload scanned
copies of various registrations / updated clearances of Governmental dues,
Appendix E, Appendix F (Affidavit), Appendix L (Authority Letter) etc.
online for further evaluation of his documents. Non submission of such
documents, tender will be rejected outright.

If the other various documents contained in this envelope do not meet the
requirements of the tender conditions, a note will be recorded accordingly
by the Tender opening authority and asked to bidder for clarification. After
verification of bidder’s clarification, competent authority will take decision
about Qualify / Disqualify status of that bidder. Disqualified bidders will
not be considered for further tender action and the same will be recorded.
After verifying Qualify / Disqualify bidders list will publish on e-tender
website.

NO EVALUATION WILL BE DONE AS PER NORMS LAID DOWN IF,

i. The information given in Bid Forms and Appendix ‘A’ to ‘L’, is incomplete
& misleading, Application will therefore be considered as “non-
responsive”.
ii. The applicant does not fulfill the criteria for eligibility laid down
iii. The applicant produces the false certificates.

INFORMATION & INSTRUCTIONS TO APPLICANTS:

Signature of contractor No. of corrections Executive Engineer


36

i. The enclosed forms should be filled in completely and all questions


should be answered. All information requested for in the enclosed forms
should be furnished against the respective columns in the form. If any
particular query is not relevant it should be stated as Not Applicable and
only a dash reply will be treated as incomplete. Information in the
application or any change(s) made in the prescribed forms will render the
application to be rejected as nonresponsive.
ii. The Bid Capacity forms shall be typed on applicant’s letterhead.
iii. Any overwriting or correction shall be self-attested. All pages of the Bid
Capacity forms shall be numbered and should be submitted along with the
letter of transmittal.
iv. All the information must be filled in English language only.
v. Information and certificate(s) furnished along with the application form that
vouch to the suitability, technical knowhow and capability of the applicant
should be signed by the applicant.
vi. No further information will be entertained after submission of tender
documents unless it is requested by the competent authority.
vii. The documents submitted in connection with the tender shall be treated as
confidential and will not be returned.
viii. The cost incurred by applicant in preparing this offer, in providing
clarification or attending discussions, conferences in connection with this
document shall not be reimbursed by the Government of Maharashtra
under any circumstances.
ix. Made misleading or false representation in the forms, documents or
statements and attachments submitted as proof of qualification
requirements, and
x. Record of poor performance such as abandoning work, not properly
completing contract in stipulated time; inordinate delays in completion on
account of which penal action is taken or proposed or financial failure.
xi. The contractor / bidder shall submit hard copies of documents listed in
Detailed Tender Notice clause 6 (v to xi) in stipulated time period. Failure

Signature of contractor No. of corrections Executive Engineer


37

of this shall be liable for disqualification. The decision of Regional Water


Conservation Officer shall be final in this regard.

EVALUATION CRITERIA FOR POST -QUALIFICATION:

i. The evaluation will be done with greatest care to help to judge the overall
capability and fitness of the applicants.
a) Post-qualification of prospective tenderer is to be done to ensure that final
bids for the work are received from well-established contractors with
experience and capability for executing this work. Any applicant, who is
able to satisfactorily establish that he/ they can undertake the work and
complete it within the stipulated time, will be able to get post-qualified.
b) The Evaluation for post-qualification of the applicants shall be approved by
Competent Authority of Water Conservation Department.
c) The Competent Authority shall have freedom to ask for clarifications and
further related information from the applicants, check references and make
inquiries in respect of works of prospective tenderer.
d) The Competent Authority will evaluate the submitted post-qualification
information as per Tender documents.
e) The post –qualification evaluation will be done from the information
submitted by the bidder. The various formats for giving information are
given in This Document, Bidder is expected to go through these formats
carefully and submit the information properly.
f) The evaluation for post qualification is to be done for the eligible applicants
who satisfy minimum criteria. It will be therefore advisable that applicant
gives a short note (please refer different pro-forma’s of bid capacity
section) explaining how he is eligible and fulfills the criteria by giving
references of the information given.
ii. If an applicant is judged to be financially unsound, he would be
disqualified.
iii. Various documents uploaded while tendering bidding by the bidder shall be
certified by the tender opening authority at the time of opening technical

Signature of contractor No. of corrections Executive Engineer


38

bid before opening the financial bid. After due verification and
confirmation of documents uploaded by the bidder from competent
concern authorities with original documents, then only the financial bid
shall be opened. If any discrepancy is found or noticed with the documents
uploaded by the bidder, the financial bid of the same will not be opened.
The interested bidder shall produce all the original documents for the
verification as demanded by the tender opening authority.
The document verification will be done in the Soil and Water
Conservation Department, RAIGAD office at the date specified by
District Water Conservation Officer and countersigned by the concern
Regional Water Conservation Officer. If the tenderer fails to produce
required documents for verification in prescribed time limit, or if there is
discrepancy in uploaded documents and documents provide for
verification, the financial bid of the tenderer shall not be opened. The
decision of Regional Water Conservation Officer, Soil and Water
Conservation Department, Thane in this regard shall be final. The
period of document verification shall be communicated to the tenderer
separately, if required.
The documents submitted by the contractor in envelope No.1 (i.e.
Technical envelope) during tender process and submitted thereafter to the
department along with R A Bills & final bill shall be 100% true and
factual. The contractor shall be held responsibility for all documents
submitted by him. The concern officers of Water Conservation Department
shall not be responsible for that. If any discrepancy or faulty documents
are found at any stage, the action shall be taken as per Indian Penal Code
(IPC). (Ref.: Government of Maharashtra, Public Works Department’s
Marathi resolution no. सीएटी / 2018 / ,. . 127 / इमा-२, dated 28/11/2018).

iv. The Competent Authority may use its discretion to relax the appropriate
criteria with a view to qualify adequate competition in tendering.

Signature of contractor No. of corrections Executive Engineer


39

v. Necessary information will be collected from the details furnished in Pro-


forma and additional information may be called for at the discretion of the
Competent Authority.
vi. In case of Joint Venture partnership or a partnership the yearly turnover to
bid capacity and quantities of main items executed of prime and sub-
contractors shall be added together for determining the minimum criteria
of bid capacity. No addition is however permitted for working out the
minimum cost of similar type of work executed.
vii. The decision of the Tender acceptance Authority will be final and binding
on the applicant.

The applicant must be a well-established contractor with experience


and capability in construction of such type of works. The applicant
applying for Bid capacity must provide evidence of having adequate
experience in modern technology in carrying out works like excavation
including hard rock, concrete mixes of all types with adequate quality
control aided by up-to-date testing laboratory. Post qualification /Bid
Capacity will be based on meeting all the minimum criteria as
demonstrated by the Applicant’s responses in the forms attached to the
letter of Application.

FINANCIAL BID (ENVELOPE No. 2) :

Successful completion of above stage Financial Bid (Envelope no. 2)


of qualified bidders will be opened. The percentage above or below the
estimated rates shall then be read out. Offer will be considered up to two
digits after decimal point only. If it is found two or more bidders quoted
same offer, negotiation will be carried out with all of them separately for
lowest offer.

9. THE TENDER WILL BE LIABLE TO BE REJECTED OUTRIGHT


IF WHILE SUBMITTING:

Signature of contractor No. of corrections Executive Engineer


40

i. The percentage above or below are not clearly mentioned both in figures and
words in the tender documents at appropriate place / in the appropriate
template in the portal and enclose in Envelope No.2.
ii. Non submission of mandatory documents mentioned in Detailed Tender
Notice 6 (d).
iii. Non submission of original copies of Appendix E, Appendix F (Affidavit),
Appendix G, Appendix H, Appendix I, Appendix J, Appendix K and
Appendix L online and originals copies in the office of the District Water
Conservation Officer, Soil and Water Conservation Department,
RAIGAD.
iv. Any erasures are made in the tender.
v. All corrections and additions or pasted slips are not signed by the tenderer.
10. EARNEST MONEY / SECURITY DEPOSIT:

All tenderers shall pay entire EMD as below-

i. A sum of Rs. 70000/- on account of earnest money should be paid in the


form of deposit / transfer on SBI Escrow Account in the name of District
Water Conservation Officer, Soil and Water Conservation
Department, RAIGAD through payment gateway for bidders by all modes
like credit/debit card/internet banking/NEFT/RTGS transfer of banks
having core banking facility. Exemption Certificate will not be considered.
Bidder shall pay Earnest Money Deposit (EMD) online by RTGS /
NEFT from his own bank account. The Strict compliance of this shall be
done.
The scanned copy of details of deposit / transfer as the case may be
shall be uploaded along with the e-Tender document before the expiry of
last date & time of online submission of e-Tender.

ii. Earnest Money in the form of cash or cheque will not be accepted. This
Earnest Money shall not carry any interest, whatsoever. This Earnest
money will be refunded to the bidder in the account registered with the

Signature of contractor No. of corrections Executive Engineer


41

Authority, in case of tenderers whose tenders are not accepted, only after
completion of all formalities in respect of acceptance of the tender or in
case of expiry of validity of offer, when specially withdrawn by the
tenderer after issuing orders for EMD refund authorization to SBI Bank.
iii. In case of successful tender, earnest money Deposit will be refunded after
completion of contract documents and payment of security deposit as per
provision made in Clause -1 of Conditions of contract Security Deposit.
iv. In lieu of cash deposit mentioned above in Para (iii) Government Security,
in the form of Demand Draft of any Nationalise / Scheduled bank as
Security Deposit in the name of District Water Conservation Officer,
Soil and Water Conservation Department, RAIGAD for a period equal
to the time limit plus the period of defects liability (Clause 20 of B-1
Tender form). The balance, amounts of security deposit of Rs. 70000/-
shall be recovered by 1 % deduction from running account bills.
v. Additional security for revised tender cost if any shall be taken as 2%
beyond accepted tender cost.
11. ADDITIONAL PERFORMANCE SECURITY DEPOSIT:

If the offer of the tenderer percentage below the estimated rate, then the
tenderer shall furnish the Performance Security Deposit in form of Demand
Draft (D.D.) / Bank Guaranty (B.G.) valid up to after one month of
completion of defect liability period from public sector bank. (Ref.:
Government of Maharashtra, Water Resources Department’s Marathi
resolution no. िनिवदा 0417/ . . 247/17)/ मो -1, िद. 23/06/2020).

i. If the offer of the tenderer percentage below the estimated rate is between (-)
0% to (-)10%, then the tenderer shall furnish the Performance Security
Deposit along with submission of tender at 1% of the estimated cost in the
form of Demand Draft (DD) / Bank Guaranty (B.G.) valid up to after one
month of completion of defect liability period from public sector bank.
ii. If the offer of the tenderer percentage below the estimated rates is between (-
) 10% to (-) 15% then the tenderer shall furnish the performance security

Signature of contractor No. of corrections Executive Engineer


42

deposit as 1% + percentage below quoted beyond -10%. For example, if the


contractors quoted rate is 14% below, the contractors has to furnish an
performance security deposit [1 + (14-10)] = 5% in the form of DD / Bank
Guaranty (B.G.) valid up to after one month of completion of defect
liability period from public sector bank.
iii. If the offer of the tenderer percentage beyond (-) 15% of the estimated rate,
then the tenderer shall furnish the performance security deposit as per
above (i) & (ii) for offer up to (-)15% 15% and 2% additional for every
percent for more than (-)15%.

For example, if the contractors quoted rate is 19% below,

{1% [Up to (-) 10%.] + 5% [for 10 to15% below (i.e. 15-10=5 )] + 8% (for 15 to
19% (i.e. (19-15) x 2=8)]} = 14%

In that case mentioned above, the lowest bidder shall have to


submit performance security deposit (in form of D.D. / B.G.) in the
office of District Water Conservation Officer, Soil and Water
conservation Department, RAIGAD within Two working days from
the financial envelope opening date. If bidder fails to do so, his tender
will be rejected outright and legal action will be taken against the bidder.

The performance security deposit as mentioned above (i and ii) shall


be deposited in addition to security deposit mentioned in Tender Clause
No.1.

In either case, if the performance security deposit is not furnished as stated


above the Earnest Money will be forfeited (As per Govt. Circular (Marathi)
Misc. 1097 (105/97)/M.P. Dated: 22/5/1998). The performance security
deposit shall be released after three months after satisfactory completion of
work.

Signature of contractor No. of corrections Executive Engineer


43

12. ACCEPTANCE OF THE TENDER:

Acceptance of the tender will rest with the Regional Water


Conservation Officer, Soil and Water Conservation Department,
Thane who reserves the right to reject any item of the tender, or a Tender
or all Tenders without assigning any reasons thereof. The person /persons
whose Tender may be accepted shall have to pay the security deposit and
enter into regular B-l agreement within ten days of being notified to do so
(which period may be extended by the Regional Water Conservation
Officer, Soil and Water Conservation Department, Thane up to 15 days
if he thinks it fit to do so), and shall abide by all rules & regulations
embodied therein. In the event of the failure of the Tenderer to sign the
agreement within the stipulated time, the earnest money paid by him shall
stand forfeited to Government and the acceptance of the tender shall be
considered as withdrawn. In the case of contractors who are exempted from
paying the earnest money and who fail to pay the security deposit & sign
the agreement in the stipulated time, the fixed amount deposited by them as
per the rule governing registration of contractors, shall stand forfeited to
Government. The facility of not paying earnest money extended to such
contractors shall also stand withdrawn from the date on which they fail to
comply with the requirements and their registration is also liable to be
cancelled.

The offer shall remain open for acceptance for a minimum period of
75 (Seventy-Five) days from the date fixed for opening the same and there
after 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 or otherwise delivered at the office of such authority
and also subject to other conditions shown in Memorandum of Agreement
printed.

Signature of contractor No. of corrections Executive Engineer


44

13. RIGHT TO REVISE OR AMEND THE TENDER:

The right is reserved to revise or amend the tender documents prior to


the last date notified for the issue of tenders. Such revisions or amendments
or extensions shall be communicated to all concerned in the form of
corrigendum or by notice published on same website portal as may be
considered suitable.

14. DEPARTMENTLY EXECUTED ITEMS OF WORK:

Should some items of work be being executed departmentally; the


quantities that would be executed during the period between the issue of
tender notice and fixation of agency will be deducted from the quantities in
the tender. The tenderer should take cognizance of this fact and no claims
would be tenable on a account of such reduction in the quantities. [Vide
Govt. Letter No. 1076/ 1181/666 (E) 17 dated 08/06/76.]

15. LABOUR LICENCE:

The successful bidder should produce to the satisfaction of the


competent authority accepting the Tender a valid and concurrent license
issued in his favor under the provisions of the contract labour (Regulation
and Abolition) Act .1970 and the Maharashtra contract labour (Regulation
and Abolition) Rule 1971 before starting the work. On failure to do so, the
acceptance of the Tender will be liable to be withdrawn and also the
earnest money will be forfeited to the Government.

16. EXECUTION OF EXCESS QUANTITY:

In the case of possibility of excess execution of the quantities of


several items the necessary proposals are to be submitted to the competent
authority for approval before execution of work and the decision of the
competent authority being binding on the contractor. (As per Government
of Maharashtra, Water Resources Department, Resolution (Marathi) No.
Nivida-1213 / (735/13) / मो -1, dated 22 December 2017.)

Signature of contractor No. of corrections Executive Engineer


45

17. WORK PROGRAM:

The Contractor shall submit his yearly work (month wise) program
regarding item-wise quantities, amounts and other details regarding it,
which will be finalized by the Executive Engineer, before the issue of the
Work Order and the same will be revived at the beginning of the financial
year as per availability of the funds. The work schedule may be
periodically revised by the Executive Engineer, only if found necessary due
to circumstances beyond the control of the Contractor.

Signature of contractor No. of corrections Executive Engineer


46

QUALIFICATION DOCUMENTS REQUIRED

To qualify, each tenderer shall submit documents for fulfil following


eligibility criterias

BID CAPACITY :
The required bid capacity for this work is Rs. 69.50Lakhs.
Bid capacity will be calculated as below,

Bid capacity = (A x N x 2) – B
where,

A= Maximum value of Civil Engineering works executed/Annual


Turnover in any one year during the last 5 years (updated to
current price level) which will take into account the completed
and ongoing works.

B= value of existing commitments and works (ongoing) to be


completed in the period stipulated for completion of work of the
present tender. (All certificates should be signed by the Engineer-
in-charge not below the rank of Executive Engineer of concerned
Department).

N= Number of years prescribed for completion of the work for which


this bid is invited i.e. 2

Bid capacity so calculated should not be less than the cost of work put
to tender Rs. 69.50Lakhs

(Note: Please mention the reference in enclosed pro-forma / annexure from


where the values of A & B have been taken) It is binding that cost of work
in hand & balance cost of work need to be mentioned correctly &
completely. If any new work gets allotted to the contractor, the information
regarding that is required to be submitted otherwise necessary action shall
be taken against defaulter.

Signature of contractor No. of corrections Executive Engineer


47

Even though the applicant may satisfy the above requirements they will
not be evaluated for post-qualification, if they have,
a) Made misleading or false representation in the forms, documents or
statements and attachments submitted as proof of qualification
requirements, and
b) Record of poor performance such as abandoning work, not properly
completing contract in stipulated time; inordinate delays in
completion on account of which penal action is taken or proposed or
financial failure.
c) The contractor / bidder shall submit hard copies of documents listed
in Detailed Tender Notice clause 6 (vi to xiii) in stipulated time
period. Failure of this shall be liable for disqualification. The decision
of Additional Commissioner Water Conservation and Chief Engineer
shall be final in this regard.

Signature of contractor No. of corrections Executive Engineer


48

GENERAL DESCRIPTION OF PROPOSED WORK

A) DESCRIPTION OF THE CONSTRUCTION OF GATED


PROJECT CONCRETE BANDHARA AT MORONDE
(BANDHAN) & BELOSHI (KALDARI)
ADIWASIWADI TAL: ALIBAG DIST:
RAIGAD
B) STATUS OF THE PROJECT The preliminary works of the project are
taken up in hand at of the earliest.
C) CLIMATIC CONDITIONS The project is situated in Konkan Region.
The average rainfall varies from 2500 mm
to 4500 mm the average Temperature
varies from 10c to 45c.The rainy season
Commence from June & last up to
beginning of October.
D) SCOPE OF THE WORK The tender incorporates
Construction of Cement concrete bandhara.
The work includes following items: -
i. Excavation in soft strata & hard Strata
ii. Cement concrete .
iii. Backfilling, Pitching etc
E) INFORMATION ABOUT THE WORKS AND SITE CONDITIONS.
i. Location of work. 25 Km from District Place Alibag.
25 Km from Taluka Place ALIBAG.
0.5 Km from nearest village MORONDE
& BELOSHI.
ii. Nearest railway Station ALIBAG 25 Km from site
iii. Roads Approachable in all-weather by Roads
iv. Petrol and diesel pumps At Salav 20.00 Km
v. Nearest telephone/telegraph/fax At Salav 20.00 Km
vi. Status of land acquisition Not Applicable
vii. Other relevant information Nearest Market is at MORONDE &
BELOSHI, Tal. ALIBAG, Dist. Raigad 0.5
km from site
*All Values are Approximate.

Signature of contractor No. of corrections Executive Engineer


49

B - 1 TENDER FORM

SOIL AND WATER CONSERVATION DEPARTMENT


Percentage Rate Tender and Contract for Works P.W.D. 286 e
GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF
CONTRACTORS

1. All work proposed to be executed by Contract shall be notified in a form of


Invitation to Tender, pasted on a board hung up in the office of the District
Water Conservation Officer and signed by the Executive Engineer.

This form will state the work to be carried out as well as the date for
submitting and opening Tenders, and the time allowed for carrying out the
work; also the amount of earnest money to be deposited with the Tenderer and
the amount of security deposit to be deposited by the successful Tender and
the percentage, if any, to be deducted from bills. It will also state whether a
refund of quarry fees, royalties, octroi/cess dues and ground rents will be
granted. Copies of the specifications designs and drawing and estimated rates,
scheduled rates, and any other documents required in connection with the
work which will be signed by the District Water Conservation Officer for the
purpose of identification shall also be open for inspection by Contractors at
the office of the District Water Conservation Officer, Soil and Water
Conservation Department, RAIGAD during office hours.

Where the works are proposed to be executed according to the specifications


recommended by a Contractor and approved by a competent authority on
behalf of the Government of Maharashtra such specification with designs and
drawing shall form part of the accepted Tender.

2. In the event of the Tender being submitted by a firm, it must be signed by


each partner thereof and in the event of the absence of any partner, it shall be
signed on his behalf by a person holding a power-of -attorney authorizing him
to do so.

i) I/We agree that the offer shall remain open for acceptance for a
minimum period of 75 days from the date fixed for opening the same &
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
Ad or otherwise delivered at the officer of such authority. The Contractor
shall pay along with Tender Rs. 70000/- (In Word – Seventy Thousand
only) as and by way of earnest money which is deposited / transferred on
SBI Escrow of identification shall also be open for inspection by
Contractors at the office of the District Water Conservation Officer,

Signature of contractor No. of corrections Executive Engineer


50

Soil and Water Conservation Department, RAIGAD through payment


gateway of SBI Bank by modes like credit/debit card/internet
banking/NEFT/RTGS transfer of banks having core banking facility.
Details of deposit / transfer of Earnest Money is herewith forwarded. The
amount of earnest money shall not bear interest and shall be liable to be
forfeited to the Government /Corporation should I/We fail to (1) abide by
the stipulation to keep the offer open for the period mentioned above or
(2) sign and complete the contract documents as required by the
Engineer and furnish the security deposit if any as specified in item (c)
and (e) of the memorandum enclosed within the time limit laid down in
clause (1) of Conditions of contract .The amount of earnest money may
be adjusted towards the security deposit or are refunded to me/us if so
desired by me /us in ,writing, unless the same or any part there has been
forfeited as aforesaid.

ii) In the event of his Tender being accepted, subject to the provisions of
sub-clause (iii) below, the said amount of earnest money shall be
appropriated towards the amount of Security Deposit payable by him
under Condition of 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, without
prejudice to any other rights and powers of the Governments here-under
or in law, Government shall be entitled to forfeit the full amount of the
earnest money and the additional earnest money deposited by him.

iv) In the event of his tender not being accepted, the amount of earnest
money deposited by the Contractor shall, unless it is prior there to forfeit
under the provision of Sub-Clause (iii) above, be refunded to him on his
passing receipt therefore.

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 receipts shall be
signed in the name of the firm, by one of the partners or by some other person
having authority to give effectual receipts for the firm.

4. Any person who submits a Tender shall fill up usual printed form stating at
what percentage he is willing to undertake the work. Tenders which propose
any alteration in the work specified in the said form of invitation to Tender or
in the time allowed for carrying out the work or which contain any other
conditions of any sort, will be liable to rejection. Tender shall have the name
and the number of the work to which they refer written outside the envelope.

5. The identification shall also be open for inspection by Contractors at the


office of the District Water Conservation Officer, Soil and Water

Signature of contractor No. of corrections Executive Engineer


51

Conservation Department, RAIGAD and/or his duly authorized assistants


will open Tenders in the presence of intending tenderer who may be present at
the time, and will enter the amounts of the several Tenders in a comparative
statement in a suitable form. In the event of a Tender being accepted, the
Contractor shall thereupon for the purpose of identification, sign copies of the
specification and other document mentioned in rule. In the event of a Tender
being rejected, the Divisional Water Conservation Officer shall refund the
amount of the earnest money deposited by the Contractor after obtaining a
receipt for the return of earnest money.

6. The officer competent to dispose off 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 District Water Conservation
Officer.

8. The memorandum of work to be Tendered for and the schedule of the material
to be supplied by the Soil and Water Conservation Department and their rates
shall be filled in and completed by the Office of the identification shall also be
open for inspection by Contractors at the office of the District Water
Conservation Officer, Soil and Water Conservation Department,
RAIGAD, before the Tender form is issued. If a form issued to an intending
tenderer has not been so filled and completed, he shall request the said office
to have this done before he completes, and delivers his Tender.

9. All works shall be measured by net standard measure and according to the
rules and custom of the Soil and Water Conservation Department without
reference to any local custom.

10. Under no circumstances shall any Contractor be entitled to claim enhanced


rates for any items in this Contract.

11. A certificate of registration as approved Contractor with Maharashtra Water


Conservation Corporation, Aurangabad, with due validity for registration in
respect of Tenders from registered Contractor should be produced with the
Tender.(A Scanned Copy of original is must).

12. All corrections, additions or pasted slips should be initialed.

13. The measurements of work will be taken according to the usual method of the
Soil and Water Conservation Department and no proposals to adopt
alternative methods will be accepted. The District Water Conservation
Officer’s decision as to what is the usual method in use in the Soil And Water
Conservation Department will be final.

Signature of contractor No. of corrections Executive Engineer


52

14. The successful tenderer should produce to the satisfaction of the competent
authority accepting the Tender a valid and current license issued in his favour
under the Contract Labour (Regulation and abolition) Rule 1970, and the
Maharashtra Contract Labour (Regulation and abolition Rule) Rule 1971
before starting the work. On failure to do so the acceptance of the Tender will
be liable to be withdrawn and also the earnest money will be forfeited to
Government.

15. Every tenderer shall submit along with the Tender information regarding the
income tax circle or ward of the district in which he is assessed to income tax,
the reference to the number of the assessment and the assessment year.

16. The Contractor will have to construct shed at work site for storing controlled
and valuable materials having double locking arrangements. The materials
will then be taken for use in the presence of the Departmental persons. No.
materials will be allowed to be removed form the site of works, without prior
permission of Engineer-In-Charge.

17. A Scanned Copy of original Goods and Service Tax Registration Certificate
under Goods and Service Tax issued by the Sale Tax Department.

18. A Scanned Copy of original GST registration certificate in respect of sale by


transfer of property in goods involved in the executions of a work contract
under the provision of rule 51 of Maharashtra GST tax Act 2017 should be
submitted in technical bid while submitting tender online.

Signature of contractor No. of corrections Executive Engineer


53

TENDER OF WORK

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
______________ (% in words ___________________________________)
percent below / above the estimated rates tendered in Schedule B (Part-I)
(memorandum showing items of work to be carried out) and in accordance in all
respect with the specifications, design, drawing, and instructions in writing referred
to in Rule 1 of General Rules and Direction for Guidance of Contractors and in
clause 13 of the annexed Conditions of Contract and agree that when materials for
the work are provided by Government such materials and the rates to be paid for
them shall be as provided in the Schedule ‘A’ hereto.

MEMORANDUM
a) General description ........................: CONSTRUCTION OF GATED CEMENT
CONCRETE BANDHARA AT MORONDE
(BANDHAN) & BELOSHI (KALDARI) TAL:
ALIBAG DIST: RAIGAD
b) Estimated cost ...................................... : Rs. 6950379 /-
c) Earnest money ...................................... : Rs. 70000/-

d) Security deposit
i) Initial (not less than the amount of : Rs. 70000/-
Earnest money 1 %
ii) To be deducted from running account bills 1 % : Rs. 70000/-
Total (i) + (ii) = Rs. 140000/-
iii) Overall 2% amount will be increases as per stipulation of cl 38 and E.I.R.L.
(if any)
e) Time Allowed for the completion of work from : 12 (Calendar
date fixed in written order to commence. months) including
monsoon

Should this Tender be accepted, I/We hereby agree to abide by and fulfill all
the terms and provision of Conditions of Contract and Special 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.
I/We agree that this offer shall remain open for acceptance for a minimum
period of 75 days from the date fixed for opening the same 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 AD. or otherwise delivered at office of such
authority.

Signature of contractor No. of corrections Executive Engineer


54

The Details of deposit / transfer of Earnest Money along with Tender of Rs


70000/- (in words Rs. Seventy Thousand only_) is deposited / transferred on SBI
Escrow A/c.No. __________ of identification shall also be open for inspection by
Contractors at the office of the District Water Conservation Officer, Soil and
Water Conservation Department, RAIGAD, through payment gateway of SBI
Bank by modes like credit/debit card/internet banking/NEFT/RTGS transfer of
banks having core banking facility 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 (1) abide by the stipulation to
keep the offer open for the period mentioned above or (2) sign and complete the
Contract documents as required by the Engineer and furnish the security deposit as
specified in the 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, unless the same or
any part thereof has been forfeited as aforesaid.

Signature of Contractor Contractor


before submission of Tender - Address
Dated the ____________

day of _______________ 2023.

Signature of witness (Witness)

Contractor’s signature (Address)


(Occupation)

The above Tender is hereby accepted by me for and on behalf of the Governor of
Maharashtra.

Signature of the officer by whom accepted.


On dated the ____day of ________ 2023.

Signature of contractor No. of corrections Executive Engineer


55

SCHEDULE ‘A’

Signature of contractor No. of corrections Executive Engineer


56

SCHEDULE ‘A’

Schedule showing (approximately) the materials to be supplied from the


Government’s store for the work contracted to be executed and preliminary and
ancillary works, and the rates at which they are to be changed for.

Name of Work : CONSTRUCTION OF GATED CEMENT CONCRETE


BANDHARA AT MORONDE (BANDHAN) & BELOSHI
(KALDARI) TAL: ALIBAG DIST: RAIGAD

Particulars Rate at which the material will be Place of delivery


charged to be the Contractor
Unit Rate
1 2 3 4

------- NIL --------

Note : 1) All the materials including cement and steel are to be procured by the
Contractor. The Department will not arrange for supply of any
materials.
2) The materials bought by the Contractor will be got tested and the
expenditure of Testing shall be borne by the Contractor and only the
materials found to comply with the specification shall be allowed to
be used on the work.

District Water Conservation Officer


Soil and Water Conservation Department
RAIGAD

Signature of contractor No. of corrections Executive Engineer


57

SCHEDULE ‘B’

Signature of contractor No. of corrections Executive Engineer


58

NAME OF WORK :- CONSTRUCTION OF GATED CEMENT CONCRETE BANDHARA AT MORONDE (BANDHAN) TAL:
ALIBAG DIST: RAIGAD

Item Quantities Item of Work Tender Rates Units Total


No. estimated Amount
but may according to
be more or Estimated
less Quantities
In Figure In Words Rs. Ps.
Part I
1 Excavation in Soft Strata in all kind of soils, soft murrum, hard murrum, soft rock including boulder 58.87 Rupees fifty-eight Cum.
upto 0.6m dia (0.113cum) for canal, seating of embankment, filter drains / catch water drains etc., and and paise eighty- 28,613.00
placing the excavated stuff neatly in dump area or for formation of service road / embankment seven only
including Clearing & removing grass, bushes and shrubs etc, dressing and, cost of all materials,
machinery, labour, dressing bed and sides to required level and profile etc.complete with all lead and
lifts as directed. (including all the necessary dewatering)
486.00
2 81.52 Excavation in hard rock of all toughness by blasting including boulders above 0.6 m dia.(0.113Cum) 388.74 Rupees three hundred Cum.
minimising damage to side slopes of excavation in water prism area by adopting any one or eighty-eight and paise 31,689.00
combination of line drilling /pre-splitting /smooth blasting techniques and placing the excavated rock seventy-four only
neatly in approved dump area including cost of all materials, machinery, labour,levelling bed etc.,
complete with all lead and all lifts as directed. (including all the necessary dewatering)

3 30.00 Drilling 25 mm dia holes in hard rock 75 Cm deep for 25 mm dia anchore rod / bar including 76.00 Rupees seventy-six Nos
depositing the material as directed with all lead and lift as per specification etc. complete. and paise nil only 2,280.00

4 360.94 Providing and laying in situ cement concrete of grade M-15 of trap / granite / gneiss / quartzite /graded 5915.12 Rupees five thousand Cum.
metal for PCC with or without surface reinforcement/RCC concreting requiring heavy or special type nine hundred fifteen 21,34,982.00
of shuttering for works of gallery, sluice, spillway crest, spillway down stream face, energy dissipating and paise twelve only
structures, intake structures, training walls, piers, abutments etc.with Concrete Mixer with shuttering
and scaffolding, placing, compacting, curing etc.complete with all lead and lifts as directed. (40 MSA
Cement- 5.20 Bag/cum) (including all the necessary dewatering)
5 2.02 Providing, fabricating and placing in position reinforcement steel for RCC works including cutting, 90456.65 Rupees ninety MT
bending, hooking, laying in position and tying M.S./ HYSD / TMT bars for reinforcement of R.C.C. thousand four 1,82,914.00
work as per detailed drawing etc.complete with all lead and lifts as directed.. hundred fifty-six and
paise sixty-five only

Signature of contractor No. of corrections Executive Engineer


59

6A 2.00 Providing structural steel work I rolled section like joists , channels, angles, tees etc. cutting welding , 905.65 Rupees nine hundred Rmt
fixing as per detailed drwaing and design including fixing in position with all connection etc.complete five and paise sixty- 1,811.00
with all lead and lifts as directed. A] Channel five only
6B 2.15 Providing structural steel work I rolled section like joists , channels, angles, tees etc. cutting 794.95 Rupees seven Rmt
welding , fixing as per detailed drawing and design including fixing in position with all hundred ninety-four 1,709.00
connection etc.complete with all lead and lifts as directed.. B] Beam and paise ninety-
five only
7 2.00 Manufacturing with QAP & fabrication of KT weir needle gates - straight type size 2.15 x 9383.15 Rupees nine Nos
0.5M- 94 Kg. weight as per relevant Indian Standards with all material, Mild steel thousand three 18,766.00
confirming to IS 2062, Rubber seal confirming to IS 4623 & Welding electrodes AWS hundred eighty-
E6013 for general weld joints. It includes all materials, Labour charges, machinery charges, three and paise
1km lead charges of transportation, loading and unloading charges of Gate parts at Site, fifteen only
Inspection & Quality control charges, Sand blasting, Painting with one coat of Zinc rich
primer on dry film to give total dry film thickness 70 +/- 5 microns and 2 coats of sloventless
coal tar epoxy paint applied to give minimum dry film thickness of 150+/- 5 micron per coat
as per IS 14177 etc.complete with all lead and lifts as directed..

8 122.00 Back filling up to ground level behind the canal structures etc. complete (without royalty) 58.15 Rupees fifty-eight Cum.
with suitable material of approved quality in layers not exceeding 20 cm without disturbing and paise fifteen 7,094.00
the structure etc.complete with all lead and lifts as directed. only
9 50.00 Providing and constructing 330 mm thick dry rubble stone pitching using stones and stone 65.90 Rupees sixty-five Sqm.
chips from localy available, excavated materials including labour, hand packing / wedging and paise ninety 3,295.00
stone chips, finishing etc., complete with lead up to 50 m and all lifts excluding royalty of only
material etc.complete with all lead and lifts as directed.

10 1.00 Providing and fixing canal information board of 1.2x0.75 m prepared on 16 gauge M.S. sheet 5743.35 Rupees five Nos
with angle iron frame of size 35x35x3 mm with cross bracing of size 25x25x3 mm including thousand seven 5,743.00
painting with one coat of zinc chromate storing primer and two coats each of green/white hundred forty-three
back ground and back side grey store enamelled bonded with red retro reflective sheet and paise thirty-five
Engineering grade, border/letters/numeral / arrows coated with non pealable crystal clear only
protective transperent coat retaining 100% reflection including two angle iron post of size

Signature of contractor No. of corrections Executive Engineer


60

50x50x5 mm of 3.65 m long inflated at botton drilled on top and painted in white and black
bonds of 30 cm with four numbers high strength of G.I. bolts and nuts of size 10 mm dia. and
20 mm long sheet and angle iron post in one piece without joints including all taxes,
conveying, fixing in ground with cement concrete in M-15 block of size 60x60x75 cm as
etc.complete with all lead and lifts as directed.
Total Rs….
Part I 24,18,896.0
Part II
Royalty Charges as per Revenue and Forest Department's notification dated 04/06/2021 as 108594.40
Maharashtra Minor Mineral Extraction Rules, 2010 and as per insruction in general notes on
S&WCD CSR 2020-2021 for items of lime stone,lime shell, stones, rubble, stone dust, shingles,
gravel, murum, kankar and ordinary sand, ordinary clay, ordinary earth (to be used for
embankment and filling),slate and shell etc

General Insurance-1% On Part I 24189.00


GST-18% On Part I 435401.00
Total Part II 568184.40
Gross Total Part I + II 2987080.40
(Part – A) Say Rs. 2987080.0

Signature of contractor No. of corrections Executive Engineer


61

NAME OF WORK :- CONSTRUCTION OF GATED CEMENT CONCRETE BANDHARA AT BELOSHI (KALDARI) TAL: ALIBAG
DIST: RAIGAD

Item Quantities Item of Work Tender Rates Units Total


No. estimated Amount
but may according to
be more or Estimated
less Quantities
In Figure In Words Rs. Ps.
Part I
1 Excavation in Soft Strata in all kind of soils, soft murrum, hard murrum, soft rock including boulder 53.72 Rupees fifty-three Cum.
upto 0.6m dia (0.113cum) for canal, seating of embankment, filter drains / catch water drains etc., and and paise seventy- 44,911.00
placing the excavated stuff neatly in dump area or for formation of service road / embankment two only
including Clearing & removing grass, bushes and shrubs etc, dressing and, cost of all materials,
machinery, labour, dressing bed and sides to required level and profile etc.complete with all lead and
836.00 lifts as directed. (including all the necessary dewatering)
2 102.64 Excavation in hard rock of all toughness by blasting including boulders above 0.6 m dia.(0.113Cum) 368.55 Rupees three hundred Cum.
minimising damage to side slopes of excavation in water prism area by adopting any one or sixty-eight and paise 37,826.00
combination of line drilling /pre-splitting /smooth blasting techniques and placing the excavated rock fifty-five only
neatly in approved dump area including cost of all materials, machinery, labour,levelling bed etc.,
complete with all lead and all lifts as directed. (including all the necessary dewatering)
3 40.00 Drilling 25 mm dia holes in hard rock 75 Cm deep for 25 mm dia anchore rod / bar including 76.00 Rupees seventy-six Nos
depositing the material as directed with all lead and lift as per specification etc. complete. and paise nil only 3,040.00
4 484.86 Providing and laying in situ cement concrete of grade M-15 of trap / granite / gneiss / quartzite /graded 5845.07 Rupees five thousand Cum.
metal for PCC with or without surface reinforcement/RCC concreting requiring heavy or special type eight hundred forty- 28,34,020.00
of shuttering for works of gallery, sluice, spillway crest, spillway down stream face, energy dissipating five and paise seven
structures, intake structures, training walls, piers, abutments etc.with Concrete Mixer with shuttering only
and scaffolding, placing, compacting, curing etc.complete with all lead and lifts as directed. (40 MSA
Cement 5.20 Bag/Cum ) (including all the necessary dewatering)
5 2.60 Providing, fabricating and placing in position reinforcement steel for RCC works including cutting, 90405.20 Rupees ninety MT
bending, hooking, laying in position and tying M.S./ HYSD / TMT bars for reinforcement of R.C.C. thousand four 2,35,404.00
work as per detailed drawing etc.complete with all lead and lifts as directed. hundred five and
paise twenty only
6A 2.00 Providing structural steel work I rolled section like joists , channels, angles, tees etc. cutting welding , 904.95 Rupees nine hundred Rmt
fixing as per detailed drwaing and design including fixing in position with all connection etc.complete four and paise ninety- 1,810.00

Signature of contractor No. of corrections Executive Engineer


62

with all lead and lifts as directed. A] Channel five only


6B 2.15 Providing structural steel work I rolled section like joists , channels, angles, tees etc. cutting 794.40 Rupees seven Rmt
welding , fixing as per detailed drwaing and design including fixing in position with all hundred ninety-four 1,708.00
connection etc.complete with all lead and lifts as directed. B] Beam and paise forty only
7 2.00 Manufacturing with QAP & fabrication of KT weir needle gates - straight type size 2.15 x 9377.55 Rupees nine Nos
0.5M- 94 Kg. weight as per relevant Indian Standards with all material, Mild steel thousand three 18,755.00
confirming to IS 2062, Rubber seal confirming to IS 4623 & Welding electrodes AWS hundred seventy-
E6013 for general weld joints. It includes all materials, Labour charges, machinery charges, seven and paise
1km lead charges of transportation, loading and unloading charges of Gate parts at Site, fifty-five only
Inspection & Quality control charges, Sand blasting, Painting with one coat of Zinc rich
primer on dry film to give total dry film thickness 70 +/- 5 microns and 2 coats of sloventless
coal tar epoxy paint applied to give minimum dry film thickness of 150+/- 5 micron per coat
as per IS 14177 etc.complete with all lead and lifts as directed.

8 209.00 Back filling up to ground level behind the canal structures etc. complete (without royalty) 58.15 Rupees fifty-eight Cum.
with suitable material of approved quality in layers not exceeding 20 cm without disturbing and paise fifteen 12,153.00
the structure etc.complete with all lead and lifts as directed. only
9 50.00 Providing and constructing 330 mm thick dry rubble stone pitching using stones and stone 65.90 Rupees sixty-five Sqm.
chips from localy available, excavated materials including labour, hand packing / wedging and paise ninety 3,295.00
stone chips, finishing etc., complete with lead up to 50 m and all lifts excluding royalty of only
material etc.complete with all lead and lifts as directed.

10 1.00 Providing and fixing canal information board of 1.2x0.75 m prepared on 16 gauge M.S. sheet 5743.35 Rupees five Nos
with angle iron frame of size 35x35x3 mm with cross bracing of size 25x25x3 mm including thousand seven 5,743.00
painting with one coat of zinc chromate storing primer and two coats each of green/white hundred forty-three
back ground and back side grey store enamelled bonded with red retro reflective sheet and paise thirty-five
Engineering grade, border/letters/numeral / arrows coated with non pealable crystal clear only
protective transperent coat retaining 100% reflection including two angle iron post of size
50x50x5 mm of 3.65 m long inflated at botton drilled on top and painted in white and black
bonds of 30 cm with four numbers high strength of G.I. bolts and nuts of size 10 mm dia. and
20 mm long sheet and angle iron post in one piece without joints including all taxes,
conveying, fixing in ground with cement concrete in M-15 block of size 60x60x75 cm

Signature of contractor No. of corrections Executive Engineer


63

etc.complete with all lead and lifts as directed


Total Rs….
Part I 31,98,665.0
Part II
Royalty Charges as per Revenue and Forest Department's notification dated 11/05/2015 as 156886.58
Maharashtra Minor Mineral Extraction Rules, 2010 and as per insruction in general notes on S&WCD
CSR 2017-2018 for items of lime stone,lime shell, stones, rubble, stone dust, shingles, gravel, murum,
kankar and ordinary sand, ordinary clay, ordinary earth (to be used for embankmen and filling), slate
and shell etc

General Insurance-1% On Part I 31987.00


GST-18% On Part I 575760.00
Total Part II 764633.58
Gross Total Part I + II 3963298.58
(Part – B) Say Rs. 3963299.0

GRAND TOTAL (Part A + Part B) 6950379.0

(In word : Rupees Sixty Nine Lacs Fifty Thousand Three Hundred Seventy Nine Only)
1. The rates quoted by contractor in Tender shall be taken as applying to all conditions of weather.
2. The above and below percentage quoted by the bidder shall be on amount of schedule B (Part-I). The accepted tender amount shall be
amount of the schedule B (part-I), plus or minus offer quoted by the bidder and schedule B (part-II).
Prepared By Checked By

Water Conservation Officer Sub Divisional Water Conservation Officer Water Conservation Officer District Water Conservation Officer
Soil & Water Conservation Department Soil & Water Conservation Department Soil & Water Conservation Department
KOLAD KOLAD RAIGAD RAIGAD

Signature of contractor No. of corrections Executive Engineer


64

CONSTRUCTION PROGRAM

Signature of contractor No. of corrections Executive Engineer


65

CONSTRUCTION OF GATED CEMENT CONCRETE BANDHARA AT MORONDE (BANDHAN) TAL: ALIBAG DIST: RAIGAD

Sr. Tender
Item of work Unit Ist Quarter IInd Quarter IIIrd Quarter IVth Quarter
No. Quantity
1 2 3 4 5 6 7 8
1 Excavation in SOFT STRATA exceeding 1.5m Cum. 11454.00 11454.00 0.00 0.00
in width including depositing the material 486.00
2 Excavation in HARD ROCK exceeding 1.5m 81.52 Cum. 747.42 747.42 0.00 0.00
in width by blasting including depositing
3 Drilling 25 mm dia holes in hard rock 75 Cm 30.00 Nos 361.00 361.00 0.00 0.00
deep for 25 mm dia anchore rod / bar
4 Providing and laying in situ cement concrete of 360.94 Cum. 3581.01 3581.01 0.00 0.00
grade M-15 of trap / granite / gneiss
5 Providing, fabricating and placing in position 2.02 MT 20.75 20.75 0.00 0.00
reinforcement steel for RCC works
6A Providing structural steel work I rolled section 2.00 Rmt 28.50 28.50 0.00 0.00
like joists , channels, angles, tees A] Channel
6B Providing structural steel work I rolled section 2.15 Rmt 29.03 29.03 0.00 0.00
like joists , channels, angles, tees. B] Beam
7 Manufacturing with QAP & fabrication of KT 2.00 Nos 28.50 28.50 0.00 0.00
weir needle gates - straight type
8 Back filling up to ground level behind the canal 122.00 Cum. 2864.50 2864.50 0.00 0.00
structures etc. complete (without royalty)
9 Providing and constructing 330 mm thick dry 50.00 Sqm. 900.00 900.00 0.00 0.00
rubble stone pitching using stones.
10 Providing and fixing canal information board 1.00 Nos 6.00 6.00 0.00 0.00

Signature of contractor No. of corrections Executive Engineer


66

CONSTRUCTION OF GATED CEMENT CONCRETE BANDHARA AT BELOSHI (KALDARI) TAL: ALIBAG DIST: RAIGAD

Sr. Tender
Item of work Unit Ist Quarter IInd Quarter IIIrd Quarter IVth Quarter
No. Quantity
1 2 3 4 5 6 7 8
1 Excavation in SOFT STRATA exceeding 1.5m Cum. 11454.00 11454.00 0.00 0.00
in width including depositing the material 836.00
2 Excavation in HARD ROCK exceeding 1.5m 102.64 Cum. 747.42 747.42 0.00 0.00
in width by blasting including depositing
3 Drilling 25 mm dia holes in hard rock 75 Cm 40.00 Nos 361.00 361.00 0.00 0.00
deep for 25 mm dia anchore rod / bar
4 Providing and laying in situ cement concrete of 484.86 Cum. 3581.01 3581.01 0.00 0.00
grade M-15 of trap / granite / gneiss
5 Providing, fabricating and placing in position 2.60 MT 20.75 20.75 0.00 0.00
reinforcement steel for RCC works
6A Providing structural steel work I rolled section 2.00 Rmt 28.50 28.50 0.00 0.00
like joists , channels, angles, tees A] Channel
6B Providing structural steel work I rolled section 2.15 Rmt 29.03 29.03 0.00 0.00
like joists , channels, angles, tees. B] Beam
7 Manufacturing with QAP & fabrication of KT 2.00 Nos 28.50 28.50 0.00 0.00
weir needle gates - straight type
8 Back filling up to ground level behind the canal 209.00 Cum. 2864.50 2864.50 0.00 0.00
structures etc. complete (without royalty)
9 Providing and constructing 330 mm thick dry 50.00 Sqm. 900.00 900.00 0.00 0.00
rubble stone pitching using stones.
10 Providing and fixing canal information board 1.00 Nos 6.00 6.00 0.00 0.00

Sub-Divisional Water Conservation Officer District Water Conservation Officer


Soil and Water Conservation. Sub-Division, Soil and Water Conservation Division,
KOLAD RAIGAD

Signature of contractor No. of corrections Executive Engineer


67

BID CAPACITY FORMS

Signature of contractor No. of corrections Executive Engineer


68

LETTER OF TRANSMITTAL

To,
District Water Conservation Officer,
Soil and Water Conservation Department,
RAIGAD.

Subject : CONSTRUCTION OF GATED CEMENT CONCRETE BANDHARA


AT MORONDE (BANDHAN) & BELOSHI (KALDARI) TAL: ALIBAG
DIST: RAIGAD

Sir,
Having examined the details given in information and instruction to applicants for the
work. (Enter the name of work mentioned at the ...........)

I (We) hereby submit the Main Tender information and relevant documents.

I (We) hereby certify the truth and correctness of all statements made and information
supplied in the enclosed Form- 1 to 5, Appendix & Undertaking.

I/We have furnished all information and details necessary for the Main Tender as
bidder(s) and that no further information remains to be supplied.

I/We authorise the project authorities to verify the correctness therefore as well as to
approach any Govt. department individuals, employees, firms and/or corporation to verify
correctness of information submitted by me/us to prove my/our competence and general
reputation.

I/We submit the following certificate(s) in support of our eligibility; technically know
how, capability and having successfully completed the works form the clients/owners of
respective works.

1.
2.
3.
4.
Enclosed. - Signature of Applicant/Contractor.
Seal of applicant.
Date of submission:

Signature of contractor No. of corrections Executive Engineer


69

Form-1- Basic Information of Bidder

This form consist of basic information of Bidder & it's certificates. It should be
compulsory filled up the information required for Sr. No. 1 to 17. Unless & otherwise
Bidder will not be evaluated further

1 Name of Bidder

2 Nationality

3 Office Address

i Telephone No.

ii E-mail I.D.

iii Fax No

4 i Year of Establishment

5 Whether the Bidder is

i An Individual

ii A Proprietary Firm

iii A Limited Company or Corporation

iv A Member of a group of Companies ( If yes, Give Name,


Address, Connections and description of other companies)
v A Subsidiary of a large organisation ( If yes give Name &
Address of the organisation) If the Company is subsidiary what
involvement, if any will the parent company have in the project
vi Joint Venture consortia (If yes, give Name & Address of each
Partner
6 Maharashtra Water Conservation Corporation, Aurangabad
Registration
i Classification (A- Earthwork, B-Concrete)

ii Valid up to

7 Income Tax PAN

8 GST No.

Signature of contractor No. of corrections Executive Engineer


70

9 E.P.F. Registration No.

10 What best Describes you (Engineers & Contractors/Consulting


Engineers & Contractors/If Other Please specify)
11 No. of Years in Business

(i) As a prime contractor

a In own Country

b Internationally (Specify Country)

(ii) In a Joint Venture

a In own Country

b Internationally (Specify Country)

(iii) As a sub-Contractor

a In own Country

b Internationally (Specify Country)

12 Have you ever failed to complete any work awarded to you

13 In how many projects have you asked arbitration after ratification


and how many cases settled in your favour
14 In how many projects you were imposed penalties for delay

15 Have any key personnel of partner of your organisation ever failed


to complete contract awarded in his name
16 Do you have Quality Control Laboratory and Mobile Laboratory

Signature of contractor No. of corrections Executive Engineer


71

Form – 2 Details of quantities executed and amount of works (Completed and


ongoing) for the last five years

Executed Quantities Total


financial
turnover
Sr. amount
Year
No. Rs. in lakhs
Excavation Embankment Concrete Steel Pitching
Cum Cum Cum MT Sqm
1 2 3 4 5
1 Vth (2015-16)

2 IVth (2016-17)

3 IIIrd (2017-18)

4 IInd (2018-19)

5 Ist (2019-20)

Total
--
Certified that the above information is true and correct to the best of my knowledge and belief

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


72

PROFORMA -- 2 (a) Details of the works completed


(Separate information for each works).

1. Name of work
2. Agreement No. and year
3. Place and country
4. Total tendered cost of work (Rs. in lakhs)
5. Brief description of works including principal feature and
quantities of main items of the work
6. Annual Turnover -

Quantities executed (Certificate of concerned


authorities is essential)
Items Unit
Vth year IVth year IIIrd year IInd year Ist year
2016-17 2017-18 2018-19 2019-20 2020-21
6.1 Physical
a Excavation Cum
b Embankment Cum
c Concrete Cum
d Steel MT
e Pitching Sqm
6.2 Financial Rs. in Lakhs
Financial turnover
Defined as billing for
works. (excluding
advance payments
received duly certified
by Concerned
authorities)

7 Period of completion
(a) Date of Commencement
(b) Originally stipulated period of completion
(c) Scheduled date of completion
(d) Extended date of completion e). Actual time taken for
completion
(e) Certificate of concerned authority regarding
completion of work if completed in time (Y/N)
(f) Reasons for non completion of work in stipulated time
limit, if so

Signature of contractor No. of corrections Executive Engineer


73

Where there any penalties/fines/stop


notices/compensation /liquidated damaged imposed
7 (Yes or No. if yes, give amount and explanation)
Where there any penalties/fines/stop
notices/compensation /liquidated damaged imposed
8 (Yes or No. if yes, give amount and explanation)
Name, Designation, and complete address with whom
the contents of the preceding Para 1 to 8 could be
9 verified.
Name of applicant’s Engineer-in-charge of the work
10 and educational qualification
Give details of your experience in monthly placement
11 of important items
Give details of your experience in mobilising large
value contracts with modern technology on the
12 deployment of latest heavy construction equipment
Details of quality control arrangements made by the
13 contractor of his own on these works
Whether bidder penalised under clause 2 slow
14 progress of work
Whether work abandoned by the bidder clause 3.
15 Whether rescind contracts as incomplete work
Whether recorded bad quality of works by Quality
16 control authority
Whether valid bad, poor performance published in
17 media.
Whether evidence of rude behavior of contractors
18 with offer bears

----------------------------------------------------------------------------------------------------
Certified that the above information is true and correct to the best of my knowledge and
belief

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


74

Proforma -- 2(b) Details of works in hand


(Separate information for each work.)
1. Name of work
2. Agreement No. and Year
3. Place and country
4. Tendered cost of work (Rs. in lakhs.)
5 Name of applicant’s Engineer-in-charge with educational qualification
6. Annual turnover

Sr. Quantities exempted


Item Unit
No (Certificate of concerned authorities is essential )
Vth IVth IIIrd IInd Ist
year Year Year Year year
2015-16 2016-17 2017-18 2018-19 2019-20
6.1 Physical
a Excavation Cum
b Embankment Cum
c Concrete Cum
d Steel MT
e Pitching Sqm
Financial Rs. in
6.2
Turnover Lakhs
7 i) Percentag0e of physical completion
ii) Cost of work completed (Rs. in lakhs)
iii) Revised tendered cost (Lakhs)
iv) Balance cost on the date stipulated
v) Stipulated date of completion
vi) Anticipated date of completion
8 Whether work progress is as per tender programme (Yes or
No) If not explain the reasons.
9 Expected year wise programme of completion
Present year
Next year
10 Were there any fines, claims or stop notices filed by
the Employer (Yes or No.)
11 Details of quality control arrangements made by the
contractor of his own on these works
12 Name, Designation, Department and complete address
with whom the contents can be verified
Certified that the above information is true and correct to the best of my knowledge and belief. I
fully aware that my Bid will be treated as nonresponsive & will be summarily rejected at any time
if above information is found to be false & misleading.

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


75

Proforma -- 2 (c) Certificate For the work completed / under progress

(Separate information for each work)

Certificate For the work completed / under progress as on 31/05/2021

Sr.No Perticular Details

1 Name of work

2 Estimate cost

3 Agreement No

4 Name of Contractor

5 Tendered Cost

6 Date of work order

7 Stipulated period of completion

8 Scheduled date of completion

9 Extension granted 1

10 Final date of completion

11 Revised cost of work

12 Cost of work executed

13 Balance cost of work

14 Reasons for non-completion of


work in scheduled period of
completion

15 Whether any penalties / fine /


stop notice / compensation /
liquidate damage imposed

Signature of contractor No. of corrections Executive Engineer


76

16 Details of work done


Excavation Embankment Concrete Steel Pitching Cost of work
Cum Cum Cum MT Sqm Rs in lacks
Tendered Quantity

Revised Quantity

Executed Quantity

Year wise Break-up


Vth (2016-17)
IVth (2017-18)
IIIrd (2018-19)
IInd (2019-20)
Ist (2020-21)

17. Remarks about performance of contractor about physical progress and quality of
work:

_______________________________________
_______________________________________

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


77

Form -- 3 Similar type of work

(Separate information for each work)


Statement showing the similar type of work carried out by the contractor

1 Name of similar type of work

2 Agreement No.

3 Amount of work done

4 Date of completion of work


Concerned office of the
5 Executive Engineer Name &
Address
6 Remarks

Certified that the above information is true and correct to the best of my knowledge and belief. I
fully aware that my Bid will be treated as nonresponsive & will be summarily rejected at any
time if above information is found to be false & misleading.

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


78

Form - 4/1 Values of " A" for calculating the Bid capacity

Details of information required for calculating the Bid capacity Statement for determining value
of "A" i.e. maximum value of Civil Engineering Works done during the last five years.

Value of Civil Engineering works done during the year


(Excluding advance such as mobilisation advance and machinery advance etc.)
Sr. Rs. in lakhs.
Name of work
No Value of “A” Balance Attach the
th
V year IV th
IIIrd Year IInd.Year st
1 .Year. Amount Certificate
2016-17 year 2018-19 2019-20 2020-21 of concern
2017-18 authority
1 2 3 4 5 6 7 8 9
1
2
3
4
5
6

Total :

Factor for updating


1.61 1.46 1.33 1.21 1.10
Updated Value of work

Updated Cost
NOTE :-
1) Figures in Col 3 to 7 should be supported by certificates given by Executive Engineer /
District Water Conservation Officer, in case of Govt. / Semi Govt., / Works and by
project authorities in all her cases.
2) The maximum value of Civil Engineering works (A) executed in a year shall be
minimum of the following
a) Ascertained from the Certificates mentioned above.
b) Ascertained from the total contract amount received in a year as stated at
Sr.No.5 (c) in Income Tax Clearance Certificate. Contractor shall ensure
that information’s is filled in by income Tax authorities in case this
information is not filled in, the contractor shall submit balance sheets of last
five years duly certified by the Chartered Accountant.
4) Tender will be considered as Irresponsive if information submitted is found to be false
on verification.

Signature of contractor No. of corrections Executive Engineer


79

Work done as per –

I.T. Or Balance Sheet Ref. to page No.


Year Certificate Amount Amount Certificate
2016-17
2017-18
2018-19
2019-20
2020-21

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


80

Form - 4/2 Values of " B" for calculating the Bid capacity

i.e. value of existing commitments and ongoing works to be completed in the period
stipulated for completion of the work, Certificates regarding this will be required to be
countersigned by the Engineer-in-charge.

Amount Rs. in Lakhs.


Value of
Month &
works to
year of Amount Revised Schedule
Sr. Period of Balance be
Name of work commen- of Tender date of
No Completion cost completed
cement Contract Cost completion
between
of work
period
1 2 3 4 5 6 7 8 9

Total

Note : Figures in Col. 3 to 9 should be supported by the certificate issued by Executive


Engineer in case of Govt./Semi Govt. works and head of offices in case of other organisation
by project authorities in all other cases.

Certified that the above information is true and correct to the best of my knowledge and belief.
I fully aware that my Bid will be treated as nonresponsive & will be summarily rejected at any
time if above information is found to be false & misleading.

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


81

Form - 4 /3 Calculation of Bid capacity of the Bidder

This format calculate the Bid capacity of the Bidder based on information
submitted by the bidder
Where N = Period for completion of work.

(Bidders Self declaration regarding Bid Capacity)

Bid Capacity = ( A x N x 2) – B

A = Maximum updated value of civil


engineering works done during the year in
1 any one year during the period of last (A) In Lakh
five years

N = Time period of tender in years


2 (N) 2 Nos

B = Value Declared in Format 4


3 (B) In Lakh

Bid Capacity
4 In Lakh

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


82

FORM - 4/4 Details of works tendered for


as on the date of submission of Tender document

(Separate information for each work)

1 Name of work

2 Estimated cost (Rs. in Lakhs)

3 Tendered cost (Rs. in lakhs)

4 Date when decision is expected

5 Stipulated date and period of


completion

6 Name, designation and address with


whom the Contents of the above
information can be Verified.

7 Remarks.

Certified that the above information is true and correct to the best of my knowledge and belief.

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


83

Form - 5 FINANCIAL STATEMENT


(To be given separately for each partner in case of joint venture)

1 Capital
a) Authorised
b) Issue and paid up
2 a) Date of incorporation of the Firm
b) Duration of existence of the firm
3 Furnish Balance heet and profit & loss
statement with Auditor’s report for the last
five years, it should interlaid with the
following information
i. Your Working capital
ii. Your Turnover on civil Engineering works

Year Amount of Turnover Multiplying Amount of Turnover brought to


during the year (Rs. in Factor current price level (by multiplying
lakhs) amounts in col.2 by factors give in
Col.3 (Rs. in lakhs)

Vth Year 1.61

IVth Year 1.46

IIIrd Year 1.33

IInd Year 1.21

Ist Year 1.10

iii. Your gross income (Rs. in Lakhs)

Year Gross income (Rs. In Year Gross income (Rs. In


Lakhs) Lakhs)

Vth IInd

IVth Ist

IIIrd

Signature of contractor No. of corrections Executive Engineer


84

4 Total liabilities
a. Current Ratio
i Current assets. (Rs. in Lakhs)
ii Current assets. (Rs. in Lakhs)
b. Total liabilities to net worth
5 Debit equity ratio (Defined as Debt/Equity)
What is the maximum value of the project
that you can handle? ( Rs. in lakhs)
6 Have you ever denied tendering facilities by the Govt.
Dept./public Sector undertaking? (Give details).
7 What are your sources of finance? (Please give complete
details Bank reference also)
8 Certificate of financial soundness from Bankers of
applicant.
9 Furnish the following information for last five years (duly
certified by the respective Banks)
a. Bank guarantee over draft limit enjoyed by the firm during
each of the last five years with Bank wise breakup (Rs.in
lakhs)
b. Portion of Bank guarantee already utilised as on date of
application (Rs. in lakhs)
10 Overdraft limits enjoyed during each of the last five years
with Bank wise breakup ( Rs. in Lakhs)
11 Name and address of Bankers from whom reference can be
made
12 Have you been declared bankrupt? (If yes, please give
details)

Certified that the above information is true and correct to the best of my knowledge and belief.

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


85

APPENDIX

Signature of contractor No. of corrections Executive Engineer


86

APPENDIX ‘A’

Details of the works carried out by the Tenderer


Sr. No. Name of work Place and Country Tendered Cost Time in which Stipulated date of Principal
Rs. In lakh completed completion & features
actual
date of completion
with reasons (if
delayed)
1 2 3 4 5 6 7

Signature of contractor No. of corrections Executive Engineer


87

APPENDIX ‘B’
Details of other works tendered for and works in hand as on the date of submission of the Tender.

Sr. Name of Place & Works in hand Works tendered for Remarks
No. work Country
Tendered Cost of Anticipated Estimate Date by Stipulated
cost remaining date of cost which date
Rs. in lakh work Rs. In completion in Rs. lakhs decision is or period of
lakh expected completion
1 2 3 4 5 6 7 8 9 10

Signature of contractor No. of corrections Executive Engineer


88

APPENDIX ‘C’
Details of plant & machinery immediately available with the Tenderer for use on this work.
Sr. Name of equipment No. of Kind of Capacity Age and condition Present Remarks
No. Units Make location
1 2 3 4 5 6 7 8
A. Excavation,and laying
Compaction, Equipment.
1.
2.
3.
Concreting &
B. Hoisting Equipment
1.
2.
3.
C
Transporting Equipment
Pumping, workshop &
D.
Miscellaneous Equipment
1.
2.
3.

Signature of contractor No. of corrections Executive Engineer


89

APPENDIX ‘D’
Details of Technical Personnel with the Tenderer

Sr. Description Name in full Length of Qualification Professional Experience Remarks


No. Service in & details of work
firm carried out
1 2 3 4 5 6 7

1. Project Manager

2 Works Manager
3.
(Civil Senior Engineer)
Work Manager
(Mechanical and Electrical)

Supervisors

4.

Signature of contractor No. of corrections Executive Engineer


90

APPENDIX ‘E’
DECLARATION OF THE CONTRACTOR
(Should be Submitted on Rs. 500 Stamp Paper)
NAME OF WORK : CONSTRUCTION OF GATED CEMENT CONCRETE BANDHARA AT
MORONDE (BANDHAN) & BELOSHI (KALDARI) TAL: ALIBAG DIST:
RAIGAD

1. I/We underscore the importance of a free, fair and competitive procurement


process that precludes fraudulent use. In this respect we have neither offered
nor granted, directly or indirectly, any inadmissible advantages to any public
servants or other persons in connection with our bid, nor will we offer or grant
any such incentives or conditions in the present procurement process or, in the
event that we are awarded the contract, in the subsequent execution of the
contract.

2. I/We ______________________________________________________
Contractor (s) hereby undertake that I / We shall pay the labourers engaged on
the work under this Contract, their wages as per Minimum Wages Act. 1948
and amendments thereto, applicable to the zone in which the work lies and act
accordingly. I/ We also undertake to abide by the various laws in force and
extend necessary facilities and amenities to the staff and workers employed by
me /us.

3. I/We hereby declare that I/We have made my self/ourselves/thoroughly


conversant with the local conditions regarding all construction materials such
as stone, sand, surkhi, soil, murum, etc. and labour on which I/We have bid
my/our rates for this work. The specifications of this work have been carefully
studied and understood by me/us before submitting this Tender.

4. I/We hereby undertake to indemnify and hereby indemnify the Government


against all liabilities arising out of application of all labour laws viz. the
minimum wages act, ESIS and PF Act etc. with reference to labour engaged
on subject work.

5. All leads and lifts charges for the procurement, excavation, utilization and
disposal of the various construction materials required are included in the
rates of items under the Contract, and it is clear to me/us unconditionally. No
claim for lead and lift will be admissible by me/us and I/we give an under-
taking that no claim will be submitted by me/us in this regard.

6. I/We will inform our staff about their respective obligations and in particular
about their obligations to fulfil this Declaration and to obey the laws of India
and State of Maharashtra.
SIGNATURE OF CONTRACTOR

Signature of contractor No. of corrections Executive Engineer


91

APPENDIX – ‘F’
AFFIDAVIT
(Should be submitted on Rs. 500/- stamp paper)

I / we age
...................................... address ........................................ (Authorized signatory to
sign the contract), hereby submit, vide this affidavit in truth, that I am the owner of
the contracting firm .................................... / authorized signatory and I/we have
submitting the documents for the tender of “CONSTRUCTION OF GATED CEMENT
CONCRETE BANDHARA AT MORONDE (BANDHAN) & BELOSHI (KALDARI) TAL:
ALIBAG DIST: RAIGAD ” in envelope no.1 for the purpose of scrutiny of the
contract. I hereby agree to the conditions mentioned below :-
1. The documents uploaded in ‘envelope no.1 (technical envelope)’ of this tender
are true, correct & complete. There are no errors or mistakes in uploaded
documents.

2. I/we also accepted with oath that, my/our tender will rejected, if it is found that
the information provided for this tender is misguided, false or incomplete and
the department can take the necessary legal action.

3. I/We liable for action under Indian Penal Code for submission of any false /
fraudulent paper / information submitted in ‘envelope no.1 (technical
envelope)’.

4. I/We liable for action under Indian Penal Code if during contract period and
defect liability period, submission of R A and final Bill, any false information,
false bill of purchases supporting proof of purchase, proof of testing submitted
by my staff, subletting company or by myself, I will be liable for action under
Indian Penal Code.

5. I/We liable for action under Indian Penal Code if any paper are found false /
fraudulent during contract period and even after the completion of contract (
finalisation of final bill ).

(Signature of contractor)

(seal of company)

Signature of contractor No. of corrections Executive Engineer


92

APPENDIX - 'G'

UNDERTAKING-1

(Should be submitted on Bidders own letterhead)


Undertaking of contractor regarding performance.
To,

District Water Conservation Officer,


Soil and Water Conservation Department, RAIGAD

Sir,
I / We have submitting the tender of “CONSTRUCTION OF GATED CEMENT
CONCRETE BANDHARA AT MORONDE (BANDHAN) & BELOSHI (KALDARI)
TAL: ALIBAG DIST: RAIGAD

I........................................................................................ Contractor declare


that
during last 2 years of the date of this undertaking,
1. As a contractor, I have never been penalized for any work carried out by me
nor I have been blacklisted by any Govt. Deptt. previously.

2. I have not abandoned any work for reasons attributed to me.

3. I have not delayed completion of any work for reason attributed to me.

I undertake that the above information is true to the best of my knowledge &
belief. I fully aware that my prequalification bid or tender will be treated as
non responsive & will be summarily rejected at any time if above
information is found to be false & misleading by the concerned authority.

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


93

APPENDIX - 'H'
UNDERTAKING-2

(Should be submitted on Bidders own letterhead)

Undertaking about inclusion of all works in hand in and correctness of the


data.
To,

District Water Conservation Officer,


Soil and Water Conservation Department, RAIGAD

Sir,

I / We have submitting the tender of “CONSTRUCTION OF GATED CEMENT


CONCRETE BANDHARA AT MORONDE (BANDHAN) & BELOSHI (KALDARI)
TAL: ALIBAG DIST: RAIGAD ”.

1. I undertake that the given information in Tender documents are true and
correct.

2. I have not omitted any work in hand i,e information provided in form
includes all the work in hand.

3. I know that if at any time, it is noticed that I have not submitted, information
regarding all the work in hand (works in hand means, the works for which
final bill is not passed and work is physically incomplete), that I will be
disqualified from tender process at any stage of the bidding by the
department.

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


94

APPENDIX - 'I'
UNDERTAKING-3

(Should be submitted on Bidders own letterhead)

Undertaking about Personel and Plants & Equipments.


To,

District Water Conservation Officer,


Soil and Water Conservation Department, RAIGAD

Sir,

I / We have submitting the tender of “CONSTRUCTION OF GATED CEMENT


CONCRETE BANDHARA AT MORONDE (BANDHAN) & BELOSHI (KALDARI)
TAL: ALIBAG DIST: RAIGAD ”.

1. I undertake that I will make available suitably , qualified personel as per


Appendix - D of the tender , if the work is awarded to me.

2. I undertake that I will deploy the machinery required for the work , as per
Appendix - C of the tender , if the work is awarded to me.

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


95

APPENDIX - 'J'
UNDERTAKING-4

(Should be submitted on Bidders own letterhead)

I / We
__________________________________________________________________
Address
_________________________________________________________________
_________________________________________________________________
do hereby give undertaking that :

I / We have submitting the tender of “CONSTRUCTION OF GATED CEMENT


CONCRETE BANDHARA AT MORONDE (BANDHAN) & BELOSHI (KALDARI) TAL:
ALIBAG DIST: RAIGAD ”.

I /We will not tampering or changes made in the documents made available by the
department, on the web-site.

If any controversy arises, documents on web-site of Government of Maharashtra


shall be deemed final and binding on me/us and the same shall be part and parcel of
the tender documents.

If it is seen that, I / We have tampered or changes made in the tender documents


made available by the Department, on the web-site then I/We may be prosecuted as
per the law.

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


96

APPENDIX - 'K'
UNDERTAKING-5

(Should be submitted on Bidders own letterhead)

I / We
__________________________________________________________________
Address
_________________________________________________________________
___________________________________________________________________
_____
do hereby give undertaking that :

“I /We have submitting the tender of “CONSTRUCTION OF GATED CEMENT


CONCRETE BANDHARA AT MORONDE (BANDHAN) & BELOSHI (KALDARI) TAL:
ALIBAG DIST: RAIGAD ”. It is submitted by me / us on the basis of drawings (

Which are part and parcel of the tender) pertaining to this work, seen on the said
web-site of Government of Maharashtra. If my / our Tender is accepted, I/we will
sign drawings/tender/Specifications before paying initial security deposits and issue
of work order.”

Signature of Contractor

Signature of contractor No. of corrections Executive Engineer


97

APPENDIX - 'L'

CERTIFICATE OF GEO-TAGGING

(Ref. Government of Maharashtra, Water Resources Department’s Marathi


Government Resolution corrigendum no. - Nivida 0417/Case no. 247/MP-1, dated
05thJuly 2022.)

1. Name of work :

2. Tender Notice No. :

3. Name of person visiting the site :

4. Time of Visit :

5. Date of Visit :

I have uploaded Geo- tagged photo in envelope no.1 along with this Certificate. I
have Visited/Studied scope of work, site conditions, Verified provision in tender
documents, resources available and difficulties / restriction of site in all respect.

(Signature of contractoror
authorized representative)

To,

District Water Conservation Officer,


Soil and Water Conservation Department,
Raigad

{This Document should be uploaded in the Envelope No.1 (Technical Envelope) at the time of
online submission of the Tender with Geo Tagged Photo copies.}

Signature of contractor No. of corrections Executive Engineer


98

APPENDIX - 'M'
CERTIFICATE

(Should be submitted on Bidders own letterhead)

I / We
__________________________________________________________________
Address
_________________________________________________________________
___________________________________________________________________
_____

“I /We have submitting the tender of “CONSTRUCTION OF GATED CEMENT


CONCRETE BANDHARA AT MORONDE (BANDHAN) & BELOSHI (KALDARI) TAL:
ALIBAG DIST: RAIGAD ”.

I/We hereby certified that :

The process carried out for this tender is transparent and I/We have no objection
about e-tender process up to Bid Lock Date (i.e. last date of online tender
submission)

Signature of Contractor

(*Kindly submit this Annexure physically in the office of the District Water Conservation Officer before the date of
Technical Bid Opening)

Signature of contractor No. of corrections Executive Engineer


99

APPENDIX 'N'

FORM OF TERM DEPOSIT RECEIPT FOR A PERIOD OF ONE YEAR

No. _______________________________________________________________________
(Name of Bank)

TERM DEPOSIT RECEIPT FOR A PERIOD OF ONE YEAR

No. __________________________________________________________________________

Received from the Executive Engineer _____________________________________________

the sum of Rupees _____________________________________________________________

which is placed to his credit with the _______________________________________________

(Name of Bank)

__________________________________________________ as Term Deposit for the one year.

Signature of the Executive Engineer

For
_______________________
(Name of Bank)

AGENT

Signature of contractor No. of corrections Executive Engineer


100

APPENDIX - 'O'
BANK GUARANTEE
Security for performance:

1) In consideration of the Governor of Maharashtra (hereinafter called as the


Government) having agreed to exempt __________________________________

___________________________________________________________________

(hereinafter called ‘the said Contractor’) from the demand, under the terms and
conditions of Agreement dated _________________________________________
made between _______________________________________________________
and ______________________________________________________ (here in
after called ‘the said Agreement) of security deposit for the due fulfillment by the
said Contractor of the terms and conditions contained in the said Agreement on
production of a Bank Guarantee for Rs._____________ (Rs. _______________
_______________________________________________________________only)

we, _______________________________________________________________

(here in after referred to as ‘the Bank’) at the request of _____________________


_________________________________Contractor do here by undertake to Pay the
Government an amount not exceeding Rs.________________ against any loss or
damage caused to or suffered or would be caused to or suffered by the Government
by reason of any breach by the said Contractor of any of the terms or conditions
contained in said Agreement.

2) We, _____________________________________________________________do
hereby undertake to pay the amounts due and payable under this guarantee without
any demur, merely on a demand from the Government stating that the amount
claimed is due by way of loss or damages caused to or would be caused to or
suffered by the Government by reason of breach by the said Contractor of any of the
terms or conditions contained in the said Agreement or by reason of the Contractor’s
failure to perform the said Agreement. Any such demand made on the bank shall be

conclusive as regards the amount due and payable by the Bank under this guarantee.
However our liability under this guarantee shall be restricted to an amount not
exceeding Rs. _________________

Signature of contractor No. of corrections Executive Engineer


101

3) We undertake to pay to the Government any money so demanded not withstanding


any dispute or disputes raised by the Contractor in any suit or proceeding pending
before any court or Tribunal relating there to, our liability under this present being
absolute and unequivocal.

The payment so made by as under this bond shall be a valid discharge or our liability
for payment there under and the Contractor shall have no claim against us for
making such payment.

4) We,__________________________________________________ further agree that


the guarantee herein contained shall remain in full force and affect during the period
that would be taken for the performance of the said Agreements and that it shall
continue to be enforceable till dues of the Government under or by virtue of the said
Agreements have been fully paid and its claims satisfied or discharged or till
______________________________________________________________

(Office/Department) Ministry of ________________________________________


certifies that terms and conditions of the said Agreement have been fully and
properly carried out by the said Contractor and accordingly discharge this guarantee.
Unless a demand or claim under this guarantee is made on us in writing on or before
the _____________________________________________________.

We shall be discharged from all liabilities under this guarantee thereafter.

5) We,________________________________________________________________
further agree with the Government that the Government shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder
to vary any of the terms and conditions of the said Agreement or to extend time of
performance by the said Contractor from time to time or postpone for any time or
from time to time any of the powers exercisable by the Government against the said
Contractor , and to for bear or enforce any of the terms and conditions relating to the
said Agreement, and we shall not to be relieved from our liability by reason of any
such variation, or extension being granted to the said Contractor or for any
forbearance act, or Commission on the part of the Government or any indulgence by
the Government to the said Contractor or by any such matter or thing whatsoever
which under the law relating to sureties would” but for this provision, have effect of
so relieving us .

Signature of contractor No. of corrections Executive Engineer


102

6) This guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor.

7) We, _______________________________________________________________

lastly undertake not to revoke this guarantee during its currency except with the
previous consent of the Government in writing.

Dated the __________________________ day of _________________ 20

for _______________________________________________________________

__________________ (indicate the name of Bank) _________________________

Signature of contractor No. of corrections Executive Engineer


103

GENRAL CONDITIONS OF CONTRACT

Signature of contractor No. of corrections Executive Engineer


104

GENERAL CONDITIONS OF CONTRACT


CLAUSE - 1: SECURITY DEPOSIT

The person/persons whose tender may be accepted (hereinafter called the


contractor) which expression shall unless excluded by or repugnant to the context
include his heirs, executors, administrators, and assigns) shall

(A) within 10 days, which may be extended by the Superintending Engineer,


concerned, upto 15 days (if the Superintending Engineer thinks fit to do so)]
of the receipt by him of the notification of the acceptance of his tender deposit
with the Executive Engineer in cash or in Government securities endorsed to
the Executive Engineer, (if deposited for more than 12 months) of sum
sufficient which will made up the full Security Deposit specified in the tender
or

(B) permit Government at the time of making any payment to him for work done
under the contract to deduct such a bill amount to Two percent of all money
so payable such deduction to be held by the Government, by way of security
deposit, provided always that in the event of the contractor depositing a lump-
sum by way of security deposit as contemplated at (A) above, then and in such
case, if the sum so deposited shall not amount to Two percent of the total
estimated cost of the work it shall be lawful for Government at the time of
making any payment to the contractor for work done under the contract to
make up the full amount of Two percent by deducing a sufficient sum on such
payment as last aforesaid until the full amount of the Security Deposit is made
up. All compensation or other sums of money payable by the contractor to
Government under the terms of this contract may be deducted from or paid by
the sale of sufficient part of his Security Deposit or from the interest arising
there from, or from any sums which may be due or may become due by
Government to the contractor under any other contract or transaction of any
nature on any account whatsoever and in the event of his Security Deposit
being reduced by reason of any such deductions or sale as aforesaid the
contractor shall, within ten days thereafter, make good in cash or Government
securities endorsed as aforesaid any sum or sums which may have been
deducted from or raised by sale of his Security Deposit or any part thereof.
The security Deposit referred to, when paid in cash may, at the cost of the
depositor, be converted into interest bearing securities provided that the
depositor has expressly desired this in writing.

If the amounts of the security deposit to be paid in a lump sum within the
period specified at (A) above, 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 after five years of successful completion of work.
In the event of the contractor failing or neglecting to complete rectification of

Signature of contractor No. of corrections Executive Engineer


105

work within the period up to which the contractor has agreed to maintain the
work in good order, subject to provisions of clause- 17 and clause- 20 hereof,
the amount of Security Deposit retained by Government shall be adjusted
towards the excess cost incurred by the department on rectification work.

Additional Security Deposit


In case contractor's offer is more than 110% of the updated estimates cost put to
tender additional security deposit in the form of irrevocable Bank Guarantee valid
for entire period of contract, shall be submitted to the engineer-in-charge at the time
of completing tender documents. The Additional Security Deposit to be paid by the
contractor will be worked out as below.

Additional Security Deposit S = (P-10) x 10/100


Where,

S = Percentage @ which the additional security deposit will have to be paid on


the estimated cost put to under.

P* = Percentage quoted by tenderer above or below the estimated rates.

Non submission of the above Additional Security Deposit will result into forfeiture
of the EMD

The additional Security Deposit shall be refunded to the contractor on issuing of the
completion certificate by the engineer-in-charge as stipulated in the Clause No 7 of
the contract, provided that the engineer-in-charge, if demanded in writing by the
contractor shall, from time to time, release the Additional Security Deposit in parts
which are proportionate to the amount of the completed work.

The Security Deposit will not be accepted in form of insurance, cost bond.

Note :- * This will be the same percentage as that in the tender at (e).

CLAUSE – 2: COMPENSATION FOR DELAY

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 work is given to the contractor. The work shall, throughout 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 the
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
in the tender for every day that the work remains un-commenced, or unfinished
after the proper date. And further to ensure good progress during the execution of

Signature of contractor No. of corrections Executive Engineer


106

the work, the contractor shall be bound in all cases in which the time allowed for
any work exceeds one month to complete.

% of the work % of the time


25% 25%
50% 50%
75% 75%
100% 100%

Note
The quantity of the work to be done within a particular time to be specified above
shall be fixed and insured in balance space kept for the purpose by the officer
competent to accept the contracts (after taking into consideration the circumstances
of each case) and abide by the program of detailed progress laid down by the
Executive Engineer (Page No. 77).

The following proportion will usually be found suitable in percentage of the time
*Reasonable progress of earth work in 1/4, 1/2, 3/4 of the total period 30%, 60%,
95% progress respectively of value of work.

In the event of the contractor failing to comply with this condition he shall be liable
to 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 estimated cost of the whole work for every day that the due quantity of work
remains incomplete.

Provided always that the total amount of compensation to be paid under the
provision of this Clause shall not exceed 10% of the estimated cost of the work as
shown in the tender.

CLAUSE-3: ACTION WHEN WHOLE OF SECURITY DEPOSIT IS


FORFEITED

In any case in which under any Clause or Clauses of this contract, the contractor
shall have rendered himself liable to pay compensation amounting to the whole of
his Security Deposit (whether paid in one sum or deducted by installments) or in
case of abandonment of the work, owing to serious illness or death of the contractor
or any other cause, the Executive
Engineer on behalf of the Government of Maharashtra, shall have power to adopt
any of the following courses, he may deem best suited to the interest of
Government.

a) To rescind the contract (of which rescission notice in writing to the contractor
under the hand of the 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.

Signature of contractor No. of corrections Executive Engineer


107

b) To carryout the work or any part of the work departmentally debiting the
contractor with the cost of the work, expenditure incurred on tools ad plants,
and charges on additional supervisory; staff including the cost of work-
charged establishment employed for getting the un-executed part of the work
completed and crediting him with the value of the work done departmentally
in all respect in the same manner and at the same rate 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 cost 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 contract be measured up, to 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 contract / agency, additional supervisory staff including the
cost of work-charged establishment and cost of the work executed by the new
contract agency will be debited to the contractor and 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 has 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.

a) 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 therefore
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 (a) or (c) being adopted and the cost of the work executed
departmentally or through a new contractor and other allied expenses
exceeding the value of such work credited to the contractor, 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 Govt. Even if, the certified value of the work
done departmentally or though 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

Signature of contractor No. of corrections Executive Engineer


108

account of, with a view to the execution of the work or the performance of
the contract.

CLAUSE-4: ACTION WHEN THE PROGRESS OF ANY PARTICULAR


PORTION OF THE WORK IS UNSATISFACTORY

If the progress of any particular portion of the work is unsatisfactory, the Executive
Engineer shall not withstanding that the general progress of the work is in
accordance with clause, be entitled to take action under Clause- 3, after giving the
contractor ten days notice in writing and the contractor will have no claim for
compensation, for any loss sustained by him owning to such action.

CLAUSE-5: CONTRACTOR REMAINS LIABLE TO PAY


COMPENSATION IF ACTION NOT TAKEN UNDER
CLAUSE- 3

If any case in which any of the powers conferred upon the Executive Engineer by
Clause- 3 & Clause-4 hereof shall have become exercisable and the same shall not
have been exercised, the non exercise, thereof shall not constitute a waiver of any
of the conditions hereof and such powers shall notwithstanding be exercisable in
any future case of default by the contractor for which under any Clause or Clauses
hereof he is declared liable to pay compensation amounting to the whole of his
Security Deposit and the liability of the contractor for past and future compensation
shall remain unaffected.

Power to take a possession of or require removal of or sale contractor's plant

In the event of the Executive Engineer taking, action under sub clause (a) or (c) of
clause 3 may, if he so desires, take possession of all or any tools, plant, materials
and stores in or upon the work or the site thereof or belonging to the contractor, or
procured by him and intended to be used for the execution of the work or any part
thereof, paying or allowing for the same in account at the contract rates or in the
case of contract rates not being applicable at current market rates, to be certified by
the Executive Engineer whose certificate thereof shall be final. In the alternative
the Executive Engineer may, by notice in writing to the contractor or his clerk of
the work, foremen or other authorized agent require him to remove tools, plant,
materials, or stores from the premises within a time specified in such notice, and in
the event of the contractor failing to comply with any such requisition, the
Executive Engineer, may remove them at the contractor's expense or sale them by
auction or private sale at the risk and account of the contractor in all respects; and
the certificate of the Executive Engineer as to the expenses of any such removal

Signature of contractor No. of corrections Executive Engineer


109

and the amount of the proceeds and expenses of any such sale shall be final and
conclusive against the contractor.

CLAUSE-6: EXTENSION OF TIME

If the contractor shall desire an extension of the time for completion of work on the
grounds of his having been unavoidably hindered in its execution or on any other
grounds, he shall apply in writing to the Executive Engineer before the expiry of
the period stipulated in the tender or before the expiration of 30 days from the date
on which he was hindered as aforesaid or on which the cause for asking for
extension occurred, whichever is earlier and the Executive Engineer may with prior
approval of the officer accepting tenders, if in his opinion there are reasonable
grounds for granting an extension grant such extension as he thinks necessary or
proper. The decision of the Executive Engineer in this matter shall be final.

CLAUSE-7: FINAL CERTIFICATE

On completion of the work the contractor shall be furnished with a


certificate by the Executive Engineer (hereinafter called engineer-in-charge) of
such completion but no such certificate shall be given or shall the work be
considered to be completed until the contractor shall have removed from the
premises on which the work shall have been executed all scaffolding, surplus
materials and rubbish, and shall have cleaned off the dirt from all woodwork, doors,
windows, walls, floor or other parts of any building in or upon which the work has
been executed, or of which may have had possession for the purpose of executing
the work, not until the work shall have been measured by the engineer-in-charge, or
where the measurements have been taken by his subordinates, until they have
received the approval of the engineer-in-charge, the said measurements being
binding and conclusive against the contractor. If the contractor shall fail to comply
with the requirements of this clause as to the removal of scaffolding, surplus
materials and rubbish and cleaning of dirt on or before the date fixed for the
completion of the work, the engineer-in-charge may, at the expenses of the
contractor, remove such scaffolding, surplus materials and rubbish and dispose of
the same as he thinks fit and clean off such dirt as aforesaid and the contractor shall
forthwith pay the amount of all expenses so incurred, but shall have no claim in
respect of any such scaffolding or surplus materials as aforesaid except for any sum
actually realized by the sale thereof.

CLAUSE-8: PAYMENTS ON INTERMEDIATE CERTIFICATE TO BE


REGARDED AS ADVANCES

No payment shall be made for any work, estimated to cost less than Rupees
one thousand, before whole of the work is completed and a certificate of

Signature of contractor No. of corrections Executive Engineer


110

completion given. But in the case of the works estimated to cost more than Rupees
one thousand the contractor shall on submitting a monthly bill thereof, be entitled
to receive payment proportionate to the part of the work then approved and passed
by the engineer-in-charge, whose certificate of such approval and passing of the
sum so payable, shall be final and conclusive against the contractor. All such
intermediate payments shall be regarded as payments by way of advance against
the final payments only and not as payments for work actually done and completed,
and shall not preclude the engineer-in-charge from requiring bad unsound,
imperfect or unskillful work to be removed or taken away and reconstructed or re-
erected, nor shall any such payment be considered as an admission of the due
performance of the contract or any part thereof in any respect or the accruing of any
claim, not shall it conclude, determine or affect in any other way the power of
engineer-in-charge as to the final settlement and adjustment of the accounts or
otherwise, or in any other way vary or affect the contract. The final bill shall be
submitted by the contractor within one month of the date fixed for the completion
of the work, otherwise the engineer-in-charge's certificate of the measurements and
of the total amount payable for the work shall be final and binding on all parties.

CLAUSE-9: PAYMENT AT REDUCED RATES ON ACCOUNT OF ITEMS


OF
WORK NOT ACCEPTED AS COMPLETED TO BE AT THE
DISCRETION OF THE ENGINEER-IN-CHARGE

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
completed fully in accordance with the sanctioned specifications. In cases where
the items of works 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.

CLAUSE-10: BILLS TO BE SUBMITTED MONTHLY

A bill shall be submitted by the contractor in each month or before the date fixed by
the engineer-in-charge for all works executed in the previous month, and the
Executive-in-charge shall take or cause to be taken the requisite measurements for
the purpose of having the same verified and the claim, so far as it is admissible,
shall be taken adjusted, if possible, within 10 days from the presentation of the bill.
If the contractor does not submit the bill within the time fixed as foresaid, engineer-
in-charge may depute a subordinate to measure up to said work in presence of
contractor or his duly authorized agent whose counter signature to the measurement
list shall be sufficient warrant and the engineer-in-charge may prepare a bill from
such list which shall be binding on the contractor in all respects.

CLAUSE-11: BILLS TO BE SUBMITTED ON PRINTED FORMS


Signature of contractor No. of corrections Executive Engineer
111

The contractor shall submit all bills on the printed forms 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.

CLAUSE-12- DELETED
CLAUSE-12 A DELETED
CLAUSE-13: WORKS TO BE, EXECUTED IN ACCORDANCE WITH
SPECIFICATIONS, DRAWINGS, ORDERS ETC

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 in every
other respect in strict accordance with specifications. The contractor shall also
confirm exactly, fully and faithfully to the designs, drawings and instructions, in
writing relating to the work, i.e. 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, etc., at such office or on the site of 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 contract drawings and working drawings, if
required by him shall be supplied at the rate of Rs. 1000/- per set of contract
drawing and Rs.120/- per working drawing except where otherwise specified.

CLAUSE-14: ALTERATION IN SPECIFICATIONS AND DESIGNS NOT


TO
INVALIDATE CONTRACTS

The engineer-in-charge shall have power to make any alterations in, or additions to
the original specifications, drawings designs and instructions that may appear to
him to be a necessary or advisable during the progress of the work, and the
contractor shall be bound to carry out the work in accordance with any instructions
in this connection which may be given to him in writing signed by engineer-in-
charge and such alteration shall not invalidate the contract and any additional work
which the contractor may be directed to do in the manner above specified in the
tender for the main work for which no rate is specified in this contact, then such
class of work shall be carried out at the rates entered in the schedule of rates of the
division or at the rate mutually agreed upon between the engineer-in-charge and the
contractor whichever is lower.

Rates for works not entered in estimate or schedule of rates of the district
If the additional or altered work for which no rate is entered in the schedule of rates
of the division, is ordered to be carried out before the rates are agreed upon then the
contractor shall, within 7 days of the date of receipt by him of the order to carry out
the work, inform the engineer-in-charge of the rate which it is his intention to

Signature of contractor No. of corrections Executive Engineer


112

charge for such class of work, and if the engineer-in-charge does not agree to this
rate he shall by notice in writing be at liberty to cancel his order to carry it out such
class of work and arrange to carry out in such manner as he may consider
advisable, provided always that the contractor shall commence work or incur any
expenditure incurred by him prior to the date of the determination of the rate as
aforesaid according to such rates or rates as shall be fixed by the engineer-in-
charge. In the event of dispute, the decision of the Superintending Engineer of the
circle will be final.

Extension of time in consequence of additions or alterations


The time limit for the completion of the work shall be extended in the proportion
that the increase in its cost occasioned by alterations or additions bears to the cost
of the original contract work and the certificate of the engineer-in-charge as to such
proportion shall be conclusive.

CLAUSE-15: NO CLAIM TO ANY PAYMENT OR COMPENSATION FOR


ALTERNATION IN OR RESTRICTION WORK

1) If at any time after the execution of the contract documents the engineer-in-
charge shall for any reason whatsoever (other than default on the part of the
contractor for which the Government is entitled to rescind the contract) desires
that the whole or any part of the work specified in the tender should be
suspended for any period or that the whole or any part of the work should not
be carried out at all, he shall give to the contractor a notice in writing of such
desire and upon the receipt of such notice the contractor shall forthwith
suspend or stop the work wholly or in part as required, after having due regard
to the appropriate stage at which the work should be stopped or suspended, so
as not to cause any damage or injury to the work already done or endanger the
safety thereof provided that the decision of the engineer-in-charge as to the
stage at which the work or any part of it could be or could have been safely
stopped or suspended shall be final and conclusive against the contractor. The
contractor shall have no claim to any payment or compensation whatsoever by
reason of or in pursuance of any notice as aforesaid on account of any
suspension, stoppage or curtailment except to the extent specified hereinafter.

2) Where the total suspension of work ordered as aforesaid continued for a


continuous period exceeding 90 days, the contractor shall be at liberty to
withdraw from the contractual obligations under the contract so far as it
pertains to the unexecuted part of the work by giving a 10 days prior notice in
writing to the Engineer within 30 days of the expiry of the said period of 90
days, of such intention and requiring the Engineer to record the final
measurements of the work already done and to pay the final bill. Upon giving
such notice the contractor shall be deemed to have been discharged from his
obligation to complete the remaining unexecuted work under this contract. On
receipt of such notice the Executive Engineer shall proceed to complete the
measurements and make such payment as may be finally due to the contractor

Signature of contractor No. of corrections Executive Engineer


113

within a period of 90 days from the work already done by the contractor. Such
payment shall not in any manner prejudice the right of the contractor to any
further compensation under the remaining provision of this clause.

3) Where the engineer-in-charge requires the contractor to suspend the work for
a period in excess of 30 days at any time or 60 days in the aggregate, the
contractor shall be entitled to apply to the engineer-in-charge within 30 days
of resumption of work after such suspension for payment of compensation to
the exetent of pecuniary loss suffered by him in respect of working machinery
rendered idle on the site or on account of his having had to pay the salary or
wages of labour engaged by him during the said period of suspension,
provided always that the contractor shall not be entitled to any claim in respect
of any such working machinery, salary or wages for the first 30 days whether
consecutive or in the aggregate of such suspension or in respect of any
suspension whatsoever occasioned by unsatisfactory work or any other default
on his part. The decision of the engineer-in-charge in this regard shall be final
and conclusive against the contractor.

4) IN THE EVENT OF

i) Any total stoppage of work on notice from the engineer-in-charge under


sub clause (1) in that behalf.

ii) Withdrawal by the contractor from the contractual obligation to complete


the remaining unexecuted work under sub clause (2) on account of
continued suspension of work for a period exceeding 90 days.

iii) Curtailment in the quantity of item or items originally tendered on


account of any alteration omission or substitutions in the specifications,
drawings and designs or instructions under Clause 15 (1) where such
curtailment exceeds 25% in quantity and the value of the quantity
curtailed beyond 25% at the rate for the items 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 the 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 the
engineer-in-charge satisfactory documentary evidence that he had purchased or
agreed to purchase material for use in the contracted work, before receipt by him of
the notice of stoppage, suspension, or curtailment and require the government to
take over on payment of such material at the rates determined by the engineer-in-
charge provided however, such rates shall in no case exceed 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
requirement of the unexecuted works as specified in the accepted tender and are of

Signature of contractor No. of corrections Executive Engineer


114

quality and specification approved by the Engineer. [PW& H Dept. circular


memorandum No. CAT 126859382 QI dated 22/2/78.]

CLAUSE-15 (A): NO CLAIM TO COMPENSATION ON ACCOUNT OF


LOSS DUE TO DELAY IN SUPPLY OF MATERIALS
BY GOVERNMENT

The contractor shall not be entitled to claim any compensation from Government
for the loss suffered by him on account of delay by Government in the supply
materials entered in Schedule "A" where such delay is caused by

i) Difficulties relating to supply of railway wagons.

ii) Force majuer

iii) Act of God

iv) Act of enemies of the state or any other reasonable cause beyond the
control of Government.

In the case of such delay in the supply of materials Government shall grant such
extension of time for the completion of the works as shall appear to the Executive
Engineer to be reasonable in accordance with the circumstances of the case. The
decision of the Executive Engineer as to extension of time shall be accepted as final
by the contractor.

CLAUSE-16: TIME LIMIT FOR UNFORESEEN CLAIMS

Under no circumstances, whatsoever, shall the contractor be entitled to any


compensation from Government on any account unless the contractor shall have
submitted a claim in writing to the engineer-in-charge within one month of the
cause of such claim occurring.

CLAUSE-17: ACTION AND COMPENSATION PAYABLE IN CASE OF


BAD WORK

If at any time before the security deposit or any part thereof is refunded to the
contractor it shall appear to the engineer-in-charge or his subordinate in charge of
the work, that any work has been executed with unsound/imperfect or unskillful
workmanship or with materials of inferior quality or that any materials or articles
provided by him for the execution of the work are unsound, or of a quality inferior
to that contracted for, or are otherwise not in accordance with the contract, it shall
be lawful for the engineer-in-charge to intimate this fact in writing to the contractor
and then notwithstanding the fact that the work, materials or articles complained of
may have been inadvertently passed, certified and paid for, the contractor shall be
bound forthwith to rectify, or remove and reconstruct the work so specified in

Signature of contractor No. of corrections Executive Engineer


115

whole or in part, as the case may require or if so required, shall remove the
materials or articles so specified and provide other proper and suitable materials or
articles at his own charge and cost and in the event of his failing to do so within a
period to be specified by the engineer-in-charge in the written intimation aforesaid,
the contractor shall be liable to pay compensation at the rate of one percent on the
amount of the estimate for every day not exceeding 10 days, during which the
failure so continuous and in the case of any such failure the engineer-in-charge may
rectify or remove and re-execute the work or remove and replace the materials or
articles complained of as the case may be at the risk and expense in all respects of
the contractor. Should the engineer-in-charge consider that any such inferior work
or materials as described above may be accepted or made use of it shall be within
the discretion to accept the same at such reduced rates as he may fix therefore.

CLAUSE-18: WORK TO BE OPEN TO INSPECTION. CONTRACTOR OR


RESPONSIBLE AGENT TO BE PRESENT

All works under or in course of execution or executed in pursuance of the contract


shall at all times be open to the inspection and supervision of the engineer-in-
charge and his subordinates, and the contractor shall at all times during the usual
working hours, and at all other times at which reasonable notice of the intention of
the engineer-in-charge or his sub ordinate to visit the works shall have been given
to the contractor, either himself, be present to receive orders and instructions or
have responsible agent duly accredited in writing present for that purpose. Orders
given to the contractor's duly authorized agent shall be considered to have the same
force and effect as if they had been given to the contractor himself.

CLAUSE-19: NOTICE TO BE GIVEN BEFORE WORK IS COVERED UP

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 measurements any work in order that the same may be
measured, and correct dimensions thereof taken before the same is so covered, up
or placed beyond the reach of measurements 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 contractor's expenses and in
default thereof no payment or allowance shall be made for such work or for the
materials with which the same was executed. [PWH Department Mumbai's circular
No CAT 1270/2632 Desk-2 dated 09/05/1977.]

CLAUSE-20: CONTRACTOR LIABLE FOR DAMAGE DONE AND FOR


IMPERFECTIONS

If during the period of 12 months from the date of completion as certified by the
engineer-in-charge pursuant to Clause 7 of the contract or in the opinion of the
Executive Engineer, the said work is defective in any manner whatsoever, the
contractor shall forthwith on receipt of notice in that behalf from the Executive

Signature of contractor No. of corrections Executive Engineer


116

Engineer, duly commence execution and completely carry out at his cost in every
respect all the work that may be necessary for rectifying and setting right the
defects specified therein including dismantling and reconstruction of unsafe
portions strictly in accordance with and in the manner prescribed and under the
supervision of the Executive Engineer. In the event of the contractor failing or
neglecting to commence execution of the said rectification work within the period
prescribed therefor, in the said notice and or to complete the same as aforesaid as
required by the said notice, the Executive Engineer get the same executed and
carried out departmentally or by any other agency at the risk on account and at the
cost of the contractor. The contractor shall forthwith on demand pay to the
Government the amount of such cost, charges and expenses sustained or incurred
by the Government of which certificate of the Executive Engineer shall be final and
binding on the contractor. Such costs, charges and expenses shall be deemed to be
arrears of land revenue and in the event of the contractor failing or neglecting to
pay the same on demand as aforesaid without prejudice to any other rights and
remedies of the Government; the same may be recovered from the contractor as
arrears of land revenue. The Government shall also be entitled to deduct the same
from any amount which may then be payable or which may therefore become
payable by the Government to the contractor either in respect of the said work or
any other work, whatsoever or from the amount of security deposit retained by
Government.

CLAUSE-21: CONTRACTORS TO SUPPLY PLANT, LADDERS,


SCAFFOLDINGS, ETC.

The contractor shall supply at his own cost all materials (except such special
materials, if any, as may, be supplied from the Water Conservation Department
Stores in accordance with the contract) plant, tools appliances, implements, ladders,
cordage, tackle, scaffolding and any temporary works which may be required for
the proper execution of the work, in the original, alternate or substituted form and
whether included in the specifications, 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 requirements of the engineer-in-charge as
to any matter on which under these conditions he is entitled to be satisfied, or
which he is entitled to require together with carriage therefore to and from the
work.

The contractor shall also supply without charge the requisite number of persons
with the means and materials necessary for the purpose of setting out works, and
counting, weighing and assisting in the measurements or examination at any time
and from time to time of the work or the materials, failing this the same may be
provided by the engineer-in-charge at the expense of the contractor and the expense
may be deducted from any money due to the contractor under the contract from his
security deposit or the proceeds of sale thereof or of a sufficient portion thereof
contractor is liable for damages arising from non-provision of lights, fencing etc.
The contractor shall provide all necessary fencing and lights required to protect the

Signature of contractor No. of corrections Executive Engineer


117

public from accident, shall also be bound to bear the expenses of defense of every
suit, action or other legal proceedings, at law, that may be brought by any person
for injury sustained owning to neglect of the above precautions and to pay any
damages and costs which may be awarded in any such suit action in proceedings to
any such person, or which may with the contractor be paid in compromising any
claim by any such person.

CLAUSE-21 (A):

The contractor shall provide suitable scaffolds and working platform, gangways
and stairways and shall comply with the following regulation in connection
therewith.

a) Suitable scaffolds shall be provided for workmen for all works that
cannot be safely done from a ladder or by other means
b) A scaffold shall not be constructed, taken down, or substantially altered
except.

i) Under the supervision of a competent and responsible person and

ii) As far as possible by competent workers possessing adequate


experience in this kind of work.

c) All scaffolds and appliances connected therewith and all ladders shall.

i) be of sound material

ii) be of adequate strength having regard to the loads and strains to


which they will be subjected and

iii) be maintained in proper condition

d) Scaffolds shall be so constructed that no part thereof can be displaced in


consequence of normal use.

e) Scaffolds shall not be over-loaded and so far as practicable the load shall
be evenly distributed.

f) Before installing lifting gear on scaffolds special precautions shall be


taken to ensure the strength and stability of the scaffolds.

g) Scaffolds shall be periodically inspected by competent persons.

h) Before allowing a scaffold to be used by his workmen the contractor


shall, whether the scaffold has been erected by his workmen or not, take

Signature of contractor No. of corrections Executive Engineer


118

steps to ensure that it complies fully with the regulations here-in-


specified.

i) Working platforms gangways and stairways shall

ii) be so constructed that no part thereof can sag unduly or unequally

iii) be so constructed and maintained having regard to the prevailing


conditions as to reduce as far as practicable risk or persons and
stripping or slipping, and iv) be kept free from any unnecessary
obstruction

i) In the case of the working platforms, gangways or working places and


stair ways at a height exceeding (To be specified) 3 meters.

i) Every working platform and every gangway shall be closely


boarded unless other adequate measure is taken to ensure safety.

ii) Every working platform, gangway working place and stairways


shall be suitably fenced.

k) Every opening in the floor of a building or in working platform shall,


except for the time and to the extent required to allow the access of
persons or the transport of shifting of materials, be provided with suitable
means to prevent the fall of persons or materials.

I) When persons are employed on a roof where there is a danger of falling


from a height exceeding 3 meters, suitable precautions (to be prescribed)
shall be taken to prevent the fall of persons or materials.

m) Suitable precautions shall be taken to prevent persons being struck by


articles which might fall from scaffolds or other working places.

n) Safe means of access shall be provided to all working platforms and


other working places.

o) The contractor(s) will have to make payments to the labours as per


Minimum Wages Act.

CLAUSE- 21 (B):

The contractor shall comply with the following regulations as regards the hoisting
appliances to be used by him.

a) Hoisting machines and tackle, including their attachments anchorages


and supports shall

Signature of contractor No. of corrections Executive Engineer


119

i) be of good mechanical constructions, sound material and adequate


strength and free from patent defect and

ii) be kept in good repairs and in good working order.


b) Every rope used in hoisting for 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 tackle shall be examined and adequately tested


after erection on the site and before use and be re-examined in position at
intervals to be prescribed by the Government.

d) Every chain, ring, hook shackle, swivel and pulley block used in hoisting
or lowering materials or as a mean of suspension shall be periodically
examined.

e) Every crane driver or hoisting appliance operator shall be properly


qualified.

f) No person who is below age of 18 years shall be in control of any


hoisting machine, including any scaffold which, or give signals to the
operator.

g) In the case of hoisting machine and of every chain, ring, hook, shackle,
swivel and pulley block used in hoisting or lowering or as means of
suspension the safe working load shall be ascertained by adequate means.

h) Every hoisting machine and all gear referred to in preceding regulation


shall be plainly marked with 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 of any gear referred to in regulation


g) above shall be loaded beyond the safe working load except for the
purpose of testing.

k) Motors gearing, transmissions, Electric wires and other dangerous part 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 decent of the load.
m) Adequate precautions shall be taken to reduce to a minimum the risk of
any part of a suspended load becoming accidentally displaced.

Signature of contractor No. of corrections Executive Engineer


120

CLAUSE-22: MEASURE FOR PREVENTION OF FIRE

The contractor shall not set fire to any standing jungle trees, grass without a
written permit from the Executive Engineer when such permit is given and also in
cases when destroying out or dug up trees brush woods, 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.

CLAUSE-23: LIABILITY OF CONTRACTORS FOR ANY DAMAGE


DONE OR OUTSIDE WORK AREA

Compensation for all damage done intentionally or unintentionally by contractors,


labour whether in or beyond the limits of Government property including any
damage caused by the spreading of fire mentioned in clause 22 shall be estimated
by the engineer-in-charge or such other officer as he may appoint and the estimates
of the engineer-in-charge subject to the decision of the Superintending Engineer on
appeal shall be final and contractor shall be bound to pay the amount of the
assessed compensation on demand failing which the same will recovered from the
contractor as damages in the manner prescribed in clause 1 or deducted by the
engineer-in-charge from any sums that may be due or become due from
Government to the contractor under this contract or otherwise.
The contractor shall bear the expenses of defending any action or other legal
proceedings that may be brought by any person for injury sustained by him owing
to neglect of precautions to prevent the spread of fire and he shall pay any damages
and cost that may be awarded by the court in consequences.

CLAUSE-24: EMPLOYMENT OF FEMALE LABOUR

The employment of female labours on works in the neighborhood of soldier’s


barracks should be avoided as far as possible.

CLAUSE-25: WORK ON WEEKLY HOLIDAYS

No work shall be done on holydays without sanction in writing of the engineer-in-


charge

CLAUSE-26: WORK NOT TO SUBLET, CONTRACT MAY BE


RESCINDED AND SECURITY DEPOSIT FORFEITED FOR
SUBLETTING IT WITHOUT APPROVAL OR FOR
BRIBING A GOVERNMENT OFFICER OR IF
CONTRACTOR BECOMES INSOLVENT

Signature of contractor No. of corrections Executive Engineer


121

The contract shall not be assigned or sublet without the written approval of the
engineer-in-charge. Contract may be rescinded and security deposit forfeited if
subletting is with approval or for bribing a public officer or if contractor becomes
insolvent, and if the contractor shall assign or sublet his contract, or attempt so to
do or become insolvent or commence any proceeding to be adjudicated an insolvent
or make any composition with his creditors, or attempt so to do the engineer-in-
charge may by notice in writing, rescind the contract. Also if any bribe, gratuity,
gift, loan, perquisite reward or advantage pedantry or otherwise, shall either
directly or indirectly be given, promised, or offered by the contractor or any of his
servants or agents to any public officer or person in the employment of
Government in any way relating to his office of employment, or if any such officer
or person shall become in any way directly of indirectly interested in the contract
the engineer-in-charge may by notice in writing rescind the contract. In the event of
a contract being rescinded the security deposit of the contractor shall thereupon
stand forfeited and be absolutely at the disposal of Government and the same
consequences shall ensure as if the contract had been rescinded under clause 3
hereof & in addition the contractor shall not be entitled to recover or be paid for
any work therefore actually performed under the contract.

CLAUSE-27: SUM PAYABLE BY WAY OF COMPENSATION TO BE


CONSIDERED AS REASONABLE COMPENSATION
WITHOUT REFERENCE TO ACTUAL LOSS

All sums payable by contractor by way of compensation under any of these shall be
considered as a reasonable compensation to be applied to the use of government
without reference to the actual loss or damage sustained and whether any damage
has or has not been sustained.

CLAUSE-28: CHANGES IN THE CONSTITUTION OF FIRM TO BE


NOTIFIED

In the case of tender by the partners any change in the constitution of the firm shall
be forthwith notified by the contractor to the engineer-in-charge for his
information.

CLAUSE-29: WORK TO BE UNDER DIRECTION AND CONTROL OF


SUPERINTENDING ENGINEER

All works to be executed under the contract shall be executed under the direction
and control and subject to the approval in all respects of the Superintending
Engineer of the Circle for the time being, who shall be entitled to direct at what
point or points and in what manner they are to be commenced and from time to
time, carried on.

Signature of contractor No. of corrections Executive Engineer


122

CLAUSE-30

1) DECISIONS OF SUPERINTENDING ENGINEER TO BE FINAL

Except where otherwise specified in the contract and subject to the powers
delegated to him by Government under the code rules then in force the
decision of the Superintending Engineer of circle for the time being shall be
final, conclusive and binding on all parties to the contract upon all questions
relating to the meaning of the specifications, designs, drawing and
instructions, herein before mentioned and as to the quality of workmanship or
materials used on the work or as to any other question, claim, right, matter or
thing whatsoever, in any way arising out of or relating to the contracts,
designs, drawings, specifications, estimates, instructions, orders or these
conditions, or otherwise concerning the work, or the execution, or failure to
execute the same whether arising, during the progress of the work, or after the
completion or abandonment thereof.

2) The contractor may within thirty days of receipt by him of any order passed
by the Superintending Engineer of the Circle as aforesaid appeal against it to
the Chief Engineer concerned with the contract, work or project, provided
that:

a) The accepted value of the contract exceeds Rs. 10 lakhs (Rupees Ten
lakhs)
b) Amount of claim is not less than Rs. 1.00 lakh (Rupees One lakh)

3) If the contractor is not satisfied with the order passed by the Chief Engineer as
aforesaid the contractor may, within thirty days of receipt by him of any such
order, appeal against it to the concerned Secretary, Rural Development &
Water Conservation Department, who if convinced, that prima-facie the
contractor's claim rejected by Superintending Engineer/Chief Engineer is not
frivolous and that there is some substance in the claim of contractor as would
merit a detailed examination and decision by the Standing Committee, shall
order to put up to the same to the Standing Committee at the Government
level for suitable decision.

CAUSE-31: STORES OF EUROPEAN OR AMERICAN MANUFACTURE


TO BE OBTAINED FROM GOVERNMENT

DELETED

CLAUSE-32: LUMP SUMS IN ESTIMATES

When the estimate on which a tender is made includes lump sum in respect of the
of the contractor shall be entitled to payment in respect of the items of work
involved or the part of the work in question at the same rates as are payable under

Signature of contractor No. of corrections Executive Engineer


123

this contract for such items; or if the part of the work in question is not in the
opinion of the engineer-in-charge capable of measurement the engineer-in-charge
may at his discretion pay the lump sum amount entered in the estimate, and the
certificate in writing of the engineer-in-charge shall be final and conclusive against
the contractor with regard to any sum or all sums payable to him under the
provision of this clause.

CLAUSE-33: ACTION WHERE NO SPECIFICATIONS

In the case of any class of work for which there is no such specification as is
mentioned in rule 1, such work shall be carried out in accordance with divisional
specifications and in the event of there being no divisional specifications then in
such case the work shall be carried out in all respects in all respects with the
instructions and requirements of the engineer-in-charge.

CLAUSE-34: DEFINITION OF WORK

The expression "works" or "work" where used in these conditions, shall unless
there be something in the subject or context repugnant to such construction, be
constructed to mean the work or works contracted to be executed under or in virtue
of the contract, whether temporary or permanent and whether original, altered
substituted or additional.

CLAUSE-35
Contractor’s percentage whether applied to net or gross amounts of bill, the
percentage referred to in the tender shall be deducted from / added to the gross
amount of the bill before deducting the value of any stock issued. [As per G.R.P.
W.D.No. CAT/1080/CR-330 Bldg-2 dated 10/06/87]

CLAUSE-36: REFUND OF QUARRY FEES AND ROYALTIES


All quarry fees, royalties, octroies dues and ground rent for stacking materials, if
any should be paid by the contractor.

CLAUSE- 37: COMPENSATION UNDER WORKMEN'S COMPENSATION


ACT
The contractor shall be responsible for and shall pay any compensation to his
workmen payable under the Workmen's Compensation Act, 1923 (VIII of 1923)
(hereinafter called as the said act), for Injuries caused to the workmen If such
compensation is payable and/or paid by Government as principal employer under
sub section (1) of section 12 of the said act on behalf of the contractor, it shall be
recoverable by Government from the contractor under sub-section (2) of the said
section. Such compensation shall be recovered in the manner laid down in clause 1
above.

Signature of contractor No. of corrections Executive Engineer


124

CLAUSE- 37 (A)
The contractor shall be responsible for and shall pay the expenses of providing
medical aid 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
Government from any due 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 persons employed on the site, 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 equipment 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 provisions 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 there under 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 subject to all the liabilities and penalties provided by the said
Act and said Rules". [Vide circular No. CAT/6076/3336 (400)Bldg-2 Dt. 16.08.85.]

CLAUSE-38: CLAIM FOR QUANTITIES OF WORK IN THE TENDER

1) Quantities in respect of the several items shown in the tender are


approximate and no revision in tender rate 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; the quantity of the item does no exceed the tendered quantity
by more than 25% and so long as the value of the excess quantity beyond
this limit at the rate of the item specified in the tender, is not more than
Rs. 5000/- [(PW & H Department Resolution No. CAT 1268/59382 Q
dated 14/3/1974).]

2) The contractor shall if ordered in writing by the Engineer so to do, also


carry out quantities in excess of the limit mentioned in sub clause (1)

Signature of contractor No. of corrections Executive Engineer


125

hereof on the same condition as and in accordance with the specification


in the tender and at the rates derived from the rates entered in the current
schedule of rates and in the absence of such rates. At the rates prevailing
in the market. The said rates being increased or decreased as the case
may be, by 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 invited; for the
purpose of operation of this clause this cost shall be Rs. 6950379/- (In
word - Rupees Sixty Nine Lacs Fifty Thousand Three Hundred Seventy
Nine Only.)

3) 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% at the rate of the item
specified in the tender is more than Rs. 5000/-.

CLAUSE-39: EMPLOYMENT OF FAMINE OR OTHER LABOUR

The contractor shall employ any femine, convict or other labour of a particular kind
or class if ordered in writing to do so by the engineer-in-charge.

CLAUSE-40: CLAIM FOR COMPENSATION FOR DELAY IN STARTING


THE WORK

No copensation shall be allowed for any delay caused in the starting of the work on
account of any acquisition of land and in the case of clearance works, for any delay
in according sanction to estimate.

CLAUSE-41: CLAIM FOR COMPENSATION FOR DELAY IN THE


EXECUTION OF WORK
No compensation shall be allowed for any delay in the execution of the work on
account of water standing in borrows pits or compartments. The rates are inclusive
for hard or cracked soil excavation in mud, sub soil, water or water standing in
borrows pits and no claim for an extra rate shall be entertained unless otherwise
expressly specified

CLAUSE-42: ENTERING UPON OR COMMENCING ANY PORTION OF


WORK
The contractor shall not enter upon or commence any portion of work except with
the written authority and instructions of the engineer-in-charge or his subordinates
in charge of work; failing such authority the contractor shall have no claim to ask
for measurements or payment for work.

Signature of contractor No. of corrections Executive Engineer


126

CLAUSE-43: MINIMUM AGE OF PERSONS EMPLOYED, THE


EMPLOYMENT OF DONKEYS AND OTHER ANIMALS
i) Contractor shall not employ any person who is under the age of 18 years.
ii) No contractor shall employ donkeys or other animals with breaching of string
or thin rope. The breaching must be at least 7.5 cm. wide and should be of
tape (Newar).
iii) No animals suffering from sores, lameness or emaciation which his immature
shall be employed on the work
iv) The engineer-in-charge or his agent is authorized to remove from the work
any person or animal found working which does not satisfy these conditions
and no responsibility shall be accepted by Govt. for any delay caused in the
completion of the work by such removal.
iv) 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 who shall decide the same. The decision of 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.
v) The contractor shall provide drinking water facilities to the workers, similar
amenities shall be provided to the workers engaged on large work in urban
area.
vi) Contractor to take precaution against accidents which takes place on account
of labour using loose garments while working near machinery.
CLAUSE-44: METHOD OF PAYMENT

Payment to contractors shall be made by cheques drawn on any treasury within the
Division convenient to them, provided the amount exceeds Rs. 10/-. Amounts not
exceeding Rs. 10/- will be paid in cash.

CLAUSE-45: ACCEPTANCE OF CONDITIONS COMPULSORY BEFORE


TENDERING FOR WORK
Any contractor who does not accept these conditions shall not be allowed to tender
for works.

CLAUSE-46: EMPLOYMENT OF SCARCITY LABOUR


If Government declares a state of scarcity or famine to exist in village situated
within 16 km of the work, the contractor shall employ upon such parts of the work,
as are suitable for unskilled labour, any person certified to him by the Executive
Engineer or by any person to whom the Executive Engineer may have delegated
this duty in writing to be in need of relief and shall be bound to pay to such persons
wages not below the minimum which Government may have fixed in this behalf.
Any disputes which may arise in connection with the implementation of this clause
shall be decided by the Engineer-in-Charge whose decisions shall be binding on
contractor.

Signature of contractor No. of corrections Executive Engineer


127

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 is permissible for him to
charge a private purchaser for the same class and description of goods under the
provisions of Hoarding and Profiteering Prevention Ordinance, 1948, as amended
from time to time. If the price quoted exceeds, the contractor will specifically
mention this fact in his tender along with the reasons for quoting such highest price.
The purchaser at his discretion will in such case exercise the right of revising the
price at any stage so as to conform to the controlled price on the permissible under
the Hoarding and Profiteering Prevention Ordinance. These declarations will be
exercised without prejudice to any other action that may be taken against the
contractor.

CLAUSE-47(A)
The tendered rates shall be inclusive of all taxes, rates and cases and shall also be
inclusive of the tax leviable in respect to works contract under the provision of rule
58 of Maharashtra Value Added Tax Act 2005 for the purpose of levy of Tax, as
amended from time to time will be applicable.

CLAUSE-48
The Rate to be quoted by the contractor must be inclusive of sales Tax. No extra
payment on this account will be made to the contractor.

CLAUSE-49
In case of material that remains surplus with the contractor from those issued for
the work contracted for the date of ascertained of the materials being surplus will
be taken as the date of sale for the purpose of sale tax and sale tax will be recovered
on such sale.

CLAUSE-50
The Contractor shall employ at least 80 percent of the total number of unskilled
labours to be employed by him on the said work only from out of the persons
ordinarily residing in the district in which site of the work is located.
Provided, however, that if the required number of unskilled labours from that
district are not available, contractor shall in the first instance employ such number
of persons as is available may with previous permission in writing of the Executive
engineer-in-charge of said work obtain the rest of requirement of unskilled labour
from outside district

CLAUSE-51: WAGES TO BE PAID TO THE SKILLED AND


UNSKILLED LABOURS ENGAGED
BY THE CONTRACTOR
The contractor shall to pay the labourers- skilled and unskilled - according to wages
prescribed by Minimum Wages Act, 1948 applicable to the area in which the work
is in progress.

Signature of contractor No. of corrections Executive Engineer


128

The contractor shall comply with the provisions of the Apprentices Act at, 1961
under rules orders issued 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,
cancel the contract. The contractor shall also be liable for any pecuniary liability
rising on account of any violation by him of the provision of the Act.

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) Material and or stores supplied/issued here under, (ii) 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 the
Land Revenue and the Government may without prejudice to any other rights and
remedies of the Government recover the same from contractor as arrears of land
revenue.

CLAUSE-53
The contractor shall duly comply with all the provisions of the Contract Labour
(Regulation and Abolition) Act, 1970 (37 of 1970) and the Maharashtra Contract
Labour (Regulation and Abolition) Rules, 1971 as amended from time to time and
all other relevant statutes and statutory provisions concerning payment of wages,
particularly to workmen employed by the contractor working on the site of the
work. In particular the contractor shall pay wages to each worker employed by him
on the site of the work at the rates prescribed under the Maharashtra Contract
Labour (Regulation and Abolition) rules 1971. If the contractor fails or neglects to
pay wages at the said rates or makes short payment and the Government makes
such payment of wages in full or part thereof less paid the contractor, as the case
may be the amount so paid by the Government to such workers shall be deemed to
be arrears of land revenue and Government shall be entitled to recover the same as
such from the contractor or deduct the same from the amount payable by the
Government to the contractor here under or from any other amount(s) payable to
him by the Government.

CLAUSE-54 : ANTI-MALARIA
(Government of Maharashtra P.W. Dept. Circular No. CAT/1086/CR-243/D Blg-
Dated 11/9/87)

A) The anti-malaria and other health measures shall be as directed by the Joint
Director (Malaria and Filaria) of Health Service, Pune.

B) Contractor shall ensure that mosquitogenic conditions are not created so as to


keep vector population to minimum level.

Signature of contractor No. of corrections Executive Engineer


129

C) Contractor shall carry out anti-malaria measures in the area as per guidelines
prescribed under National Malaria Eradication programme and as directed by
the Joint Director (M & F) of Health Service, Pune.

D) In case of default in carrying out prescribed anti malaria measures resulting in


increase in malaria incident contractor shall be liable to pay to Government on
anti malaria measures to control the situation in addition to fine.

E) Relations with Public Authorities


The contractor shall make sufficient arrangements for draining ways the
sullage water as well as water coming from the bathing land, washing places
and shall dispose off this water in such a way as not to cause any substance.
He shall also keep the premise clean by employing sufficient number of
sweepers.

CLAUSE-55:
The contractor shall comply with all rules, regulations, bye-laws and directions
given from 'time to time by any local of public authority in connection with this
work and shall pay fees or charges which available on him without any extra cost to
Government. (Government of Maharashtra P.W. Dept. Circular No. CAT/1086/CR-
243/D Blg- Dated 11/9/87)

CLAUSE-56:
The contractor shall engage apprentice such as brick layer, carpenter, wireman,
Plumber as well as blacksmith as recommended by the State Apprenticeship
Advisor Director for Technical Education, Dhobi Talao, Mumbai-1 on the
Construction work. (As per Govt. of Maharashtra Education Department
No.TSA/5170 T 46689 Dated 7/7/72)

CLAUSE-57: CONDITION RELATING TO INSURANCE OF


CONTRACT WORKS

The contractor shall take out necessary Insurance Policy / Policies (viz.
Contractor’s All Risks Insurance Policy, Erection All Risk Insurance Policy, 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-51. (Telephone No. 022-26590403 /
26590690 and Fax No. 022-26592461 / 26590403) Similarly, all workmen
appointed to complete the contract work are required to insure under workmen’s
compensation insurance policy. Insurance policy/policies taken out from any other
company will not be accepted. If any contractor has not taken out the insurance
policy from the Directorate of Insurance, Maharashtra State, Mumbai or has
effected insurance with any insurance company, the same will not be accepted and
1% of the tender amount or such amount of premium calculated by the Government

Signature of contractor No. of corrections Executive Engineer


130

Insurance Fund will be recovered directly from the amount payable to the
contractor for the executed contract work.

Divisional Accountant District Water Conservation Officer


Soil and Water Conservation Department Soil and Water Conservation Department
RAIGAD RAIGAD

Signature of contractor No. of corrections Executive Engineer


131

SPECIAL CONDITIONS OF THE CONTRACT

Signature of Contractor No. Of Corrections Executive Engineer,


132

SPECIAL CONDITIONS OF THE CONTRACT


(These will apply to all items of works etc. as relevant)

1. OUTLINE OF WORK :
1.1 The work will be on lines of the set of plans attached to the tender documents.
However, the plans are liable to be changed in the course of execution and the
strata shown there on are approximate.
1.2 The item or work and their approximate quantities are given in schedule “B”
of the Tender.
1.3 The specifications of the work shall be as per Detailed General Specifications
attached to this Tender and shall be strictly enforced.
1.4 All levels shown in the drawings are approximate and depths of excavation
are likely to be increased or decreased depending upon the strata met with
during actual excavation. No claims on account of change in depth of strata or
change of slopes will be entertained. The designed layout shown in the tender
drawings is tentative and is subject to modifications. Such modifications shall
not be a reason for any claim .
2. UNIT OF QUOTING RATES :
2..1 The percentage above or below shall be quoted with respect to the estimated
rates in the schedule "B"
3. SITE CONDITIONS :
3.1 It shall be presumed that the contractor has satisfied himself as to the nature
and location of the works, material availability general and local conditions,
particularly those bearing on transport, handling and storage of materials,
disposal of spoils, availability of labour, weather conditions, sources of water
material availability etc. and has estimated the cost accordingly. Government
will bear no responsibility for any lack of such acquaintance with site
conditions and the consequence thereof to the contractor.
3.2 HOUSING :
No local housing is available and the contractor should arrange for suitable
housing for his staff and labour, offices, etc. at his own cost within the area of
work, as directed by the Engineer-in-charge. Land for the same will be made
available free of charge for temporary use during the course of execution, if
available with the department.
3.2.1 It is the responsibility of the Contractor to provide the firewood for the
domestic use of the workers at the project side.
3.3 WATER SUPPLY AND DRAINAGE :
3.3.1. The Contractor shall make his own arrangements at his cost for the
water supply to his colony and to the work site required for the work.
The details of his proposed supply shall be approved by the Engineer-
in-charge. Fresh and potable drinking water shall be made available by
Signature of Contractor No. Of Corrections Executive Engineer,
133

the Contractor to all persons working at work site in clean and hygienic
earthen or other pots at all working places and in sufficient quantities.

3.3.2 Similarly the disposal of solid waste and waste water / drainage
arrangements will have to be made by the Contractor at his
own cost to the entire satisfaction of the Engineer-in-charge

3.4 CAMP REGULATION :


The contractor shall be responsible for maintaining order in his camp and on
his work site and to that end shall employ such officers, watchman or other
persons, as required, at his cost.

Unauthorized or undesirable persons shall be excluded from the camp and from the works.
If, in the opinion of the Engineer-in-charge, any employee or agent of the
Contractor misbehaves or causes obstruction in the proper execution of the work
or otherwise makes himself undesirable, the contractors shall on receipt of the
instruction to do so, remove him from the premises. Employees of the contractors shall
mean any person employed by him or his subcontractors, (if subletting is
permitted by the Engineer-in-charge), or any person employed on the work,
contracted for on behalf of the contractor.
3.5. LABOUR SAFETY AND MEDICAL AID :
The contractor shall make all necessary arrangements regarding safety of
labours and other staff. The technical person available with contractor shall
ensure the layout and procedure and manner of excavation as per
specifications and safety stacking of excavated material at appropriate place.
Medical aid for the contractor’s men shall be arranged by the Contractor at
his own cost. The contractors shall provide first aid boxes on the work site.
These boxes shall always be filled in with all required medicine.
3.6 ROADS :
3.6.1 The Contractor shall construct and maintain suitable inspection paths
within the work limits at his own cost. There will however be no charge for
any reasonable use by the Contractor of any road constructed by the
Government. As Government machinery will be moving on the haul roads, if
any accident occurs, the Contractor will have no claim on that account, will
have to pay compensation etc. for such accident as per rules, regulations, laws
etc. pertaining to these matters.
3.6.2 All quarry roads and paths for the conveyance of materials from the
quarries to the site of work and for all other operations required for the
contract shall be constructed and maintained by the contractor at his own cost
& If the village/public/private road is damaged by contractor heavy vehicle it
should be repaired by the contractor.
3.7 ELECTRICAL POWER :

Signature of Contractor No. Of Corrections Executive Engineer,


134

3.7.1 The contractor will have to make his own arrangements for electric power
at his cost and this shall not constitute any reason for any claims in this behalf.
The contractor will have to make his own arrangements to lay and maintain
the necessary distribution line and wiring for his colony and the works at his
cost. All wiring and methods of construction for overhead distribution lines
and other lines shall be in accordance with the Indian Electricity Act 1910 and
Indian Electricity Rules 1956.

3.7.2 The layout and method of laying the lines and wiring and the nature of
connected loads shall have the prior approval of Engineer-in-charge.
3.7.3 In the case where electrical power is locally available from the
Government, it will be supplied to the Contractor at the prevailing rates plus
the duties and taxes applicable as per M.S.E.D.C. tariffs. The Contractor shall
however have no claim for any inconvenience and loss caused due to non-
availability of power or any interruption or break down in supply once the
supply is started.
3.7.4 The Contractor shall be and remain answerable and liable for any loss or
damage or injury to any person or any property of Government, or other,
caused by, arising from the failure of observance of the Indian Electricity Act,
1910 and Indian Electricity Rules 1956. Sufficient lighting as directed by the
Engineer-in-charge shall be provided by the Contractor at his cost and risk in
the working area and in the ancillary areas.

4.0 ERRORS, OMISSION AND DISCREPANCIES :

In all cases of omission, doubt, or discrepancies in the dimensions or


description in the drawings and items of work, it shall be referred to the
Engineer-in-charge, whose clarification and elaboration shall be considered as
authoritative, subject to provision of clause No.30 of the B-l Form Conditions
of Contract. The Contractor shall be held responsible for any error that may
occur in the work through lack of such reference and precautions.

5.0 SUPPLY OF MATERIALS BY AGENCY / QUALITY CONTROL


CHARGES:
All quality control charges including collection of sample, testing charges and transportation
if required shall be born by the contractor. No extra payment shall be made against quality
control charges. The frequency and requirement of test shall be instructed by engineer in
charge as per prevailing government resolution and circulars.
5.1 CEMENT :
5.1.1 All cement required for the work under this Contract shall be procured
well in advance by the Contractor from the recognized manufacturers such as
A.C.C. / Ultra Tech / Vasavdatta. Ordinary Portland cement of 43 grade

Signature of Contractor No. Of Corrections Executive Engineer,


135

conforming to I.S. 8112, 1989 and subsequent revisions thereof, if any,


packed in 50 kg woven HDPE bags conforming to I.S. 11652 of 1986, shall be
supplied.

5.1.2 The Contractor shall produce proof of purchase of cement from the
cement factory(s). The purchase bill supported by a Delivery Challan and
Excise Gate Pass shall constitute adequate proof of purchase. Cement shall be
stored in such a way as to allow its removal and use in chronological order of
receipt i.e. first received being first used.

5.1.3 Cement shall be kept in a weather-proof store under a double locking


arrangement (one lock to be operated by Contractor and second lock to be
operated by the authorised person of Department) so that it can be taken out or
fresh stock admitted with the knowledge of supervising staff of the Government.
The watch and ward of the cement stores shall be the responsibility of the
Contractor.

5.1.4 If godown facilities are available with the Department, the same will
have to be utilised by the Contractor as per the terms and conditions as
decided by the Engineer-in-charge.

5.1.5 Testing :Cement shall be tested from Government approved laboratory


with Contractor’s own cost and results submitted to Department. Cement shall
be provided free of cost by the Contractor to the Engineer-in-charge, as and
when desired, for testing purpose.

5.1.6 The Engineer-in-charge or his representative shall at all times have


access to the storage and work sites of the Contractor and shall have authority
to check and examine security records, storage records and records of on-site
usage, which are to be maintained up-to-date and provided by the Contractor.
The Contractor shall comply with instructions that may be given by the
Engineer-in-charge.

5.1.7 The godown shall have masonry walls (U.C.R. or B. B.) and double
locking arrangements. The construction should be completely leak proof. The
floor should be hard material like shahabad or cement concrete and will not
absorb and retain moisture. The godown and stocking arrangements shall be
such as not to damage cement. The damage to the cement stored in the
contractor's godown shall be solely his responsibility. The contractor shall not
be allowed to use the damaged cement on the work. The end disposal of such
cement shall be as directed by the Engineer-in-charge.

5.1.8 The Engineer-in-charge or his authorised representative is authorised to


inspect lorries of cement and all other materials of the Contractor before
allowing them to proceed out of the works area.

Signature of Contractor No. Of Corrections Executive Engineer,


136

5.1.9 Whenever the cement is used on weight basis by correcting the bag
weight for 50 kg. net cement the excess or shortage form the actual cement
bag as received form the market shall be corrected and neat record of every
use and excess or shortage noticed should be signed by the Engineer-in-charge
of work operation and contractor or his representative. The extra cost of
cement if any will be borne by the contractor. However, the contractor will
make available necessary ledger, weighing arrangements and supervising staff
at no extra cost on to this account.

5.2 STEEL :
The Contractor shall procure steel from the market. The Contractor
shall make necessary arrangement at his own cost for samples from the
available stock and shall confirm with the specifications laid down by
the Bureau of Indian Standards (vide their specification Nos. I.S. 432
(part-1) of 1966, 1139-1966, 1786-1979) and subsequent revisions.

a) The Contractor should store the steel of 60 days requirement at


least one month in advance.

b) The contractor will have to construct sheds for storing steel


having capacity not less than the steel required for 90 days use at
works site. The Engineer-in-charge or his representative shall
have free access to inspect to such stores and storage
arrangement and to suggest modification and improvement if
any and the contractor shall comply with the same. The storing
arrangement shall be such as to afford convenience of the
inspection and check of materials. Bars of the same size, length,
shape & grade shall be assembled in stock & marked distinctly.

c) The contractor shall further, at all-time satisfy the Engineer-in-


charge on demand, by production of records and books or by
submissions, returns and other proofs as directed that the steel is
being used as tested and approved by the Engineer-in-charge for
the purpose and the Contractor shall at all times maintain proper
record of showing the basis of receipts & utilization of steel
procured by the contractor & these shall at all times be open for
inspection of the Engineer-in-charge.
d) The Contractor shall procure the steel from main producers such
as SAIL or TISCO. Rolled steel will not be acceptable. They
should bring the test certificates of steel procured by them from
the manufacturer and presented to Engineer-in-charge for
inspection..

Signature of Contractor No. Of Corrections Executive Engineer,


137

e) The steel procured should conform to the standard specification


of Bureau of Indian Standards IS: No. of 1979 for Tor Steel
and IS 432 of 2000 for mild steel & latest IS: No. for T M T
500

f) Steel samples required for testing shall be supplied by the


Contractor free of cost, however testing charges also to be borne
by the Contractor.

g) Structural steel shall conform to IS : 2002

5.3 EXCAVATED MATERIALS :

5.3.1 All the materials available from excavation will be property of Govt. and
shall be disposed off as directed by the Engineer-in-charge. The materials of
approved quality shall be used by the contractors in the items of work
included in the schedule of prices for ancillary or preparatory work at the
rate of prevailing royalty charges.
Prior approval of the Engineer-in-charge for such use shall however be
taken. The contractor shall make proper arrangements for sorting out and
stacking material of approved quality that he proposes to use aforesaid.
Government will be free to make use of other materials not likely to be
required for use by the contractor as will be determined by the Engineer-in-
charge. The excavated materials not to be used by the contractor as above or
stacked for his use but remaining unused at site after completion of works
shall be disposed off by the contractor at his cost in a manner and places as
directed by the Engineer-in-charge. However no claim on account of extra
lead & lift will be entertained by the department for disposal of excavated
material.
Govt. Of Maharashtra Irrigation Department Circular No. JAY
1080/105543 (1290) MAJ 6 dated 19-9-81.)
The separable spoils available from adjacent reaches /Canals works, etc.
other than those in the tender under consideration shall be permitted to be
used by the contractor free of cost provided these materials are used solely
for the specific contract work in question, with the prior approval of the
Engineer- in-charge. However no claim on account of non-availability of the
separable spoils will be entertained by the department.
5.3.2 The contractor shall use the extracted materials like rubble stone and quarry
spauls, as the Executive Engineer, may direct and approve after removal,
direct from excavation or from dumps as the Executive Engineer, may
stipulate, The selection, sorting and stacking shall be done according to the
direction of the Executive Engineer at free of cost by the contractor.

Signature of Contractor No. Of Corrections Executive Engineer,


138

5.3.3 The contractor shall supply free of cost the necessary quantities of sand,
stone and aggregate etc. to the government for carrying out tests as required
by the Engineer-in-charge. This shall be done well in advance of the
construction operation so as to get approved the quality of the materials. The
cost of opening quarries and operating them shall be borne by the
Contractor.

5.4 STONE :

5.4.1 The Contractor shall visit various stone quarries operating in the
nearby region and ascertain the levels and areas in which stone
of good and acceptable quality is likely to be available. It is for
the Contractor to investigate his own quarries which will yield
stone in sufficient quantities and of required quality for the
works. However, if a quarry location ascertained by the
Contractor does not yield adequate and suitable stone, no claim
will be entertained and other quarry locations will have to be
investigated and established by the Contractor at his own cost
and risk. The quality of stone from all quarries shall be got
approved by the Engineer-in-charge before using it on the work.
The contractor shall have to make arrangements at his own cost
for construction and maintenance of all roads leading to and fro
from the stone quarries as required by him.

5.4.2 The locations of quarries have to be such that they do not affect
permanent structures as well as should not be near existing or
proposed habitation. The locations and sizes of quarries shall be
subject to approval of the Engineer-in-charge. However, if a
quarry location approved by the Engineer-in-charge, on its
opening, does not yield adequate and / or suitable stones, no
claim can be raised against the department. In that case other
quarries will have to be established by the Contractor at his own
cost and risk and the stone got approved from the department for
its quality before using it in the work.

5.4.3 If the stone quarries are located in the lands acquired by the
department, the Contractor would be allowed to quarry the
rubble from these areas. If the quarries are located in private
properties, the Contractor shall make his own arrangements to
the legal rights and attend to payment etc. to the concerned
parties for operation of these quarries at his own cost. Similarly
he shall make arrangement for roads leading to and from the
stone quarries to the work site at his own cost.

Signature of Contractor No. Of Corrections Executive Engineer,


139

5.4.4 In the stone quarries, where weak rocks like volcanic breccias
etc. are met with, such rocks will be rejected and not allowed for
use in the masonry. The quarrying will have to be adjusted to
avoid these and other types of weak rocks.

5.5 SAND :

5.5.1 The Contractor shall make his own arrangement for procurement of
sand of approved quality and the same should be got approved from the
Engineer- in-charge before it is used on the work. However, if the
quarry proposed by the contractor does not yield adequate suitable
sand, no claims can be raised against the Department. In that case,
another quarry location will have to be established by the Contractor at
his own cost and risk. The sand from such quarries should be got
approved from the Department before using it on the work.

The Contractor shall have to make arrangement at his cost for


construction and maintenance of all roads leading to and from sand
quarries to the work site as required by him.

5.6 CASING & HEARTING MATERIAL :

The casing and hearting materials are expected to be used from


available material from excavation on site during execution of the work
and additional quantities (if required) are to be brought from the
quarries. It is the responsibility of the Contractor to identify the
quarries from which sufficient quantities of hearting and casing
materials can be borrowed and quote rates accordingly, including all
leads and lifts. No claim on account of extra lead and lift shall be
entertained.

5.6.1 The Contractor shall have to make arrangement at his own cost for
construction and maintenance of all roads leading to and from
quarries to the works site required by him.

5.7 PETROL, OIL AND OTHER LUBRICANTS

5.7.1 The contractor shall have to make his own arrangement for procurement of
petrol, diesel, oil and other lubricants.

6.0 EXPLOSIVES PROCUREMENT AND STORAGE :

Signature of Contractor No. Of Corrections Executive Engineer,


140

6.1 Explosives, petrol ,oils, fuels and other inflammable materials shall be stored
strictly in accordance with the rules of the Explosives Department.
6.2 The contractor shall, at his own expense, construct and maintain, at site of
works
proper magazine for storage of explosives and proper storage facilities for
oil, fuel, etc. for use in connection with the work without any extra cost.
6.3 The Contractor shall, at his own expense, obtain such licenses as may be
necessary for storing and using explosive, oils, fuels, etc. The Department
shall not accept any responsibility whatever in connection with the storage
or use of explosives on the site or any accident or occurrence whatsoever in
connection therewith. All operations of the Contractor in which or for which
explosives are employed shall be at the risk of the Contractor and upon his
sole responsibility.
6.4 The Contractor shall arrange for the procurement of all the explosives at his
cost and risk.
6.5 If the Contractor fails to satisfy and provide safety precautions and fails to
maintain satisfactory accounts of explosives, he shall be liable to the
penalties under the rules. Skilled person shall be kept available on the work
site to undertake all blasting operations.

7.0 DATA TO BE FURNISHED BY THE CONTRACTOR:

7.1 The Contractor shall submit to the Engineer-in-charge within a fortnight of the
award of Contract, a list of the construction plant and equipment to be used for
the execution of work and the names and qualifications of his staff assigned to
supervise the work

7.2 Immediately after receipt of the Work Order to commence the work, the
Contractor shall submit to the Engineer-in-charge for approval, the plans in
triplicate showing the location of his work- shop and storage building, storage
yards, offices, Contractor’s colony (including its services) and housing
facilities which he proposes to erect at site. Suitable housing arrangements for
the labours employed by the Contractor or his piece workers will be the
Contractor's responsibility and the location of huts shall be in the prescribed
area only, which shall be got approved from the Engineer-in-charge.

7.3 No change in the approved layout shall be carried out without the written
approval of the Engineer-in-charge.

8. USE OF SITE :

8.1 The Contractor shall be permitted to use the following for the bonafide
purpose of the execution of this Contract, free of charge.

i) The site required for construction of the work


Signature of Contractor No. Of Corrections Executive Engineer,
141

ii) The approach and haul roads constructed by Government subject


to para 3.6.1.
iii) The quarries for stones, sand and surkhi and the Government
land required for Contractor’s buildings and storage yards.

Use of quarries will be subject to Royalty charges as per para 10 below.


The extent of land required by the Contractor shall be decided by the
Engineer-in-charge at his sole discretion.

8.2 All areas of operation including those for his staff and labour colonies,
handed over to the Contractor shall be cleared and handed back in good
condition to the Engineer-in-charge except areas under works
constructed in accordance with this Contract or those for which specific
approval has been obtained from the Engineer-in-charge.

8.3 Wherever possible and desirable, the Contractor shall preserve all
existing vegetation adjacent to the site, which does not interfere with
the construction, as determined by the Engineer-in-charge.

8.4 The land shall, as herein before mentioned, be handed over back to the
Executive Engineer within six months after the completion of the work
under this Contract. Also no land shall be held by the Contractor longer
than the Engineer-in-charge shall deem necessary and the Contractor
shall on due notice by the Engineer-in-charge, vacate and return the
land which the Engineer-in-charge may certify as no longer being
required by the Contractor for the purpose of the work, failing which
the Contractor shall be liable to pay rent for the land so occupied, at the
rate prescribed by the Engineer-in-charge.

9. CERTIFICATE :

The contractor should certify, after careful study and with due diligence, I
hereby certify that all the lead charges, lift charges, etc. for various
construction materials are included in the rate of the items and no claim will
be put forth by me on this account.
10. ROYALTIES :

The amount of royalty is separate item of schedule 'B', the amount of


royalty shall be paid by the contractor in advance before any material
handling. If, contractor fails to pay, the amount of royalty shall be deducted
from RA Bill as per the rate considered in the estimated tender rate of the
respective items of Schedule B and will be released only after producing the
documentary evidence of payment of royalty charges paid to concerned
Revenue Authority. If contractor fails to produce the documentary evidence

Signature of Contractor No. Of Corrections Executive Engineer,


142

of payment of royalty charges, the amount of royalty deducted from RA Bill


shall be directly paid to the concerned Revenue Authority. If any penalties
are imposed by the Revenue Authority the same shall be borne by the
contractor.
The royalty at prevailing rates is considered for bank work and back
fill items, sand, metal, rubble etc. for available and borrow as applicable.
Any differences with respect to royalty, the decision of Additional
Commissioner Water Conservation and Chief Engineer, Soil and
Water Conservation Regional Area, Pune shall be final. Though the
royalty charges is separate item of schedule-B, the amount of royalty item is
not consider for the percentage above / below rate adjustment quoted by the
contractor. The Engineer in charge and Divisional Accounts Officer shall
ensure that all amount of royalty charges are recovered from the contractor
as per rate derived in the tender and directions issued time to time in relation
with royalty. The recovery of royalty to be made from R A bills and final
bills from the contractors shall be the responsibility of Divisional
Accountant and Engineer in charge.

11.0 PROGRAMME TO BE FURNISHED :

11.1 As soon as practicable after the acceptance of Tender, but not later than
15 days, the Contractor shall submit to the Engineer-in-charge for his
approval, a program showing the procedure and method by which he
proposes to carry out the works, and shall whenever required by the
Engineer-in-charge, furnish particulars in writing of his arrangements
for carrying out works and the construction plant, temporary works, etc
that he intends to use or construct as the case may be. No extra claims
shall be admissible except as per the conditions provided for in the
Tender.
11.2 For guidance in preparing the programme for dates by which the
various items shall be executed are given below.

Cumulative % of work quantity period wise


Sr. Item ... to ... ... to ... ... to ... ... to ... Remarks/
No. months months months months Total
Construction
programme attached
separately on page

TOTAL
(AVERAGE)
PERCENTAGE
The program on the other items which are not quoted herewith should
be matching with the progress of items given above.

Signature of Contractor No. Of Corrections Executive Engineer,


143

11.3 The submission to and approval by the Executive Engineer of such a


programme shall not relieve the contractor of any of his duties or
responsibilities under this contract.

11.4 Extension of time


For extension of time under any circumstances contractor should
apply for the extension before 15 days from the date of expiry of the
tender period. In the event of the contractor failing to comply with this
condition he shall be liable to pay Rs. 50 per day as compensation.
The total amount of compensation to be paid under the provision of
this condition shall not exceed 10% of the estimated cost of the work as
shown in the tender.

12. SETTING OUT:

12.1 The Contractor shall be responsible for the true and proper setting out
of the works and for the correctness of the position, levels, dimensions
and alignment of all parts of works and for the provision of all
necessary instruments, appliances and labour in connection therewith.
If at any time during the progress of works, any error shall appear or
arise in the position, level dimensions or alignment of any parts of the
works, the Contractor shall rectify such error to the satisfaction of the
Engineer-in-charge without any extra cost to the Government.
12.2 For the purpose of setting out, two ends bench marks of which values
shall be furnished by the Engineer-in-charge shall be provided by the
Department near the site of work. The locations of such bench marks
shall be apexes or the centre line or at appropriate locations specified
by the Engineer-in-charge. All setting out shall be with reference to
these bench marks and any errors, for the purpose of para 12.1 and
12.3, shall be with reference to these marks and levels.
12.3 The checking of any setting out or of any line or level by the Engineer-
in-charge or his agent shall not in any way, relieve the Contractor of his
responsibilities for the correctness thereof and the Contractor shall
carefully protect and preserve all bench marks, site rails and other
things used in setting out of the works.
12.4 Signing field books, longitudinal sections and cross sections
Before starting the work and before any work is covered, levels for
plotting the longitudinal and cross sections of the portions of the work
shall be taken by the Engineer-in-charge or his authorised
representative in the presence of the Contractor or his authorised agent,
who shall sign the field books (on the same day) and plans showing the
longitudinal and cross sections, in token of acceptance. If the
Contractor fails to sign, the levels recorded by the Engineer-in-charge
or his representative shall be final and binding on the Contractor. For
this purpose of taking levels a suitable date shall be fixed by the
Signature of Contractor No. Of Corrections Executive Engineer,
144

Engineer -in-charge and intimated to the Contractor at least three days


in advance. If the Contractor or his duly authorised agent fails to attend
on the appointed date, the levels shall be taken in his absence and such
levels and longitudinal and cross sections based thereon, shall be final
and binding on the Contractor.

13. FOSSILS, ETC. :

13.1 All gold, silver, oil or other minerals of any description and all precious
stones, relics, fossils, coins, articles of value, articles of antiquities, old
structures and other remains or things of geological, archaeological or
religious interest discovered in or on the site of work shall be the
absolute property of the Government and all measures shall be taken by
the Contractor to protect the same from any damage or removal, and
immediately upon discovery, the Contractor shall inform the Engineer-
in-charge of the find.

14 PATENT RIGHTS :

14.1 The Contractor shall indemnify the Engineer-in-charge, from and


against all claims and proceedings for, or on account of, infringement
of any patent right, design, trade marks, or other protected rights in
respect of any construction, plant, machine work or materials used for,
or in connection with, the works of temporary or permanent nature and
from and against all claims, demands, proceedings, damages, cost
charges and expenses whatsoever incurred in relation thereto.

15. NIGHT WORK :

15.1 When work has to be carried out at night, the Contractor shall obtain
written permission of the Engineer-in-charge. In the event of such
sanction being granted, proper arrangements for supervision, lights, etc.
shall be made to the satisfaction of the Engineer-in-charge.

16. PROTECTION OF MATERIALS :

16.1 Materials shall be transported, handled and stored on the site in such a
manner as o prevent, damage, deterioration or contamination.

17. PRECAUTION DURING FLOODS AND RAINS :

17.1 It is the responsibility of the Contractor to preserve and maintain in


safe condition all work, materials, machinery and tools form floods and
rain and no compensation will be paid on any account.

18. PASSING OF FOUNDATIONS:

Signature of Contractor No. Of Corrections Executive Engineer,


145

18.1 After the completion of excavation work the same will be checked and
passed by the Engineer-in-charge before backfilling or masonry or
concrete work shall proceed.

19. QUARRIES

19.1 It is for the contractor to investigate his own quarries which would
yield construction material such as stone, metal, rubble, water, sand,
surkhi, murum, soil etc. and satisfy himself of the availability in
desired quantities and quality. All necessary tests of materials should
be carried out by the contractor at his own cost before using the
material.
19.2 The tenderer’s should in particular to see his own quarry sites and
satisfy themselves about the quality and quantities of the material
available as the rates quoted will be inclusive of all leads and lifts
involved in bringing the materials from his own quarries. No claim on
account of extra lead & lift for construction material used on site will
be entertained.
19.3 He shall supply free of cost necessary quantities of sand, stone and
aggregate to government for carrying out test as desired by the
engineer-in-charge well in advance of the construction operation so as
to get approved the quality of the materials. The cost of opening
quarries and operating them shall be borne by the contractor.

20. WORK ORDER BOOK :

20.1 The Contractor shall supply and maintain a bound work order book at
the work site as directed by the Engineer-in-charge and shall make it
available to the Engineer-in-charge or his representative, whenever
requested. The work order book should have pages in triplicate and
triple carbon papers should be provided with them. The Engineer-in-
charge or his representative may record orders regarding works in this
book, leaving the original copy in the book and removing the second
and third copies to take with him. All orders recorded in these work
order books shall be deemed to have been served on the Contractor. On
completion of the work, all the work order books shall be handed over
to the Engineer-in-charge.

21. NO CLAIMS ON ACCOUNT OF DELAY DUE TO DEPARTMENTAL


OR OTHER CONTRACTOR'S WORK :

21.1 Delay on account of holding up work under this Contract due to the
execution of work such as drilling and grouting, laying of pipes for
construction of sluice and penstock, erection of gates for the irrigation
and power outlets and other works being carried out simultaneously

Signature of Contractor No. Of Corrections Executive Engineer,


146

either by the Department or any other Contractor, shall not form reason
for any claims by the Contractor.

22. EMBEDED PARTS :

22.1 Installation of all embedded parts such as for gates for penstock,
irrigation outlets, pipes for penstock and construction of sluice or any
other metal work (either supplied by the Department or bought by the
Contractor at his own cost) stands included in the relevant item of
Schedule ”B”. No extra payment will be made for the installation of
this embedded metal work or for delays or or interruptions arising there
from.

22.2 The Contractor shall allow free use of gangways, etc. if any constructed
by him, for Department work

23. CO-ORDINATIONS WITH OTHER CONTRACTORS:

23.1 Where other agencies, including the Department, are working


in the same area for works other than those included in this Contract,
the Contractor shall co-operate with these agencies to the fullest extent
and shall allow them reasonable facilities and co-ordination for
execution of their works simultaneously and satisfactorily, as intended
in the Contract conditions, specifications and drawings.
Should there be a dispute or disagreement between the Contractor and
the other agencies for any cause whatsoever, the same shall be referred
to the Engineer-in-charge whose decision regarding the co-ordination,
co-operation and facilities to be provided by all the Contracting
agencies to the others shall be final and binding on all parties and such
decision shall not vitiates any Contract nor absolve the Contractor of
his responsibilities under this Contract nor form the ground for any
claim or compensation.

24. DEFINITION OF THE TERM ENGINEER-IN-CHARGE :-

24.1 The Engineer-in-charge means the Executive Engineer directly in


charge of the work or any other officer duly authorised on his behalf.

25. SUB-SURFACE CONDITIONS :-

25.1 The probable rock line as roughly assessed from logs of the various
bores and trial pits taken along and in the region of the various
elements of works are shown on the drawings. The cores of these logs
are available for inspection at site. The Contractor shall study the actual
cores and draw his own conclusions as to the stratigraphy and nature of
the materials. The Contractor shall acquaint himself with the local

Signature of Contractor No. Of Corrections Executive Engineer,


147

geology including the intertrappen layers, brecciaed rocks and water


bearing possibilities of the softer strata that are expected to be
encountered. The Contractor shall bear full responsibility for his deduc-
tions and conclusions as to the nature and condition of the rock and
other materials and any difficulties associated with their excavation and
use.

26. DEATH, BANKRUPTCY, ETC. :

26.1 If the Contractor shall die or commit any act of bankruptcy, or being
bankrupt commences winding up, the executors, successors or other
representative in liquidation or any person in whom the Contract may
become vested, shall forthwith give notice thereof in writing to the
Government and shall for one month, during which he shall take all
reasonable steps to prevent a stoppage of work, have the option of
carrying out this Contract subject to his or their providing such
guarantee as may be required by the Government, to the value of work
remaining unexecuted. In the event of stoppage of work, the period of
option under this clause shall be fourteen days only. Should the above
option be not exercised, the Contract may be terminated by
Government by notice in writing to the Contractor. The power and
provisions reserved to Government in this Contract of taking of the
work out of Contractor’s hand shall immediately become operative.

27. REFERENCE TO STANDARD SPECIFICATIONS :

27.1 The specifications of the work as attached to this Contract are drawn
with a specific reference to site conditions and do not everywhere
include the details of standard tests and procedures, which are already
laid down and available in the current Indian Standard Specifications.
Whenever such details are not specified in this Contract, provisions
under the current Indian Standard Specification and the Standard
Specification (1965, and as amended from time to time) of Government
of Maharashtra shall be deemed to be applicable.

28. PAYMENT OF THE RUNNING ACCOUNT BILLS :

28.1. With references to clause 10 of B-l form the payment of the bills will
be made monthly.
28.2. If due to paucity of fund payment is not made at regular intervals, no
claim on this account shall be entertained.

29. INCOME TAX / GST

29.1 Deduction for Income Tax at the rate of 2% (two percent) plus surcharge
if any, as applicable from time to time on such deduction, will be made on
the gross payment of each bill due to the Contractor without excluding

Signature of Contractor No. Of Corrections Executive Engineer,


148

any adjustment on account of cost of material, hire charges of machineries


or any services rendered by the Department.
29.2 Goods and Services Tax (GST) is applicable as per GST Act 2017 and
recovered as per Government of Maharashtra, Finance Department’s
Marathi circular no. जीएसटी-२०१७ / . . ८१ / कराधान-१, dated 19 August 2017,
circular no. जीएसटी-२०१७ / . . १५५ / कराधान-१, dated 1 September 2017 and
Government of Maharashtra, Public Works Department’s Marathi
circular no. dated 27
September 2022. Government Resolutions & Guidelines issued by
Government of Maharashtra from time to time in this regards will be
applicable for this contract.
The provision made against Goods and Services Tax (GST) in
schedule B part II. The payment against said provision shall be made
when the contractor produce certified documents of payment of Goods
and Services Tax (GST) made by him as Goods and Services Tax
(GST) act & amendments made time to time. The divisional accountant
shall check & verify the documents submitted by contractor regarding
GST paid by him & then Engineer in charge shall make the necessary
payment.
29.3 The Tender rates are inclusive of all taxes, rates, cesses and are also
inclusive of the Leviable tax ((excluding royalty, Insurance and GST)) in
respect of sale by transfer of property in goods involved in the execution
of work contract.
30. ENGAGEMENT OF APPRENTICE
30.1 It is obligatory on the part of the contractor to engage requisite number
of apprentices by the State Apprenticeship Advisor and train them in
the Bldg. trade (such as (i) Brick layer Bldg. Constructions, (ii)
Carpenters and (iii) Plumbers as well as black smith) which have been
specified designated trades under the Apprenticeship Act. 1951.

31. DEPARTMENT’S ASSISTANCE:

31.1 Though there is difficulty in procuring Explosives, tubes, tyres, food


grains and other such materials and commodities, the Department can
not and does not undertake any responsibility for assured supplies
thereof. However the department will assist the contractor in for-
warding recommending, his requirements for the work to proper
authorities for all these articles without any commitment on the part of
the Department.

32. ARBITRATION :

32.1 In case of any dispute between the Contractor and the Government in
any matter whatsoever, it shall be resolved as per the provisions of

Signature of Contractor No. Of Corrections Executive Engineer,


149

Clause 30 of the B-l form and in no circumstances reference to the


Arbitration Act will be entertained.

33. 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 center as per the Labour Gazette
published by the Commissioner of Labour, Government of Maharashtra
and/or in the wholesale Price Index for all commodities prepared by the Office
of Economic Adviser, 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) Labour Component


(2) Material Component
(3) Petrol Oil and Lubricant Component
(4) Hysd and Mild Steel Component
(5) Cement 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 of Labour, Material and POL
components shall be 100 and other components shall be as per actual.
1. Labour component - K1 - 36 %
2. Material components - K2 – 52 %
3. POL components - K3 - 12 %
4. Hysd and Mild Steel Component - ACTUAL
5. Cement component - ACTUAL
Note :- If Cement, Steel Bitumen C.I. & D.I. pipes are supplied on schedule A
then respective components shall not be considered. Also if particular
components is not relevant same shall be deleted.

Star rate for cement = Rs. 5500 /- per M.T


.
Star rate for steel = Rs. 68692.09 /- per tonne

Formula for labour component

Signature of Contractor No. Of Corrections Executive Engineer,


150

V1 = 0.85 X P X [ K1 X ( L1 – L0 ) ]
100 L0
where,
V1 = Amount of price variation in Rupees to be Allowed for Labour
component.
P = cost of work done during the quarter under consideration excluding
the cost of royalty charges, cement, HYSD and Mild Steel, calculated
at the basic star rates as applicable for the tender, consumed during the
quarter under consideration.

K1 = percentage of labour component as indicated above .

L0 = Basic consumer price index for Mumbai center shall be average


consumer price index of the quarter preceding the month in
which the last date prescribed for receipt of tender, falls.

L1 = Average consumer price index for Mumbai center for the


quarter under consideration.

Formula for Materials Component:

V2 = 0.85 X P X [ K2 X ( M1 – M0 ) ]
100 M0
where,

V2 = Amount of price variation in Rupees to be Allowed for Material component.

P = cost of work done during the quarter under consideration excluding the cost of
royalty charges, cement, HYSD and Mild Steel, calculated at the basic star
rates as applicable for the tender, consumed during the quarter under
consideration.

K2 = percentage of Material component as indicated above.

M0 = Basic wholesale price index shall be average wholesale price index for the
quarter preceding the month in which to the last date prescribed for receipt
of tender, falls.

M1= Average wholesale price index during the quarter under consideration.

The value of K2 shall be calculated excluding cost of Cement and Steel.

Formula for Petrol, Oil, and Lubricant Component ( P.O.L.)

V3 = 0.85 X P X [ K3 X ( P1 – P0 ) ]
100 P0

Signature of Contractor No. Of Corrections Executive Engineer,


151

where,
V3 = Amount of price variation in Rupees to be Allowed for POL
component.

P= cost of work done during the quarter under consideration excluding the
cost of royalty charges, cement, HYSD and Mild Steel, calculated at
the basic star rates as applicable for the tender, consumed during the
quarter under consideration.

K3 = percentage of POL component as indicated above.

P0 = Average price of HSD at Mumbai of the quarter preceding the month


in which the last date prescribed for receipt of tender, falls.

P1= Average price of HSD Mumbai at for the quarter under consideration.

Formula for HYSD and steel Component:

V4 = [ S0 X ( SL1 – SL0 ) ] X T
100 SL0

where,
V4 = Amount of price variation in Rupees to be Allowed for HYSD / Mild
steel
component.

S0 = Basic rate of HYSD/Mild steel per ton as considered for


working out value of P.

SL1 = Average steel index as per RBI Bulletin during the quarter under
consideration.

SL0 = Average steel index as per RBI Bulletin of the quarter preceding the
month in
which the last date prescribed for receipt of tender, falls.

T = Tonnage of steel used in permanent work of the quarter under


consideration.

Formula for Cement Component

V5 = [ C0 X ( CL1 – CL0 ) ] X T
100 CL0

Signature of Contractor No. Of Corrections Executive Engineer,


152

where,
V5 = Amount of price variation in Rupees to be Allowed for Cement
component.

C0 = Basic rate of Cement per ton as considered for working out


value of P.

CL1 = Average Cement index published in the RBI Bulletin during the quarter
under consideration.

CL0 = Average 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 permanent work for the quarter under


consideration.

i) The operative period of the contract shall mean the period commencing
form the date of work order issued to the contractor and ending on the
date on which the time allowed for the completion of the work
specified in the contract for work; expires, taking into consideration the
extension of time-limit, 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 and
P1 and also CL1, SI 1 to the levels corresponding to the date from
which such compensation is levied.
ii) 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 of the contract form B-1. Since the rates payable for extra
items or the extra quantities under Clause-38 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

Signature of Contractor No. Of Corrections Executive Engineer,


153

items as well as extra quantities under Clause-38 of the contract form


B-1 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, prevailing at the 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 amount to cover the contingency of such
other actual rise or fall in costs.

34. SPECIAL CONDITIONS FOR THE MATERIAL TO BE BROUGHT


BY THE CONTRACTOR

All the materials including cement, steel etc. brought by the contractor
for the work shall be reported to the Engineer-in-charge along with the
necessary test report from Govt. laboratory or factory.
Cement shall be brought of 43 grade confirming to I.S. 8112 of 1989 and
to confirm concrete strength as per IS 156-1978.
The steel supplied by the contractor shall be confirming to I.S. 432
(Part-1) of 1966 and I.S. 1786 of 1976 amended time to time
Required quantity of explosive shall be brought by the contractor from
the Govt. authorized depot. Document such shall be furnished to the Engineer-
in-charge only. Skilled person to be kept on work site for all blasting
operation.
The structural steel to confirm I. S. 800 1962 and subsequent revision
thereof quality control on the site should be the responsibility of the Engineer-
in-charge with necessary equipment and labour made available by the
contractor. It is the responsibility of the contractor to prove to the site
Engineer that this work meet the required specifications. The responsibility of
quality control of work will be of the site Engineer who will be given
necessary guidance and administrative support by the Engineer-in-charge. The
Engineer-in-charge will be the overall in charge of the quality control on the
site. The Contractor will be the ultimate responsible for the quality .

35. INSURANCE FOR CONTRACT WORK :

Signature of Contractor No. Of Corrections Executive Engineer,


154

The Contractor shall take out an Insurance Policy or Policies so as to provide ad-
equate insurance cover for the execution of the awarded Contract work from the ‘Director of
Insurance, Maharashtra State, Mumbai- 400 051’ only. Its postal address for correspondence
is “264, Mhada, opposite Kalanagar, Bandra (E), Mumbai - 400 051, (Tel. No. 26438403)
(Fax) 26438461/26438690, Insurance policy/policies taken out from any other company will
not be accepted. However, if the Contractor desires to effect insurance with the local office
of any other insurance company, the same should be under the co-insurance-cum-servicing
arrangements approved by the Director of Insurance. If the policy taken out by the
Contractor is not on a co-insurance basis (G.I.F. 60% and insurance company 40%)
approved by the Government Insurance Fund, the policy will not be accepted and the
amount and the premium calculated by the Director of Insurance will be recovered directly
from the amount payable to the Contractor for the executed work. The Maximum payment
against insurance shall be 1 % of Part – I value of Schedule-B . The reimbursement against
insurance policy shall be limited to the premium value limited to maximum 1% as
mentioned above.

36. MODE OF PAYMENT OF THE QUANTITIES OF EMBANKMENT,


EXCAVATION, MASONRY AND CONCRETE ITEMS EXECUTED IN
EXCESS OF 125%

Clause No. 38 of B-1 Tender form pertains to payment of quantities of


different items of schedule 'B' in excess of 125% of the Tendered quantities. It
is to be clarified that in case of items of excavation in soft strata and hard
strata in the present Tender, this clause will become applicable only if the total
quantity of excavation (i.e. quantity for Excavation in soft strata and quantity
for excavation in hard strata) exceeds by 125% during execution.. For
payment of quantity executed in excess of 125% of total quantity of
excavation, the following procedure will apply.

CASE–1
Where the quantity of excavation executed exceeds 125% total of tendered quantity
of items of excavation in soft strata and hard strata, but quantity executed of anyone
of the individual items is less than or equal to the tendered quantity, for that item all
the excess quantity beyond 125% of total tendered quantity in items of excavation
in soft & hard strata, will be paid by revising the rate of only that item where excess
has occurred.
CASE–2
Where total quantity of excavation executed for both items (excavation in soft
strata and hard strata) exceeds 125% of the total tendered quantity, quantity in
excess of 125% of total tendered quantity will be distributed in the ratio of
Executed quantity of individual item of excavation
Total executed quantity of items of excavation in soft strata and hard strata.
Total executed quantity of items of excavation in soft strata and hard strata will be
paid by revising the rate of individual items as per clause 38 (2) subject to the

Signature of Contractor No. Of Corrections Executive Engineer,


155

provision that the revision of rate will be applicable only for the quantity of
individual item executed beyond 125% of the Tendered quantity.
In case if executed quantity is less than 75% of the total quantity of excavation in
soft strata and hard strata, these will be treated on similar lines as (1) and (2) above.
CASE–3
Where total quantity of all masonry items taken together exceeds 125% of the total
tendered quantities of all masonry items, quantity in excess of 125% of total
tendered quantity will be distributed in the ratio of

Executed quantity of individual item of masonry


Total executed quantity of all masonry items taken together.

Total executed quantity of items of masonry will be paid by revising the rate of
individual items as per clause 38 (2) subject to the provision that the revision of
rate will be applicable only for the quantity of individual item executed beyond
125% of the Tendered quantity.

In case of executed quantity less than 75% of the total quantity of all masonry
items, these will be treated on similar lines as (1) and (2) above.
CASE–4
Where total quantity of all concrete items taken together exceeds 125% of the total
tendered quantities of all concrete items, quantity in excess of 125% of total
tendered quantity will be distributed in the ratio of ..
Executed quantity of individual item of concrete
Total executed quantity of all concrete items taken together.
Total executed quantity of items of concrete will be paid by revising the rate of
individual items as per clause 38, (2) subject to the provision that the revision of
rate will be applicable only for the quantity of individual item executed beyond
125% of the Tendered quantity.

In case of executed quantity less than 75% of the total quantity of all concrete
items, these will be treated on similar lines as (1) and (2) above.

i. The price escalation shall not be applicable to the quantities under clause-38.
ii. Additional security for revised tender cost if any shall be taken as 2% beyond
accepted tender cost.
iii. 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% at the rate of the item specified in the tender is
more than Rs. 2000/- (The clause is not applicable for extra items).
iv. This clause is not applicable to extra items, if any.
v. There is no change in the rate if the excess is more than 25 percent of the
tendered quantity, but the value of the excess work at the tendered rates does
not exceed Rs. 2000/-.
Signature of Contractor No. Of Corrections Executive Engineer,
156

vi. The quantities to be paid at the tendered rates shall include:


a. Tendered Quantity plus
b. 25% excess of tendered quantity or the excess quantity of the value of Rs.
5,000/- at tendered rate whichever is more.
vii. The provisions of Water Resources Department (Marathi) Circular No. Nivida
– 0812 / (420/2012)/ मो -1, dated 11/10/2012 and corrigendum dated
31/05/2019 and Nivida-1213/(735/13)/ मो -1, פ. 22/12/2017 shall be
applicable under this clause.
viii. Additional security for revised tender cost if any shall be taken as 2% beyond
accepted tender cost.

37. ADDITIONAL CONDITIONS

37.1 The contractor shall own or hire the machineries required for this work
at site as instructed by engineer in charge.

37.2 The Contractor shall have at least 2 No. qualified Engineer (full time
employees) with a minimum of 3 to 5 years experience assigned to
supervise the work. At least 1 supervisor shall be on site at all times.

37.3 The Contractor shall have a well established field laboratory necessary
for testing, sand testing and concrete sampling (testing equipments
should be owned by him) set up on site, with experienced staff to carry
out the tests.

37.4 Quality control on the site shall be the responsibility of the Engineer-
in–charge with necessary equipment and labour made available by the
contractor. It is responsibility of the contractor to prove the site
engineer that his work meets the required specifications. The
responsibility of the daily quality control of work will be of the Site
Engineer who will be given necessary guidance and administrative
support from the Engineer in Charge. The Engineer in Charge will be
overall in-charge of the quality control on this work. The cost involved
with the quality control on the site is responsibility of the contractor

37.5 All references to “Proctor Density” “Modified Proctor Density” or


“Standard Proctor Density” in the Contract documents should be taken
to mean "Standard Proctor Density" in the context of this Contract.

37.6 In executing the work, the Contractor should undertake the earthworks,
masonry works and concrete works simultaneously in order that the
work can be completed within the shortest possible period.

37.7 The final payment to the Contractor will only be made after a
Completion Report for the works has been approved by the Engineer-
in-charge and the Certificate of Completion has been issued (as per

Signature of Contractor No. Of Corrections Executive Engineer,


157

clause 7 of Conditions of Contract). The Completion Report is to


comprise of (1) record drawings (2) quality control records (3)
excess/saving note (4) materials test reports and (5) a Completion
Inspection Survey of all components with design compliance certified
by Engineer-in-charge.
37.8 The contractor shall own or hire the machineries required for this work
at site as instructed by engineer in charge.
37.9 EQUIPMENT FACILITY
Contractor shall provide following equipment to update the progress of
work and to monitor the work quality for department.
1. Computer- Dell All in one Insp 5400 (Core i5 1135G7 11th Gen / 8
GB RAM / 1 TB HDD +256 GB SSD No DVD RW / 23.8” FHD Wi-
Fi+BT / KB+Mouse wireless Wi-Fi+BT / Webcam / Win 10 Home +
MS Office / 3 year warranty / Silver Colour - 1 Nos
2. Printer - HP Laser -1 no.
. Above equipment shall be handed over to Department within one
month from date of work order. This equipment will remain property of
Soil & Water Conservation Department Govt. of Maharashtra.
No separate claim entertained or no separate payment will be made for
this equipment. If contractor fails to provide above equipment, price of
equipment as per prevailing market rate will be deducted from first
R.A. Bill.

38. DOCUMENTS VERIFICATION

38.1 The documents submitted by the contractor in envelope No.1 (i.e.


Technical envelope) during tender process and submitted thereafter to
the department along with R A Bills & final bill shall be 100% true and
factual. The contractor shall be held responsibility for all documents
submitted by him. The concern officers of Water Conservation
Department shall not be responsible for that. If any discrepancy or
faulty documents are found at any stage, the action shall be taken as
per Indian Penal Code (IPC). (Ref.: Government of Maharashtra,
Public Works Department’s Marathi resolution no. सीएटी / २०१८ / ,. .
१२७ / इमा-२, dated 28/11/2018).

38.2 After due verification and confirmation of documents uploaded by the


bidder from competent concern authorities with original documents,
then only the financial bid shall be opened. If any discrepancy is found
or noticed with the documents uploaded by the bidder, the financial bid

Signature of Contractor No. Of Corrections Executive Engineer,


158

of the same will not be opened. The interested bidder shall produce all
the original documents for the verification as demanded by the tender
opening authority.
38.3 The document verification will be done in the, Soil and Water
Conservation Department Pune office at the date specified by
District Water Conservation Officer. If the tenderer fails to produce
required documents for verification in prescribed time limit, or if there
is discrepancy in uploaded documents and documents provide for
verification, the financial bid of the tenderer shall not be opened. The
decision of District Water Conservation Officer, Soil and Water
Conservation Department, RAIGAD in this regard shall be final. The
period of document verification shall be communicated to the tenderer
separately if required.

39. LAND ACQUISITION:

The contractor shall assess the status of land acquisition for the components of
work included in tender with oral or written enquiry with engineer in charge.
No claim or extra payment shall be made due to delay in land acquisition or
any issue arising due to land acquisition. The contractor shall quote his offer
accordingly.

40. PROJECT MANAGEMENT CONSULTANT ( PMC ) :


Region wise Project Management Consultants ( PMC) are appointed as per Soil and
Water Conservation Department Government Resolution.The monitoring
coordination shall be applicable to this work. ( Ref. Soil and Water Conservation
Department’s Marathi Government Resolution No-MIS -2021 /case no-166/Jal -1
dtd 06/01/2022.)

41. BLASTING BOULDER

Measurement for blasting boulders bigger than 0.1 cum not covered by
the excavation in over burden or compulsory excavation viz. C.O.T., Drains,
H.R W.W etc .as indicated in the foregoing shall be taken on stacks of regular
size. All such material for measurements shall be stacked in compact manners
at convenient spot near excavation of work. Before final disposal at specified
area without any extra cost, for arriving at the quantity to be paid for 50% of
the measured stack volume shall be deducted from stacked measurement for
voids. Such net quantities arrived at for payment will be deducted form
quantity of the overburden and shall be paid in the item of excavation in hard
strata. Boulders which are not to be paid for rock excavation will be disposed
off.

Signature of Contractor No. Of Corrections Executive Engineer,


159

The claim for extra efforts will be considered for the stacked quantity
less voids at contract rate of Hard Rock item (including escalation as per
formula in contract) of this contract or Regional Schedule of Rates for the
item of excavation in hard rock, applicable for the relevant year of execution,
whichever is less.
42. DEFECT LIABILITY PERIOD:

Defect liability period for the work is of one year, the contractor shall
undertake corrective measures for any damage (such as breach , leakages,
outflanking, erosion etc) to any /all structures in that cluster after successful
completion of all the work. He shall carry out all necessary repairs within one
month after written notice is received from the department regarding the
repairs at no extra cost during defect liability period.
43. CONCURRENT EVALUATION:

The work shall be inspected stage wise as concurrent evaluation by


District Quality Control Monitoring Cell & Supervision authority &
Executive in-charge. After satisfactory concurrent evaluation. The payment
for completed work will be paid accordingly.

44. PHOTOGRAPHS:

Proper records such as photography / videography shall be


maintained during execution of hidden items for which record shall be
maintain. The contractor shall quote his offer accordingly.
Contractor must submit photographs of work at starting, mid & Final
construction stages along with running/Final bills. Minimum five
photographs for each running bill must be submitted.

45. QUALITY CONTROL:

The responsibility of overall quality control as per current


Government Resolutions and guidelines shall be with Sub divisional Water
Conservation Officer and District Water Conservation Officer.

The contractor shall quote his offer considering the arrangements


and resources required to be deputed for quality control as directed by
engineer-in-charge. No extra payment shall be made against this.

46. SITE VISIT:

Contractor/Applicant/Bidder/Authorized representative shall visit & inspect the


actual work site and make themselves aware of the site conditions, confirmation

Signature of Contractor No. Of Corrections Executive Engineer,


160

about site location, quarries of material required for construction of project, leads
of quarries, Availability of Construction workers, cement, steel etc. before
submitting tender. No claims regarding extra lead, non availability of Construction
workers, cement, steel, quantity & quality of material available etc. will be
entertained after tender submission During work site visit contractor shall study the
scope of work, site conditions and verify provision in tender documents, resources
available and difficulties / restriction of site in all respect. Dates from 13/02/2023
to 17/02/2023 are scheduled for site visit and Geo Tagging as below

Sr. Name Of Work Latitude Longitude


No.

1 CONSTRUCTION OF GATED CEMENT 180 30’38”N 730 02’29” E


CONCRETE BANDHARA MORANDE
(BANDHAN)
2 CONSTRUCTION OF GATED CEMENT 180 35’35”N 730 00’24” E
CONCRETE BANDHARA BELOSHI
(KALDARI)

The bidder or his authorized representative shall visit & inspect the actual work
site between the dates schedule for Geo-Tagging. Geo- tagging shall be self
attested by contractor/ applicant/ bidder/ Authorized representative of contractor.
The bidder or his authorized representative shall sign properly filled Annexure-L
with date and time of site visit and same shall be upload along with Geo-Tagged
photo copies in the Envelope No.1 (Technical Envelope) at the time of online
submission of the Tender.

Online submitted copy of Annexure-L will be confirmed at the time of


Technical Scrutiny of Technical envelope. Non submission of Annexure-L or
Discrepancies between Annexure-L submitted with tender document and online
submitted copy is liable to rejection of Tender. Also envelope no. 2 will not be
opened. (Ref. Government of Maharashtra, Water Conservation Department’s
Marathi Government Resolution corrigendum no. - Nivida 0417/Case no. 247/MP-
1, dated 05thJuly 2022.).

48. LABOUR WELFARE CESS:-

As per Industries and Power Deoartment, Government of Maharashtra


resolution No. BCR-2009 / CR-108 / Labour-7A, dated 17/06/2010 one

Signature of Contractor No. Of Corrections Executive Engineer,


161

percent (1%) cess on labour welfare is considered in rates in schedule B and


same amount shall be deducted from contractors bill as prescribed in the same
Government Resolution.

49. PAYMENT OF STAMP DUTY :

The contractor has to pay the stamp duty as per article 63 of the Bombay Act 1958, with
effect from 01/05/2006 and revised by the Govt of maharashtra in April, 2015, in case of
works contract whose value does not exceeds Rs. 10 lakh stamp duty payable in Rs. 500/-
plus Rs. 100/- for every one lakh rupees or part there of above rupees ten lakh subject to a
maximum of Rs. 25 lakh .
Total amount of stamp duty to be paid by contractor as treated above
shall be deducted from the first R.A. Bill of the contractor. No extra
payment shall be made against security deposit paid by contractor.

50. PAYMENTS OF SALARIES AND WAGES :


Contractor shall make payments of salaries and wages to all the employees and labours
through bank account linked to Unique Identification Number (AADHAR CARD), and
shall submit a certificate accordingly to the Engineer-in-charge. The certificate shall be
submitted by the contractor within 60 days from the commencement of contract. If time
period of contract is less than 60 days, the such certificates shall be submitted within 15
days from the date of commencement of the contract.

Water Conservation Officer Sub Divisional Water Conservation Officer District Water Conservation Officer
Soil and Water Conservation Sub Division, Soil and Water Conservation
KOLAD Department, RAIGAD

Signature of Contractor No. Of Corrections Executive Engineer,


162

GENERAL SPECIFICATIONS FOR THE WORK

INDEX

SR. NO. PARTICULARS PAGE NO.


From To
SECTION 01 GENERAL SPECIFICATIONS
SECTION 02 EXCAVATION
SECTION 03 MS CHANNELS, BEAMS & NEEDLES
SECTION 04 EMBANKMENT
SECTION 05 ROCK TOE
SECTION 06 QUARRY SPAUL AND PITCHING
SECTION 07 CEMENT CONCRETE
SECTION 08 STEEL REINFORCEMENT
SECTION 09 BACK FILLING

SECTION 10 DRILLING HOLES


SECTION 11 GROUTING
SECTION 12 SIGN BOARD / GUARD STONE
SECTION 13 DEWATERING ARRANGEMENT
SECTION 14 APPROACH ROAD
SECTION 15 MISCELLANEOUS

SECTION 16 RULES FOR BLASTING OPERATIONS


SECTION 17 SPECIAL CONDITIONS FOR THE MATERIAL
TO BE BROUGHT BY THE CONTRACTOR
SECTION 18 ROYALTY

This is to certify that, all the specifications are included as per items of
schedule-B in this DTP.

Water Conservation Officer Sub Divisional Water Conservation Officer District Water Conservation Officer
Soil and Water Conservation Sub Division, Soil and Water Conservation
KOLAD Department, RAIGAD

Signature of Contractor No. Of Corrections Executive Engineer,


163

SECTION – I

GENERAL SPECIFICATIONS

ED-S: STRIPPING
ED-S.0: SCOPE

Stripping and benching the seat of the dam and disposing off the material as and
where directed.

ED-S.1: SCOPE

The item of stripping includes furnishing of all tools, plant, labour and material
required for carrying out excavation in all strata, including site clearance,
conveyance and disposal in a manner approved by the engineer-in-charge and with
all leads and lifts and all items covered within the intent and purpose of the item.

ED-S.2: SITE CLEARANCE

All area required for the seat of the dam and beyond the seat on the dam shall be
cleared of all trees up to the diameter of 15 cm, stumps, bushes, roots, rubbish and
all other objectionable materials. All such materials shall be removed from the site
so as not to interfere with construction and maintenance operation of the project
and shall be disposed off as directed by the engineer-in-charge to such disposal area
as directed. All trees cut and all materials from dismantled structures shall be the
property of government and shall be stacked at suitable places as direc0ted by the
engineer-in-charge or his representative.

ED-S.3: STRIPPING

The entire area of the seat of dam shall be stripped off to a sufficient depth to
remove all top soil, loose soil and vegetable matter and soil in the root zone or soil
not suitable for the foundation of the dam embankment as determined by the
Engineer-in-charge. The stripping should be carried out down to a firm natural soil
as directed.

However, the rate of the item shall include striping maximum up to 0.60 Meter
Depth. Any stripping required to be done below 0.60 meter depth will be paid
under the item of excavation. The rate also includes benching and keying which
shall be formed whenever directed to insure proper junction and bonding. In case of
trees with deep roots, they must be removed at least up to one meter depth below
ground level.

Signature of Contractor No. Of Corrections Executive Engineer,


164

ED-S.4: DISPOSAL OF MATERIALS

The stripped material shall be transported and dumped or stacked at the


disposal sites as approved by the engineer-in-charge. In no case shall this stripped
material contaminate with the embankment materials.

ED-S.5: LEAD AND LIFT

The item includes all lead and lifts involved in the operation.

ED-S.6: MODE OF MEASUREMENTS

The measurement shall be based on the volume of the stripped quantity in cubic
meter. The quantity will be computed by taking cross section at every 15 meters or
at closer intervals for the areas stripped as per specifications.

Signature of Contractor No. Of Corrections Executive Engineer,


165

SECTION – II
EXCAVATION

ED-E: SCOPE

Excavation is mainly classified to its purpose under

1) Excavation for seat of dam and drain, C.O.T.

2) Excavation for Waste Weir, approach and tail channels, flank walls Guide
walls, key walls and head regulators etc.

The item includes furnishing of all tools, plant, labour and material required for
carrying out excavation in all strata including conveyance and disposal in a manner
hereinafter specified and all operations within the intent and purpose of the item.

The item of excavation for other purposes shall include furnishing of all tools,
plant, labour and material required for carrying out excavation in different strata for
the various parts as denoted in the drawings, and removing and disposal in a
manner hereinafter specified with all leads and lifts, maintaining the excavated
slopes and trenches and all operations covered within the intent and purpose of the
item. the rate also includes excavation in wet and moist conditions occurred in.

ED-E2: CLEARANCE OF SITE OF WORK

All areas required for the construction of the dam and appurtenant works and the
surface of all borrow pits shall be cleared off all trees, stumps, bushes, roots
vegetation and other objectionable materials. All such materials shall be removed
from the site so as not to interfere with construction and maintenance of the project
and shall be disposed off as directed by the engineer-in-charge to such disposal
areas as directed. All trees cut and all materials from the dismantled structures shall
be the property of government and shall be stacked at suitable places as directed by
the engineer-in-charge.

The cost of clearance as specified above is deemed to be included in the item of


excavation for dam and appurtenant works.

ED-E3: BASE LINES AND GRADES

Before starting the work, one reference line and Bench Marks will be established
by the department. Permanent base lines and cross lines shall be established by the
contractor at sufficiently close intervals with Bench Marks at all end points to serve
as “Reference Grid”. The contractor shall provide at his expense all templates,
pillars and stakes, equipment materials and labour for establishing the Grid lines
and the pillars, and shall be responsible for their maintenance during the whole

Signature of Contractor No. Of Corrections Executive Engineer,


166

season of construction. These shall be laid out with the prior approval of the
engineer-in-charge. No base line or bench marks or reference marks shall be used
as reference line for the work, without prior approval of the engineer-in-charge.
The contractor shall maintain a certified copy of such approved reference lines,
bench-marks and levels and shall not remove any of them without the prior
approval of the engineer-in-charge.

The reference points and pillars already established by the department in the works
area shall be fully protected and maintained by the contractor. He shall repair and
rebuild the same in case of any damage, intentional or otherwise.

The contractor shall layout the work from the reference base lines in consultation
with the engineer-in-charge and shall be responsible for the correctness of all
measurements and levels in connection therewith notwithstanding the fact that the
same might have been checked by the staff of the engineer-in-charge.

The contractor shall be responsible for the proper execution of the work to such
lines and grades as may be specified in the drawings or established or indicated by
the engineer-in-charge from time to time.

ED-E4: CLASSIFICATION OF STRATA

The strata of excavation shall be classified as under:-


1) Hard strata.
2) Soft strata with soft rock.

DEFINITION OF STRATA

HARD STRATA

This shall include all rocks occurring in masses which normally needs regular
blasting for quarrying (Note: It shall also include rock which owing to the
proximity of building or for any other reasons has to be cut by means of chisels or
wedges). It shall also include boulders in mass , isolated boulders in mass and
isolated boulders over 0.1 cum each, which normally require blasting or wedging
and breaking for removal.

SOFT STRATA WITH SOFT ROCK

This shall include all material which is rock but does not need blasting and could be
removed with pick, bar and shovel. It shall also include boulders upto 0.1 cubic
meter each which normally do not need blasting and could be removed with a pick,
bar and shovel.

This shall include all kinds of materials such as shale, indurate clay, soil, silt, sand,
gravel, sole, average and hard murum and any other material which can best be

Signature of Contractor No. Of Corrections Executive Engineer,


167

removed with a shovel after loosening with pick and / or bar. It shall also include
isolated boulders up to 0.1 cubic meter each which normally do not need blasting
and could be removed with a pick, bar and shovel.

At the change of the strata the contractor shall inform the department in writing
before proceeding with the excavation in the hard strata. The engineer-in-charge
may thereupon cause to take levels of the finished excavation in the soft strata.

The decision of the engineer-in-charge regarding classification of strata shall be


conclusive and binding on the contractor. No distinction shall be made whether the
material is dry or wet.

ED-E5: SAFETY OF EXCAVATION

Before any work of excavation of foundation is taken up, all loose rock, detached
rock in or close to the area to be excavated, that is liable to fall or otherwise
endanger the workmen on the project shall be stripped. The methods employed
shall be such as will not shatter any rock that was originally sound or safe. Any
material not required removal as contemplated therein, but which may later become
loosened or unstable shall be promptly and satisfactorily removed. The cost of such
clearing shall be deemed to have been included in the unit rates accepted under the
different terms of excavation and up to pay lines.

ED-E6: SHORING AND STRUTTING

MAINTENANCE OF EXCAVATION SLOPES

Any shoring and strutting required during construction shall be deemed to be


covered by the rates quoted for the items. The contractor shall be responsible for
the adequacy of the excavated stuff. If at any particular location the contractor
considers it necessary, in the interest of safety to provide safety measures, shall
forthwith bring the same to the notice of engineer-in-charge and obtain the orders
thereon. Such additional excavation shall be paid for at the rates accepted for the
particular class of material.

Before excavation of the trenches to the final slopes it is necessary that the
contractor shall first ascertain the strata classification by excavating a pilot section
and only after the strata is classified, adjust the said slopes to final designed section.
The contractor is not entitled for any extra payment on this account and the
tendered rate is deemed to be inclusive of it.

SLIPS

Every precaution shall be taken to prevent slips. But should slips occur, the slipped
material shall be removed to slopes as directed. Removal of such material shall not

Signature of Contractor No. Of Corrections Executive Engineer,


168

be paid for. No compensation shall be paid to the contractor because of mishaps


arising out of slips.

ED-E7: BLASTING

OBSERVING RULES REGARDING BLASTING

In conduction blasting operations, proper precautions shall be taken for the


protection of persons, the work and property. All Government laws in relation to
design and location of power magazines, transport and handling of explosives and
other measures enacted for the prevention of accidents shall be strictly observed.
Warning signals shall be given for each blast. Specifications for blasting given
under separate section shall be carefully land rigidly observed.

STORING OF EXPLOSIVES

Explosives shall be stored in the magazine building to be provided by the


contractor under the special care of a watchman, so that in case of accidents, no
damage occurs to other parts of the work. Explosives, detonators and fuses shall
each be separately stored.

RESTRICTIONS ON BLASTING

a) No blasting which may disturb. Endanger the stability. Safety or quality of the
foundation shall be permitted.

b) Blasting within 30 meters of main work in progress of permanent structure


shall not be permitted.

c) Progressive blasting shall be limited to two third of the total remaining depth
of excavation.

d) No large scale blasting operation will be resorted to when the foundation


excavation reaches the last one meter and only small charges preferably black
powder may be allowed so as not to shatter the foundation.

e) The last blast shall not be more than ½ meter in depth. Therefore for finishing
the excavation work and in special locations (only in rock) where specifically
indented or ordered in writing by the engineer-in-charge use of explosives
shall be discontinued and excavation completed by barring, wedging,
chiseling or other suitable methods approved or directed by engineer-in-
charge and cost of such work will be deemed to have been included in the
tendered rate.

ED-E8: EXCAVATION OUTLINE AND PAY LINE FOR OTHER THAN


FOUNDATION STRUCTURE

Signature of Contractor No. Of Corrections Executive Engineer,


169

All excavation shall be performed in accordance with the lines, grade levels and
dimensions shown in the drawing or established by the engineer-in-charge. The
dimensions shown in the drawing are tentative. During the progress of work it may
be found necessary or desirable to vary the slopes or the dimensions of excavation
from those specified in the drawings. The side slopes to the excavations shall be as
steep would stand with safety as decided by the engineer-in-charge and, slopes
would be normally as per table given below or less subjects to safety.

Table Slope Table Slope Table Slope

Sand 1:1 HM /HMB ¼:1 SR above 3 m depth 1/4:1

Soil ½:1 S.R. & HR Up to 3 m Vertical HR above depth 3 m 1/8:1


/S.M

If the slopes established are found to be steeper and likely to slip, they shall be
made flatter removing the additional material and introducing suitable berms if
possible and stable faces established as decided by the engineer-in-charge. The
additional excavation when ordered by the engineer-in-charge will be paid at the
rates accepted for excavation for the particular class of material.

PAY LINES AND EXCESS EXCAVATION IN CASE OF FOUNDATION OF


STRUCTURES

No payment shall be made for the work done beyond the specified pay lines.
Payment lines for different strata for all excavation is defined as the lines starting
from the outer dimensions of masonry of concrete at foundation levels and sloping
up confirming to the side slopes as above specified in the table above.

Not withstanding standards given hereinbefore for the excavation outlines and
contractor shall take care to see that no slips or accidents occur and that the slopes
are stable if necessary he shall carry out necessary shoring and strutting at his own
cost.

Any or all excavation carried out by the contractor for any purpose or reasons shall
unless ordered in writing by the engineer-in-charge be at the expense of the
contractor and if the unauthorized excavation has to be filled with concrete or
masonry or with materials as specified by the engineer-in-charge, filling so needed,
shall be carried out by the contractors as per the specifications of the respective
items of works at his own expense.

ED-E9 DISPOSAL EXCAVATED OF MATERIALS

Deposition of excavated stuff clears off traffic lines, etc.

Signature of Contractor No. Of Corrections Executive Engineer,


170

Before any excavation is started, the deposition of spoil shall be carefully planned
so as not to obstruct traffic lines required for transport of the construction materials.

The excavated material shall be dumped sufficiently clear off the edges of
excavation so as not to endanger stability of the excavation and also permit ample
space for tramways, lorry patches, installation of lifting and pumping devices,
stacking construction materials, etc.

SORTING OF EXCAVATED MATERIALS

The excavated material shall be carefully sorted for use on the dam, as directed by
the engineer-in-charge and shall be hauled directly to the place of use if possible.
The excavated material which is not considered fit for use in the embankment, shall
be immediately removed and deposited at such place and in such manner as well be
directed by the engineer-in-charge. The material found unusable should be got
approval from the engineer-in-charge before actually disposing it off. The useful
material obtained from excavation shall be used directly or heaped separately as per
the requirements for earthen dam and masonry spillway. The material for earth dam
shall be heaped for different zone namely
1) Earth material required for hearting
2) For casing zone
3) Rubble required for rock toe, pitching and quarry spauls.
The rubble suitable for masonry etc. should be stacked separately for following
purposes:
1) Large size rubble for masonry.
2) Small size rubble for crushing.
3) Long headers for masonry, etc.
4) Chips for back filling, etc.

CONVEYANCE OF MATERIAL

All the excavated materials from excavation shall be selected by removing roots,
grass, organic matter, and other objectionable matter and be sorted out into
different types of materials for use in different zones of the dam as directed by the
Engineer-in-charge. The same shall be loaded in the vehicles proceeding directly to
the place of use except such material as is required to be stockpiled.

MODE OF HEAPING OTHER USEFUL MATERIALS-


The useful materials that cannot be used directly shall be heaped in separate area
with reference to the nature of the material. Stockpiles shall be of as regular size as
possible allowing of easy measurements.
Signature of Contractor No. Of Corrections Executive Engineer,
171

The material once heaped shall be utilized as and when and where required and as
directed by the engineer-in-charge. The cost of complete item of excavation
includes the cost of re-handling of the materials so temporarily heaped and reused.

THE FREE USE OF USEABLE EXCAVATED SPOIL

All usable spoils of excavation whether done by the contractor or department or


through other agencies fixed by the department will be available free of cost for use
by the contractor on the construction of the dam only, when it is not required by the
department.

DISPOSAL OF WASTE MATERIALS

The waste materials shall be heaped in spoils banks in regular shape with suitable
slopes as directed and properly trimmed so as to present a neat appearance of that
may be wasted in other approved locations. The spoil-banks shall be located in such
a way that they will not interfere with the natural flow of the river.

No material shall be wasted where it will be detract from the appearance or


interfere with the accessibility of completed structures. Excavated materials shall
not be carelessly thrown over the premises and shall be deposited directly in
permanent positions consistent with proper execution of work. The rate of disposal
is included in the excavation item

LEADS AND LIFTS

The unit price shall include all leads and lifts in the above operations.

ED-E10: MEASUREMENTS AND PAYMENTS

The measurements shall be based on areas of cross section taken normal to the axis
of structure of its part of the original ground surface and the surface of finally
completed excavation within the pay lines, taken at every 15 meters along with axis
of structure of its part. Where there is abrupt change in depth, additional cross
section may taken at the discretion of the engineer-in-charge. Levels along the
cross section shall be taken at every 15 to 20 meters or 5 meters as per exigency of
work.

During the execution of the work, running payments for the items of the excavation
will be made to contractor at 90% of his tender rate for the item. The remaining
payments for this item will be progressively released depending upon the progress
of completion of the item of excavation. The part rate will be reviewed by the
engineer-in-charge when he feels necessary and decision of the engineer-in-charge
shall be final and binding on the contractor. During the excavation of the work,

Signature of Contractor No. Of Corrections Executive Engineer,


172

running payment for the items of excavation will be made to the contractor on the
basis of cross sectional measurements.

ED-E11: PREPARING AND TESTING OF FOUNDATION: SCALING,


TRIMMING OF FOUNDATION

After rough excavation to the required depth is completed, scaling and trimming
operations for removal of all pieces loosened during excavation of partly separated
from main rock mass by seams or cracks shall be carried our to the entire
satisfaction of the engineer-in-charge.

TREATMENT OF WEAK LOCAL SPOTS

All weathered or partly decomposed pieces of rock shall be removed so as not leave
on the foundation any rock other than that which is an integral part of the rock
mass. Areas of low bearing capacity, steep inclined seams, faults, and crushed zone
of an otherwise good foundation, if permitted to be kept shall be cleared out to a
sufficient depth and refilled and plugged with masonry or concrete as directed by
engineer-in-charge.

FINAL FINISHED SURFACE OF FOUNDATION

The finally prepared foundation shall present a rough surface in cross section to
give added resistance to sliding. All polished surfaces shall be roughened
artificially to give good bond. The surface shall be free of steep angle and the edges
of benches shall be chamfered approximately to 45 pinnacles or projections shall be
knocked off and prominent knobs flattened. Neither along the length of the dam,
nor across it, shall the foundation normally have a slope steeper than 1 vertical: 1
horizontal and 1 vertical: 4 horizontal respectively unless otherwise permitted by
the engineer-in-charge.

TESTING FOR SOUNDNESS

The finally finished foundation rock shall be tested by striking with a heavy
hammer and if any loose portion of foundation rock is revealed by a hollow sound,
it shall be excavated further (without blasting) till a clear ringing sound is obtained.

FOUNDATIONS TO BE KEPT COMPLETELY DRY DURING


CONSTRUCTION

The foundation shall be kept completely de-watered till such times as would be
required for the masonry or concrete to set. The de-watering required for this
purpose is included in the each item of concrete ,Masonry , excavation &
preparation of foundation as specified herein..

ED-E12: PREPARATION OF FOUNDATION SURFACE

Signature of Contractor No. Of Corrections Executive Engineer,


173

SCOPE
The item includes furnishing of all plant labour and material required for
preparation of foundation i.e. cleaning, scaling and trimming operation for removal
of all loose pieces found at the top of foundation level, it also including dry air
jetting and then cleaning with air and water jet under pressure. The rate also
includes applying cement slurry and cement mortar in proportion 1:3 before laying
masonry or concrete on finally finished surfaces.

SEALING AND TRIMMING OF FOUNDATION

Rough excavation complete to the required depth is to be further cleaned and


finished as below. The scaling and trimming operation for removal of all pieces,
loosened during excavation or partly separated from main rock mass by seams or
cracks, shall be carried out to the satisfaction of the Engineer-in-charge.

PREPARATION OF SURFACE PRIOR TO LAYING

Immediately before laying masonry or concrete, the foundation shall be thoroughly


cleared off, all lose materials like chips, sand, dirt and even a slight film of oil, all
grease. This shall be done by pick, hammers, stiff, forms, jets of water and jets of
air at high pressures and or wet sand blasting followed by through washing. The
whole surface and particularly all corners, crevices and joints shall be cleared off,
all dirt clinging to them by holding the tip of water hose close to it. The pressure for
jets of water or air shall not be less than 15 meters of water head and 5 kg/cm2 for
it.

The finished surface shall be thoroughly scrubbed with stiff wire brushes. The
washing and scrabbling shall be continued until deleterious material, clinging to the
surface is removed. This is indicated by the wash water in the benches becoming
clean and free from dirt. In the final clearing all water shall be removed by using
sponge so that slightest pool of water does not remain.

MORTAR ON PREPARED SURFACE

Before laying masonry or concrete over the finally prepared surface of the
foundation slurry of water cement ratio (0.6) by weight shall be applied on rock
surface. Over this slurry layer of cement mortar 1:3 as directed with water cement
ratio as low as practicable, should be laid to a depth of 50 mm to 70 mm. The
mortar shall be rubbed by a trowel, to ensure good adhesion.

MODE OF MEASUREMENT AND PAYMENT :

No separate payment will be made for this preparation work as it considered


to be included in the rates for the excavation and/proceeding earth, concrete or
masonry work.

Signature of Contractor No. Of Corrections Executive Engineer,


174

SECTION – III

M.S. CHANNEL & BEAM


All structural steel shall confirm to I.S. 226-1958 and I.S. 800-1956. The
steel shall be free from defects mentioned in 226-1958 and shall have “smooth
uniform finish".
It shall be straightened if necessary in the mill before shipment material shall
be free from loose mill scale. Rust pits or other defects affecting its strength and
durability.
When the steel is supplied by the contractor, test certificate by the
manufacturer shall be produced. If further tests are necessary they will be done
accordingly to I.S. 226-1958 and I.S. 223-1950 the cost of such test will be borne by
contractor. If results are unsatisfactory and by department if the results are
satisfactory. (As per standard specification page 14-AII ) channel and plates should
be of standard size.

WELDING
A. The specification given here under shall apply to welding as applied to new and
existing mild steel reinforcement.
B. Fillet welding for placing the reinforcement in correct position or for providing
cross bars in lieu of hooks.

C. But welding of reinforcement bars shall be made by metal is process unless


exactly lieu welding is specifically permitted by the Engineer-in-charge. The
specifications for the former have been in B 18 (a) and 18 (b) page 81 of Red
3ook Standard Specification edition 1971, Channels and plate should be welded
properly.

FABRICATION AND ERECTION:


Cutting, bending assembly riveting, bolting, machining, painting, marking and
erection shall be carried out in accordance with approved plans and as directed by the
Engineer-in-charge from time to time and shall comply with expeditiously under
orders of the Engineer.

OIL PAINTING:
Oil painting shall conform to specification No. A. 17 Page 17 of edition 1972. All
paints shall be thoroughly stirred with clean stick before use. While being used the
paints shall be thoroughly stored to keep the pigment in uniform suspension Ready
mixed (Factory mixed painting is started. The primer coat of paint shall be applied as
soon as possible after the surface has been cleared before deterioration of the surface
by rust ( in case of steel surfaces ) preferably painting should be done immediately
after cleaning on the same day.
If rusting occurs after the surface is prepared or there is contamination of cleaned
surface with salts. Acids, alkalies or other harmful material before primary coat is
applied and between of remaining coats of point the surface shall be cleaned again.
Point shall be applied so as to produce a uniform even coating over the entire surface.
Free from sticks, pitting wrinkles or irregularities. Sufficient time shall be allowed for
one coat to dry before the next is applied (Specification from Std. Specification B.21
page 78)

MODE OF MEASUREMENTS:

Signature of Contractor No. Of Corrections Executive Engineer,


175

The measurements of this item should be measured on Running Metre basis. The
payment shall be made on Running Metre basis.

M. S. Needles
1. SCOPE:

The work covered by this item shall consists of furnishing all materials equipment’s and
labour for the manufacturers, transport, placing in position and performing all the functions
necessary and ancillary there to including removing gaps, tightness needless in proper vertical
alignment and completing item work as per directions and specifications.

2. QUALITY OFSTEEL:

The channel, angle shall confirm to IS. 808-1957 and steel plates shall conform to I.S. 1730-
1961. The steel of which the channels angles, plates and bars are to be made shall be
manufactured as per the process specified in the respective IS. and shall have a smooth and
uniform surface. Material shall be free from scales, blisters, surface flows lamination cracked
edges and defects of every sort and should comply as regards in strength and durability with
I.S. 1148-1964.

3. JOINTS":

Joints in plates, channels, angles or every member of the completed goods to be made only in
such position as may be shown on plans or as ordered and all parts are to be cut and are to be
fit their positions, accurately. All joints are to be cut in truly square from and to be put
properly together.

4. WELDS:

All welds considered necessary shall be thoroughly sound of full section without flaws on
other defects.

5. DIMENSIONS:

In case of difference, actual dimensions from vertical groove to be taken in preference to


scaled dimension and dimensions mentioned in the specification mentioned in the
specification in preference to both. Considering actual dimension if there is any in increase in
the sizes. It shall not be paid for. The dimensions shown on drawing may be confirmed before
fabrication work to be taken in hand.

6. CAMBER ANDCURVATURES:

The M.S. plate and horizontal angle and vertical stiffeners shall be formed as shown in the
plan so that when resting in position and the designed water pressure so acting, there should
not be much deviation in shape.

7. PAINTING M.S.NEEDLES:
Each needles completed and passed by the Executive Engineer / District Water Conservation
Officer or his representative shall be painted with two coats of polyurethane in contractor’s
years.

7.1 MATERIALS:

Signature of Contractor No. Of Corrections Executive Engineer,


176

All the materials required in the process shall be got approved from the Executive Engineer.
Following are the principal materials required in the progress.

7.2 PU SYSTEM:

This shall consist PU Resin and Hardener used for giving anticorrosive treatment to MS
surface and shall conform to IS 2932 or equivalent BIS be Entrust of M/s Rand Poly
products or equivalent. The PU system must have a minimum pot life of 30 minutes each
of the packages containing the PU Resin and Hardener, shall have the manufactures name,
type of PU, mixing ratio, batch no. date of manufacturing and weight printed on the
container, PU material shall fresh and manufactured not earlier than month of actual use.

7.3 THINNER:

Thinner to be used in the process of PU mixing shall conform to IS it shall also be brought
in package having details as stipulated for the PU Resin.

7.4 Process of application of the PU anti corrosive system.

7.5 1st STAGE:

MS Plate/ structural steel fabricated MS plates. Surface to be lined/ coated, should be


mechanically descaled and cleaned by scrubbing with wire brushes. All loose rust parties
should be dusted off by an air blower.

7.6 The surface should be then cleaned by pickling process using 10% normal HCL acid
sufficient time should be allowed after application of the acid to ensure complete reaction
of the rusted surface layer (The time depends on the conditions of the substrata) the
surface should be then thoroughly rinsed with potable water and dried.

7.7 PU (ENRUST) resin and hardener should be mixed in the proportion of 2:1 by weight
and thoroughly stirred so as to form mix of uniform consistency. That quantity of mix
should be such that it can consumed in application within thirty minutes or pot life of the
mix of before starting the chemical action to set whichever is lower. This will avoid
application of a mixed compound in which chemical reaction has already set in. This will
also reduce wastages.

7.8 SURFACE HARDNESSTEST:

The surface of the final PU anti-coating shall be tested for hardness. The standard scratch
hardness testing procedure shall be followed. The hardness value of the tested surface shall
not be less not then 3500 gm.

7.9 MODE OF MEASUREMENT AND CONTRACTRATE:

The cost of anti-corrosive treatment is to be included in the rate of the M.S. needles.

8. Testing:

When the needles are finished they shall each of certain number of them as the Executive
Engineer / District Water Conservation Officer may direct to be tested with evenly
distributed loads of maximum water head without suffering a permanent set or injury. The
testing shall be carried out in the presence of the Executive Engineer / District Water

Signature of Contractor No. Of Corrections Executive Engineer,


177

Conservation Officer or his authorised Deputy Engineer either by directly loading or in


other way approved by the Executive Engineer / District Water Conservation Officer and the
needless shall stand the above tests to his entiresatisfaction‟ and technical parameter set.All
expenses of testing the needless shall be borne by the Contractor. The item rate is inclusive
of the testing expenses.

9. GENERAL EXECUTION:
The entire steel work to be executed as per design and drawing and shall confirm to is 816-
1956 and it shall be in the most approved workmanship accordingly to directions and to the
entire satisfactions of the Executive Engineer-in-charge who shall have the power to control
and inspect to test and to reject the whole or any one needle which he may consider
unsatisfactory and the contractor shall be bound to accept his decision as final. All the steel
shall conform to the respective I.S. specifications and shall be of good quality. Every part of
steel needle shall be painted with approve polyurethane in two coats. The work shall be
carried out as per directions of the Engineer-in-charge.

10. PROVIDING AND FIXING IN POSITION VERTICAL AND HORIZONTAL


RUBBERSEALS:
The rubber seals should be of good quality material and by adopting the procedure
prescribed by the I.S. standard. It should not be too hard. Before providing the rubber seals
to the horizontal and vertical faces of the needles stick paste be applied and then the rubber
seals to laid upon, so that it shall not be displaced at the time of placing the needles in
position and will be in proper contact.

11. PLACING INPOSITION:


Needles with rubber seals are lowered slowly by adjusting exact location from top. In each
bay. Placing operation in position shall be done smoothly and without damaging piers of the
day.Also care shall be taken to see that to remain contact in between two needles supporting
body angles and vertical rubber seal shall remain in contact in between vertical channel and
side angle of needle. Then the each needle should be inter locked to lower one by providing
nut bolts in proper position provided therefore. If some gap is noticed in between the contact
surfaces, those shall be removed at spot if it is not possible to removed at spot if it is not
possible to remove the same that needle will be rejected and contractor has to bring deco as
separate needle in lieu of the same.Bay number and needle number from bottom to top
should be given on the skin plate of needless by using approved quality of oil paint if any
leakage are observed, it will have to removed by the contractor at his own cost and labour.
For this purpose 5% of rate of then will be held and will be released after handling over the
site fully water tight after first filling of lake.

12. MEASUREMENT AND PAYMENT:


Measurement and payment shall be on Metric Tonne

Signature of Contractor No. Of Corrections Executive Engineer,


178

SECTION - IV

EMBANKMENTS

(With materials either from Borrow areas or useful approved materials from
compulsory excavation)

ED-B 1: SCOPE

The item of embankment shall include furnishing all tools, plants, labours and
materials required, stripping of the borrow areas, excavating the materials from the
borrow areas, conveying the same and placing the same, of the useful materials
from compulsory excavation for COT, masonry dam foundation, drains, etc. in
specified layers for embankment, including watering and mixing (or drying as the
case maybe ) and mechanical compaction to specified density and moisture content
for each type of material and performing all operations necessary and ancillary
thereto.

ED-B 2: BORROW AREAS

GENERAL
All materials required for construction of embankment, or backfill, which are not
available from the compulsory excavation (for cut off trench, masonry dam
foundations, drains, etc.) shall be obtained from the contractors own borrow areas.
Borrows pits shall be opened at the location and to the limits, as per directions of
the engineer-in-charge. As far as practicable the borrow areas going under
submergence on up-stream side shall be tacked first. The contractor is expected to
have his own prospecting carried out before tendering for the works. The data
presented therein are to be taken only as guidance and no claims shall be
entertained in further due to lack of conformity between the natures and quantity of
material actually met with during construction.

PRIOR APPROVAL TO BORROW AREA BEFORE START OF WORK

Before any borrow area is opened the material from the borrow area to be used
particular zone in the earth dam should be got approved from Engineer-in-charge.

STRIPPING OF BORROW AREAS

Before opening of borrow area from where the material is to be obtained, the area
shall be cleared off all trees, stumps, etc. and stripped to remove the top soil,
humus, vegetable matter organic matter, roots, rubbish, and all other objectionable
material which is unsuited for the purpose for which the borrow pits to be
excavated. All such materials shall be removed to such disposal areas as directed by
the Engineer-in-charge. In no case shall the stripped material be allowed to
contaminate the material going into the embankment. All trees cut shall be the

Signature of Contractor No. Of Corrections Executive Engineer,


179

property of Government and shall be stacked at suitable place as directed by the


Engineer-in-charge.

The rate for embankment including use of material from borrow areas includes the
clearing and stripping the borrow areas and disposing the waste material as
directed. The cleared and stripped areas shall be maintained free from vegetable
growth adequately and drained during the progress of work, without any extra cost.

EXPLOITATION OF BORROW AREA

A. Where the borrow pits are opened adjacent to the dam, the edge of excavation
shall be at a distance of five times of the height of the dam opposite as
measured above the top level of edge of excavation to the top of the dam
subject to the minimum distance of 100 meters from the toes of the dam.

B. Where no positive cut off is provided, care shall be taken to see that no
previous strata are uncovered by excavation of borrow pits on the water side
of the dam within a distance of ten times the height of the drain as measured
from the upstream toe of the dam.

C. Borrow pits shall be so worked that selected materials will be furnished as


required, as close as practicable to the point of utilization so that they will not
interfere with the location of permanent structure no more the usefulness or
appearance of any of the work.

D. The formation of pools shall be avoided to avoid spoiling of useful material


and also bad appearance and all borrow pits shall be drained as necessary by
ditches to the nearest cut falls. All borrow pits except those that would be
submerged in the reservoir shall be connected to each other and the last
borrow pits to the nearest drainage channel so as to avoid stagnation of water.
The bottom of the pits shall be so fixed, that the pits drain into some natural
course.

E. No borrow areas should be taken of roads, village tracks, canals, etc.


occurring in the borrow areas.

F. All borrow areas shall be arranged with certain amount of regularity having
regard to the convenience of the work during excavation and to its safety and
appearance of finish after its completion.

QUARRY ROADS

Temporary path to and fro borrow areas including river and nalla crossings (to the
site of embankment where the materials are required to be deposited) shall be
constructed and maintained by the contractor at his own cost.

Signature of Contractor No. Of Corrections Executive Engineer,


180

MATERIAL FROM AREA OTHER THAN BORROW AREAS OR FROM


THE COMPULSORY EXCAVATION IN SOFT STRATA

During the construction the contractor may after careful prospecting and with the
specific written approval of the Executive Engineer bring suitable material from
Borrow areas at his own cost. No extra payment for increase in lead or any other
reason would be admissible .
ED-B 3: SELECTION OF MATERIALS

I. The borrow pit materials or the material from compulsory excavation shall be
got classified from engineer-in-charge with regard to its suitability for the
particular zone in the dam. The standard of material required for various zone
in the dam i.e. filling of the cut of trench, hearting, casing zone shall be as
directed by the engineer-in-charge. The classification by the engineer-in-
charge shall be final and binding on the contractor.

II. The requirements of the material shall be generally as under:

A) HEARTING AND FILLING OF COT

The material shall be uniform impervious material, not containing


boulders or any other hard materials of more than 5.00 cms maximum
dimension and not containing any organic matter.

B) CASING

All materials shall be free from organic material and should contain
coarse grained material, the suitability being conformed by laboratory
tests. Normally the material should not contain boulders or stone larger
than ¾ the size of thickness of the compacted layer, when compacted the
material should be fairly pervious. The permeability of the compacted
casing zone, as determined by the methods deemed fit by the engineer-
in-charge, be about 104 cm/s (100 feet per year) or as specified by the
engineer-in-charge.

ED-B 4: PLACING OF MATERIALS

GENERAL

The embankment shall be constructed to the lines and grades shown on the
drawings. The slopes of the division lines between zones or portions of
embankment are tentative land shall be subject to variation at any time prior to or
during construction and on account of this the contractor shall be entitled to no
additional allowance above the unit price accepted. No roots, vegetable matter,
hums or other unsuitable material shall be placed in the embankment. The
contractor shall maintain the embankment in an approved manner until the final

Signature of Contractor No. Of Corrections Executive Engineer,


181

completion and acceptance of all of the work under the contractor. Care shall be
taken to drain all rain water falling on the rolled surface away beyond the dam toe
lines. The embankment for each portion shall maintain approximately level but it is
necessary to have slopes. The slope should not be steeper than 1:2.0 (vertical to
horizontal). All openings or gaps through the embankment required for
constructions purpose shall be subject to approval and such openings or gaps if
approved shall be constructed so that the slope of the bonding surface between
embankment in place and embankment to be placed is not steeper than 1:4 (vertical
to Horizontal). The suitability of each part of the foundation for placing
embankment materials thereon and of all the materials for use embankment
construction will be determined by the engineer-in-charge. The material shall be
placed in layers and compacted. If the rolled surface is very uneven containing
hollows and humps, the hollows shall be filled up and surface rolled before any
fresh layer is taken.

REFERENCE POINT

Before commencing the placement, all lines marking the extremities of berm,
hearting casing zones, filter etc. of the embankment shall be marked with reference
to reference pillars. The reference pillars shall be of concrete or masonry and the
information indication chainage levels etc. shall be properly inscribed or written on
them as directed by the engineer-in-charge the contractor shall construct and
maintain all reference pillars. No extra payment is admissible to the contractor on
this account.

PREPARATION OF FOUNDATION OR PREPARATION OF SURFACE


OF EARTH WORK PREVIOUSLY LAID

A. GENERAL

No material shall be placed in any section of the dam until the foundation of
that section has been dewatered and suitably prepared and has been approved
by the engineer-in-charge. It is necessary to ensure the surface material of the
foundation will be as compact will bounded with first layer of the
embankment as herein, after specified for subsequent layers of the earth fill.
All portion of the excavation made for test pits or trial pits and all other
existing cavities found within the area to be covered by earth fill which
extended below the established lines of excavation for dam embankment
foundation shall be filled with compaction earth fill materials as herein
specified for earth fill in embankment and payment therefore will be made as
provided for hearting or casing in which section the pit or cavities are filled.

B. FOUNDATION OTHER THAN ROCK

The seat of the dam after it is stripped shall be cleared off all loose or
objectionable material before placing any layer. The surface shall than be

Signature of Contractor No. Of Corrections Executive Engineer,


182

watered and rolled as directed if the surface material in not compact enough.
The surface shall then be scarified by the sloughing or by harrows or by rake
or by any suitable method, all clods broken and then it shall be moistened
liberally but not more than 2% on wet side of optimum unless the foundation
material already contains optimum of moisture before the first layers is
placed.

C. ROCK FOUNDATION

Any steps of large depression of humps caused by abrupt change in level shall
be veiled out to fine slope and the removal of rock will be paid under item of
excavation. If necessary the surface shall be roughened by shallow
longitudinal trenchers of corrugations cut in the rock and the removal of rock
will be paid under the item of excavation. The rock surface including all
pockets or depression shall be carefully cleaned of soil of rock fragments
before placing of the first layer. Dikes and seams of soft material shall be
opened out, cleaned to the depth as directed and filled with selected
impervious material or lean concrete as directed by the engineer-in-charge.
The foundation surface shall be moistened out no standing water shall be
permitted when the first layer is placed. The rock surface after moistening
shall be given slurry wash, and immediately after the wash (so as not allowing
it to dry) first layer of soil will be placed.

If exposed surface is very rough and uneven, so as to preclude the use of power
operated rollers and equipment it shall be brought to an even, surface by filling the
hollows and depressions in layers not more than 100 mm thick with moist well
soaked soil, having moistures content equal to standard proctor optimum moisture
(as per table mentioned hereinafter in CRITERIA FOR CONTROL OF
COMPACTED DAM EMBANKMENT ) of dry weight of soil, and compacting the
same by hand, pneumatic or mechanical tampers.

D. EARTHEN WORK PREVIOUSLY LAID

The treatment of the surface in the case before a fresh layer is placed will be
the same as for the foundation other than rock. Over-compacted portions of
embankment formed due to constant traffic which and likely to separate from
the layers below shall be entirely removed without any extra cost. When
smooth rollers are used for compaction, the surface of a compacted layer shall
be scarified or roughened before fresh layer is laid out on it. When sheep foot
rollers are used for compactions fresh layer may be directly laid on the
previously laid surface. Water shall be sprinkled on the previous layer unless
the material in the surface is sufficiently wet in case it contains moisture more
than OMC due to rain, etc it shall be allowed to dry to have optimum moisture
and rolled again.

E. ROCK ABUTMENTS OF SIDES OF ROCK CUTTING

Signature of Contractor No. Of Corrections Executive Engineer,


183

It should be seen that no hollow side ways are left. Also all projections shall
be trimmed before placing embankments against rock abutments or sides or
rock cuttings the same shall be trimmed to ½:1 slope, preferably 1:1 slope and
then thoroughly washed with mud slurry and selected moist soil laid against
the same until the mud wash is still wet. The moist soil laid against rock
surface shall be compacted with hand reamers or air operated reamers. Soil
with moisture content equal to OMC+2% of dry weight of soil will be used for
this portion.

The cost of operation involved in preparation of foundation surface shall be


included in the rates of embankment

F. LAYING AND SPREADING IN LAYERS

a) Approved material free from clods and lumps, large than 50 mm size
shall be conveyed directly from source of excavation or form stock piles
and laid in appropriate zones of embankment as directed by the
Engineer-in-charge, on surface of the foundation of previously laid earth
work prepared as specified. The material shall then be spread on the
embankment in uniform and continuous layer approximately horizontal
unless earth work in slope has been permitted or specified.

b) The thickness of layers will depend on the nature of materials and the
type of compacting machinery. The thickness of layer should be such
that desired density after compaction shall be uniformly obtained through
the depth. For the guidance of the contractor it may be stated that the
thickness of the layer shall be 20 to 23 cm loose and 15 cm compacted
for sheep foot rollers, 15 to 11 cm loose and 11 cm compacted for
smooth wheeled rollers and 8 cm Loose and 5 cm compacted by hand or
pneumatic or mechanical tampers. The thickness of the 1 compacted
layers will be found out by taking levels after every three (or less number
if necessary) layers laid and compacted and finding out the average. The
layer shall be spread in uniform width and in stages to facilitate
compaction by rollers. The work in various zones all as far as possible be
raised simultaneously. If however any zone or its part is permitted by the
engineer-in-charge to be raised higher than the part adjacent to it, the
loose density without extra cost as directed by the Engineer-in-charge. A
minimum slope of 2:1 should be provided at such junction and vertical
difference between such two junctions should not be more than 1.5
meters.

c) No clods or lumps more than 5 cm size shall be allowed in hearting and


all lumps and clods shall be broken up to the above size before rolling.

Signature of Contractor No. Of Corrections Executive Engineer,


184

d) The distribution and gradation of materials through the impervious core


including the backfill of the cut off trench shall be from lenses or pockets
of materials differing substantially in texture of gradation from
surrounding material. The excavation and placing operations shall be
such that the materials when compacted will be so blended as to secure
the best practicable degree of compaction, impermeability and stability.

e) The Engineer-in-charge may designate the location in the earth fill where
the individual loads shall be deposited. The most imperious materials
shall be placed in the central upstream portion of the earth fill and the
more previous materials shall be placed on either side of it so that
permeability of the fill will be gradually increased towards the upstream
and down stream edge of the fill when materials differ in dry density but
have about the same permeability the material having the greater density
should be placed in the other section of the zone of the dam as the case
my be.

f) Should cobbles and rock fragments of size larger than permissible be


found in otherwise approved earth fill material they shall be removed by
the contractor either at the side of excavation or after being transported to
the earth fill but before materials in the earth fill are wasted as approved
and directed by the Engineer-in-charge.

g) In order that proper compaction can be done up to the edge of the


designed section and then dressed and brought to the required slopes.
Necessary extra quantity required to be handled for this purpose shall not
be paid for and is considered to be included in the rate of this item.

MOISTURE CONTENT

a) The water content of the earth fill material prior to and during compaction
shall be distributed uniformly throughout each layer of the material. The
difference, (W0-W) where W0 is optimum moisture content as determined by
the standard proctor compaction test expressed as percent of dry weight of soil
shall be as follows :-

i. (W-W0) to be -2% to + 2% in case of at least 90% samples in case as


hearting and 75% in case of casing, collected in week.

ii. (W-W0) to be -3% to + 3% in the case of the remaining 10% and 25%
samples. The standard proctor compaction tests will be made by the
Department from time to time. The material shall be brought to the
proper water content by adding necessary amount of water or allowing
moisture to evaporate either at the borrow pit or on the dam before
commencing compaction of layers. When water is proposed to be added
at the embankment, the required amount of water to be sprinkled for

Signature of Contractor No. Of Corrections Executive Engineer,


185

given quantity of soil, shall be first calculated making due to allowances


for natural moisture, constant evaporation, base watering etc. This
calculated quantity of water shall than be thoroughly mixed with the soil
by means of dish arrow or any other suitable method before compaction.
All charges for watering and mixing are included in the item of
embankment including pumping, transporting, pipe lines etc., as
necessary.

b) It may be necessary to allow the water to soak into the soil after spreading and
mixing if necessary for sufficient time to have uniform moisture throughout
the layer. The contractor shall not get any extra payment for stoppage of work
necessitated for allowing soaking of the soil.

c) Water contained in soil to be laid to fill hollows in rock foundation and rock
abutment and near sides in rock cutting will be specified under the
specifications for preparation of foundation (OMC+2 percent of dry weight of
soil). The same moisture content shall be adhered to in case of filling at the
sides of COT filling and filling around masonry structures.
COMPACTIONS

A. Each layer after it is found to have specified moisture content uniformly


distributed shall be compacted to give specified density. No fresh layer of soil
shall be laid and compacted unless previous layer is approved by the engineer-
in-charge. If the water content of the material spread in layer is more or less
then specified, compaction shall not be started unless the moisture is brought
to specified value.

B. Compaction of the embankment shall be done by roller specified below except


at part which are not accessible to above rolling equipment compaction of
casing zone shall be done by seismopactors or by vibratory rollers.
Compaction of hearting zone and COT filling shall be done by standard sheep
foot rollers. The number of passes required by particular type of roller to
attain specified density shall be decided by actual trials by different types of
soils to be used and equal numbers of passes should be given to each layer
before carrying out the field density test. The final control of compaction will
however be on basis of specified densities and not to the number of passes.

C. In the parts of dam inaccessible to the specified rolling equipment such as test
pits or trial pits below foundation level, irregular sides of cut-off-trench and
portions around and in contact with the structures where the rolling equipment
will not be permitted to operate, compaction shall be accomplished with either
hand or mechanical tampers of approved type. Rollers will not be permitted to
operate within 0.50 meter of concrete or masonry structures and the filling
within this distance shall be tamped by hand and a mechanical tamper. All
materials to be tamped shall be spread in layers with thickness as specified.
The moisture content of material and the degree of compaction shall be equal

Signature of Contractor No. Of Corrections Executive Engineer,


186

to that specified separately. Special care as directed shall be exercised to


obtain a good contact and good bond with rock surfaces of masonry or
concrete.

D. FIELD DENSITY TEST

The degree of compaction will be such as to give dry density as specified


below. The density measurements will be conducted by the department from
time to time to ascertain whether the compaction attained is as specified. For
this purpose for every 300 cubic meters of compacted earthwork of one zone
or for every layer compacted of a particular zone at least two field density
tests will be taken and PDD and PMC worked out by oven drying method or
K-oil method if the correlation is found to exist with the former. Separate tests
are to be taken for the various zones of the dam. As the oven drying method
involves a 24 hours period, to facilitate work preliminary control as follow
shall be exercised. The wet density of compacted layer shall be equal to or
above optimum wet density (OWD). And placement moisture content (tested
by kerosene oil burning method ) with +/- 1% of the optimum moisture
content. If any field density test reveals that the dry density is less than
permissible either additional rolling will have to be done without any extra
cost or layer may have to be removed at no extra cost. In the event of
additional rolling being permitted if it is found that original moisture has
evaporated the layer may be broken up or specified as directed and watered
and allowed to soak before rolling to bring the moisture content to specified
value. Necessary assistance carrying out such density and moisture content
tests shall be provided by the contractor free of cost to he departmental staff.
The samples for density measurements will be taken any where to ensure that
no weak spot at location such as junction of slopping filter and hearting of
casing turning place or compacting equipments or any doubtful areas are left.

DEGREE OF COMPACTION

I. This will be based on the dry densities achieved which shall satisfy following
criteria.

II. Control criteria subject to III and IV below.

CRITERIA FOR CONTROL OF COMPACTED DAM EMBANKMENT

Type of % of gravel Percentage base on minimum 6 mm size


Material
Fraction i.e. Bigger Minimum Desirable Desired
than 6 mm size by acceptable Average Moisture
total material Density. Density content limits
within

Signature of Contractor No. Of Corrections Executive Engineer,


187

1 2 3 4 5
Hearting 25% by weight 98 % of proctor 100 % of 2% of OMC
proctor
Casing 0 to 25 98 % of proctor 100 % of -----do----
proctor
26 to 50 95 % of proctor 98 % of -----do----
proctor
50 93 % of proctor 95 % of -----do----
proctor
Filter Sand Dd = 70 % Dd = 80 %
Material Gravels Dd = 65 % Dd = 70 %
Dd is a relative
density

III. In case of the material compacted by tampers the dry density of the soil
fraction in the compacted material shall not be less than 95% of the standard
proctor Optimum Dry density.

IV. In rare cases, when a layer with necessary moisture content gives lower
density than specified in the above table even rolling large No of passed or
after rerolling, such a layer may be approved at the engineer-in-charge
provided (a) the placement Dry density is not less than 90% of the standard
proctor Dry Density and (b) Number of such samples having PDD less than
95% ODD should not exceed 2% of the number of samples taken.

ED-B 5: JUNCTION WITH THE WORK OF OTHER AGENCY AT END


CHAINAGES

At the end chainages, if the work will be done by other agencies, then at such
junctions the earth work will be done as follows:-
EITHER
a) If the work of both agencies is at the same level, the rolling will be done 2
meters beyond the end of chainage and no extra payment will be paid for the
same.

OR

b) If the work of other agency is at lower level, the work will be done with an
outer slope of 1:4 with an extra length of half meter parallel to the dam
alignment.

The earth work in this extra length will not be paid for.

Signature of Contractor No. Of Corrections Executive Engineer,


188

There will be some reduction in the quantity of earth work. No claim by the
contractor on this account will be entertained.

OR

c) If the work of other agency is at higher level that agency will construct the
bank with an outer slope. The contractor will have to do the earth work up to
that slope throughout beyond the end changed stated in the tender. The
quantity of earth work increased due this will be paid for at the same rates
quoted by the contractor and no claims will be entertained for the extra work
to be done.

ED-B 6: INSTRUMENT INSTALLATION

Some piezonmatric installation, settlement gauges and stand pipes etc. will be
provided by the department at predetermined position in the earthen embankment
of dam. The work will be done by the Department, which will require some time
for installations and erections. During such installations and erections the work of
length of the embankment in the vicinity of installation will be held up for sum
time. The rate of earth work shall be deemed to have been quoted considering such
breaks and no claims by contractor on the ground of breaks occurred for such
installations, will be entertained. The earthwork and the traffic of construction
equipments in the vicinity of such installation shall be arranged as not to cause any
damage to the instruments installed or being installed and shall be arranged as
directed by engineer-in-charge.

ED-B 7: TESTING CHARGES

Unit rate given in Schedule “B” includes the rate for field test necessary for quality
control of work. The contractor shall arrange for Laboratory equipment for all
moisture content compaction and field density test or other tests as directed. He
shall also arrange laboratory personnel for taking given test strictly under the
supervision of site in charge. All cost towards testing at prescribed frequency shall
be deemed to be included in unit rate.

ED-8: MODE OF MEASUREMENT

a) The work shall be measured on the basis of cross section. The cross section
shall be taken at an interval of 15 meters or at closer distances as found
necessary, the gross quantity of different zones, hearting, casing rock toe, etc.,
for facility of arriving at the correct quantities of hearting, casing, rock toe
zone, that went into the embankment. Quantities of cut-of-trench shall be
computed on the basis of cross section taken at interval of 15 meters at close
distance and shall be the same as for the quantity of excavation paid for under
the item of excavation of cut-of-trench, below stripped ground levels. Any

Signature of Contractor No. Of Corrections Executive Engineer,


189

extra filling of cut-of-trench due to side slopes caused due to negligence of


contractor or resulting due to delay in filling COT will not paid for.

b) The lines demarcating the zone of cross sections shall confirm to the
respective typical sections except where departure from these are specially
permitted by the engineer.

c) The final measurements will be recorded on cross-sectional basis. These will


be paid for net Foundation plan, with relevant cross section of the dam
showing dimensions and levels shall be prepared and got signed by the
contractor in token of acceptance before commencement of stripping and
again after completion of the dam seat. The final measurements will be based
on the accepted foundation plan and relevant cross sections and completed
section of the dam at the time of taking final cross sections.

b) The quantity arrived at on the basis of the following table will be deemed to
be utilized as available stuff in the respective zones of the total embankment
from the materials available from the respective item under excavation.
Separation measurements of the quantity of embankment of available stuff
will be based on the utilization factors given below.

Sr Item of %age of Factor for Factor Factor for utilization Embankment (compact)
No. Exc- quantity utilizable for
avation deemed Qty in there loose
to be from cut of meas-
utilized measureme urement
nts
1 2 3 4 5 6
Heart Rando Casin Pitchin Rock Qua
ing m g g -toe rry
spau
ls
1 Sand 90 1 1.20 0.80 0.80 -- -- -- --
/soil /
Soft
murum

2 Hmb/ 95 1 1.20 -- 0.90 0.90 -- -- --


Hm

3 Soft 95 1 1.20 -- 1.20 1.20 -- -- --


rock

4 Hard 100 1 1.50 -- -- -- 1.50 1.50 1.5


rock
strata

Signature of Contractor No. Of Corrections Executive Engineer,


190

All measurements shall be taken on cross section of bank. For this purpose
detailed cross section of the ground shall be taken at the interval of 15 meter or less
as directed before an embankment of a particular reach starts. The quantities of
bank work shall be worked out on the basis of areas and distance of these cross
sections by prismoidal formula. Deduction in quantities of bank work and CNS
bank shall be made for shrinkage at the rate of 5% of intermediate measurements
out of the total deducted quantities only 3% deductions from the quantities of bank
work should be released in the final bill after one or more monsoon.
If the work is completed before the rainy season the final measurements
should be recorded only after the rainy season is over, so as to account for any
settlement of fresh bank work during monsoon.

Signature of Contractor No. Of Corrections Executive Engineer,


191

SECTION- V

ROCK TOE

ED - T ROCK TOE ED - T 1 COPE :

The item shall consist of furnishing of all tools, equipment, materials and
labour required for providing and lying rock toe including foundation cleaning and
including hand packing and adjusting the sides to correct slopes and performing all
operations necessary and ancillary there to.

ED - T 2 MATERIAL :

The rock toe -shall consist of suitable free draining mixture of rubble, rock
fragment, boulders and cobbles from the compulsory excavation or from quarries as
the case may be. The materials shall be fairly well graded consisting, principally or
rock fragment ranging in weight from 10 kg. to 100 kg . but with sufficient fine
materials, about 10% such as rock spauls, cobbles and course gravel to fill the voids
among the larger particles. However, the materials should not contain slit, clay and
sand more than 1% . The rock fragments shall be of hard, drains, tribal sound rock
and shall not contain any friable or soft material.

ED - T 3 QUARRIES :

In case of materials from quarries, the rubble quarries shall be got approved from
the Engineer-in-charge. Approval to the quarries shall not be taken to mean that all
the rubble available from the quarry is also approved. The rubble shall be conveyed
only after it is approved by the Engineer - in - charge. Soft rock or any unsuitable
materials should be discarded in the quarry only.

ED - T 4 LAYING FOUNDATION :

a] Foundation to the rock toe shall be either rock or a compact in compressible


soft strata. In case of soft strata, filter or transition zone will be provided as directed
and paid under the item of filter materials. Rock toe will not be laid on any
foundation in which the rock fragments will punch in by pressure. All loose
material shall be removed before laying the rock fill.

Signature of Contractor No. Of Corrections Executive Engineer,


192

b) PLACING :

The materials shall be so selected and dumped that in so far practicable the larger
fragments shall be placed near the outer slopes and the finer materials adjacent to
the inside slope of the rock fill zone. The fill shall be dense and well graded with no
larger vides or cavities and surfaces of the drawing or as directed. The work should
present a dense rough surface of well layer rock fragments. The rock fill shall be
placed in approximately horizonTal layers of about 05 m. thickness. The stones
shall be hand packed so as to tightly and neatly wedge the rock fragments together.
Stones of smaller size shall be laid next to the filter materials. The filter material
adjacent to the rock fill be laid simultaneously in regular layers to the designed
slopes and width.

ED -T 5 MODE OF MEASUREMENTS :

Measurements shall be of the gross volume of rock toe placed without any
deduction of vides. The volume shall be computed by trapezoidal formula by the
cross sections taken at every 10-meter interval or at closer as directed, subject to
the provision of Para (d) under Ed -B7 above.
No work beyond the slopes the shown in the drawings shall be paid for
unless directed in writing by the Engineer-in-charge.

Signature of Contractor No. Of Corrections Executive Engineer,


193

SECTION- VI

QUARY SPAUL AND PITCHING


ED-P1: SCOPE

The item shall consist of furnishing of all tools, equipment, materials and labour
required for quarrying, transporting and laying the pitching with header toe and
ware bear including bedding, dressing of embankment to designed slope and other
operations necessary and ancillary there to.

ED-P 2: MATERIALS

a) METAL SAND BASE

The metal sand shall confirm to the specification given under the sections of
filter materials in addition the metal shall be well graded from 12.7 mm size to
37.7 mm maximum size.

b) QUARRY SPAULS
The quarry spauls shall consist of clean, hard durable dense rock fragment of
size varying from 50 mm to 150 mm. Material below 0.074 mm size shall be
less than 1%. The item of supply of quarry spauls shall include all charges of
supply, rehandling, breaking bigger pieces transporting, stacking, etc., with all
leads and lifts involved.

c) RUBBLE FOR PITCHING

I) Stones for pitching with header toe BELOSHI breaker shall be sound,
hard, dense and durable rock and should not break down or disintegrate
on long exposure to water and air. The rubble shall be got approved from
the engineer-in-charge.
II) SIZE : The rock fragments shall be reasonable, well graded; containing
at least 60% of stones weighing 35 kg or more, minimum size shall be
weighing 10 kg.

d) HEADER TOE LINE

At the bottom of pitching i.e. the bottom level from where the pitching starts a
line of headers of 200 mm X 200 mm X 750 mm should run to retain the
pitching.

e) BELOSHI BREAKERS

Signature of Contractor No. Of Corrections Executive Engineer,


194

Stones of size 200 mm X 200 mm X 600 mm shall be provided at interval of 6


m C/C horizontally and 4 m C/C Vertical interval between bottom of pitching
to HFL in staged way as per drawing or as directed by the Engineer-in-charge.

ED-P 3 QUARRIES :

The rubble quarries and rock stack from compulsory excavation shall be got
approved from Engineer-in-charge. Approval to quarry and stacks shall not be to
mean that all rubble available form that quarry is also approved by the Engineer-in-
charge and only approved quality of rubble will have to be used.

ED-P3: LAYING

a) The base slope shall first be prepared to receive the pitching and the rubble
pitching shall be laid on filter backing. The filter backing shall consist of 10 to
15 cm quarry spauls on the earth slope and 15 cm quarry spauls on the
metal/sand base. The thickness of the ruble pitching shall be 30 cm. This
thickness of rubble pitching is exclusive of the thickness of filter backing of
metal/sand and quarry spauls.

b) The material for filter base shall be laid by spreading without segregation in
uniform layers of specified thickness to the lines and grades of the
embankment.

c) LAYING OF RUBBLE PITCHING

Stones shall be placed on lend with the broadest side down and length normal
to the slope larger rock fragment should be uniformly distributed with smaller
rock fragments filling the spacing between the larger fragments in such
manner as will result in compact uniform layer of pitching. The pitching could
be made into layers but stones in each layer should be as large as possible and
the stones in top layer should be made to interlock with the bottom layer.

The interstices between larger stones shall be filled with chips of as large size
as possible properly hammered in such filling shall be carried out
simultaneously with placing in position of the larger stones and shall in no
case be permitted to fall behind. The wedging shall be so done that no chip
can be removed by hand. No loose spaul of chips should be laid on the top
surface of the pitching. The chips shall not be used as a substitute of full
thickness of the large stones. The surface should present reasonably uniform
slope as designed with a dense but rough face. The guide wall shall form part
of the pitching.

The BELOSHI breaker shall be laid at 6 m center to center horizontally and 4


mtr. center to center vertically in staggered fashion. The heard toe line at the

Signature of Contractor No. Of Corrections Executive Engineer,


195

bottom of pitching to center of size 200 mm x 200 mm x 750 mm shall be laid


per drawing and as directed by engineer-in-charge.

ED-P4: MODE OF MEASUREMENTS

I. The measurements shall be separately taken (a) for filter base and (b) for
stone pitching with header toe and BELOSHI breaker and paid for separately.
II. Measurements shall be of the total volume of pitching with header toe and
BELOSHI breaker of filter base to the required thickness laid on the area as
directed subject to the provision of the Para (b) under above. No deduction for
voids will be made. The rates are inclusive of all leads and lifts.

Signature of Contractor No. Of Corrections Executive Engineer,


196

SECTION- VII

CEMENT CONCRETE
C1.1: SCOPE OF WORK

The work covered by this item shall consist of

i) Furnishing all materials equipment and labour for the manufacture,


transport, placing curing of concrete and performing all the functions
necessary and ancillary thereto, including finishing the concrete to the
required shape as per drawing.

ii) Erection of all embedded parts in the block outs for gates, irrigation outlet,
pipes, construction sluice and other metal works instrumentation etc., shall
be carried out by other agencies. The contractor shall initially keep
adequate block outs, recesses etc., to house such embankment and
subsequently concrete the block outs or recesses around the erected steel
work with concrete of grade M-200. The item will not be paid separately
and shall be deemed to be included in the unit rate of concrete or masonry
surrounding the structure.

iii) Providing and removal of all form work compressing, furnishing all
materials, equipment and labour for the manufacture, transport, erection,
keeping in place with necessary fixture and support oiling complete.

C1.2 The following specifications will apply in general to all types of concrete
work including RCC work.

C1.3.1: SOURCE AND SIZE

The sand used for mortar shall be natural river sand. The maximum size shall be
limited to 5 mm.

C1.3.2: QUALITY

The sand shall consist of hard, dense, durable uncoated gritty material obtained
from rock fragments. It shall be free form injurious amounts of just lumps, soft and
flaky particles shale, alkali, organic matter, loam mica and other deleterious
substances. The maximum percentage of deleterious matter in sand as delivered for
use in mortar shall not exceed the following values.

Signature of Contractor No. Of Corrections Executive Engineer,


197

PERCENTAGE BY WEIGHT

Material passing No. 200 sieve BS or (IS No 8, average opening 0.0029) 3%


Shale 1%
Coal 1%
Clay lumps 1%
Total of other deleterious substances such as alkali,
Mica coated grains soft and flaky particles. 2%

The sum of percentage of all deleterious substances shall not exceed 5% by weight.
The sand shall be free from injurious amounts of organic impurities. Sand
producing a colour darker than the standard in the calorimetric tests for organic
impurities shall be rejected. If the impurities are beyond the acceptable limits stated
above the sand shall be washed or otherwise cleaned to the entire satisfaction of the
engineer-in-charge at the cost of the contractor.

C1.3.3: MECHANICAL ANALYSIS

The natural sand shall be well graded and the sieves analysis of sand shall generally
confirm to the following limits of gradation.

ASTM sieve Equivalent weight Cumulative


No. ISS No. retained on sieve percentage by
3/8’’ 3/8 Nil
4 480 0 to 30
8 240 10 to 30
16 120 50 to 65
30 60 65 to 90
50 30 90 to 99
100 15 99 to 100

The gradation curve of the natural sand shall lie within the enveloping curve
gradation specified as above.

C1.3.4

a) FINENESS MODULUS

The fineness modulus shall be computed by adding cumulative percentage of


sand retained on the 6 standard screens from No 4 to 100 inclusive ASTM
Standard (or 480, 240, 60, 30 and 15 sieve of the ISI specifications) and
dividing the sum by 100. Any deviation from the specified range of gradation
and fineness modulus shall not be permitted without the written permission of

Signature of Contractor No. Of Corrections Executive Engineer,


198

the Engineer in charge. Corrective measures if any required for improving the
fineness modulus shall be arranged by the contractor at his own cost as
directed by the Engineer-in-charge.

b) NATURAL SAND

Natural sand shall have a fineness modulus ranging from 3.6 to 3.9 without
any admixtures.

c) ALLOWANCE FOR BULKAGE

If the sand as obtained from quarry or after its washing is found to be moist,
bulkage will be measured and allowed, provided sand is staked at site at least
for 48 hours before use. Bulkage of such a stack will be measured regularly as
directed by the engineer-in-charge and according to these observations.
Observations for bulkage will be made as per Indian Standard procedure and
allowance will be made as under:

Bulkage observed Allowance to be made


Below 5 % Nil
5 to 10 5%
10 to 15 10 %
15 to 20 15 %
20 to 25 20 %
25 to 30 25 %
30 to 35 30 %

C1.4 : COARSE AGGREGATE

C1.4.1 Coarse aggregate for concrete shall consist of hard, dense, durable,
uncoated, crushed and shall be free from injurious amount of soft, friable,
thin, elongated or laminated pieces, alkali organic matter or other
deleterious substance. Flaky and weathered stones shall not be used.
Aggregate shall be tested in accordance with tests prescribed in IS 516-59
and 1999-59 or subsequent revisions. Use of gravel fraction left behind
after sieving river sand shall be permitted in the blending of coarse
aggregate if asked for after suitable experiments and without rate variation.

C 1.4.2: IMPURITIES

The broken stone shall be free from dust and dirt and shall be washed if
necessary to ensure that all faces of the stone are perfectly clean. The
maximum individual percentage by weight of deleterious substances in any
size of coarse aggregate shall not exceed the following values:-

Signature of Contractor No. Of Corrections Executive Engineer,


199

Materials passing through No. 100 screen (ASTM) One


Shale One
Coal One
Soft Fragments One
Clay lumps One fourth
Other deleterious substances One

The sum of percentages by weight of all the deleterious substance in any


size shall not exceed five.

C1.4.3: GRADING

a) The approximate range in grading of coarse aggregate shall be as under:

Maximum Nominal Percentage of coarse aggregate fraction (mm)


size of Range
Aggregate mm
20 mm 10 to 20 - - 100 55 to 67 33 to 35
40 mm 20 to 40 - 40 to 50 50 to 60 23 to 40 18 to 30
80 mm 40 to 80 20 to 36 16 to 36 35 to 44 10 to 30 13 to 28

b) The coarse aggregate shall be of such a size as shall be retained on a mesh of 5


mm square.

c) The grading between the limits specified above shall be such as shall produce
a dense concrete of the specified proportions and consistency that will work
readily in the position without segregation and without the use of an excessive
water content.

C1.5: WATER

Water used in concrete shall be clean and free from objectionable quantities of slit
organic matter, alkali, salt and other impurities which are likely to be injurious. The
turbidity of water or mixing shall not be more than 2000 parts per million and shall
preferably be lower.

C1.6 : GRADING AND RELATIVE PROPORTION

The grading of sand and coarse aggregate is liable to be modified beyond the limits
specified above to suit local conditions in order to obtain required strength and
workability. The grading as well as relative proportion of sand and coarse
aggregate are liable to be changed at the discretion of the engineer-in-charge in

Signature of Contractor No. Of Corrections Executive Engineer,


200

order to produce dense concrete of required strength which can be worked readily
into position without segregation in a given ratio of cement and total aggregate
(sum of volumes of sand and of coarse aggregates). No compensation is payable for
adjustment in relative proportion and grading of aggregates. Air entering agent if
considered necessary will be supplied by the department free of cost. This shall be
mixed in concrete in the manner and quantity as may be directed by the engineer-
in-charge without any extra cost.

C1.7 (A): MIX VARIATION AND CLASSIFICATION

In case the ratio of cement to total aggregate is modified by changing the cement
content under specific orders of the engineer-in-charge the contractor shall be paid
at increased or reduced rates according to the variation in the cost of cement alone,
resulting from change in mix proportion calculated as per table given below.

The variation in cost of cement will be calculated according to the rate for cement
at Rs. 210/-50 kg and the change in the requirement of cement by weight per cubic
meter volume of concrete as determined by the following table.

C1.7 (B): FOR WORK COSTING MORE THAN RS. 50.00 LAKH

Cement variation in the concrete mix shall not constitute an extra item. In case the
cement to total aggregate is modified by changing the cement content under
specific order of the engineer-in-charge, the contractor shall be paid at increased or
reduced rates according to the variation in the cost of cement alone, resulting form
change in mix proportion calculated as per table given below at the rate as given in
Annexure ‘A’ of detailed tender notice.

Sr. Nominal mix Size of Equivalent Assumed cement


No. proportion of the aggregate ISS mixes consumption one
concrete by volume cubic meter of
concrete
1 1:1 1/2:3 20 MSA M 200 300 kg
2 1:2:4 20 MSA M 150 282 kg
3 1:2:4 40 MSA M 150 260 kg
4 1:3:6 80 MSA M 100 220 kg
5 1:4:8 172 kg

C1.8: ADMIXTURE

Any admixture for concrete supplied by government free of cost at the


departmental store at dam site colony shall be transported, handled, and mixed by
the contractor at no extra cost. Such admixture shall not be considered as

Signature of Contractor No. Of Corrections Executive Engineer,


201

amounting to variation in the mix and is not covered by the mix variation clause in
this section.

C1.9: BATCHING

Proportions of concrete items mentioned in Schedule ‘B’ are to be designed on the


basis of weight volumetric proportion.

After establishing the bulk densities of the aggregates, all aggregated shall be
batched by volume by measuring with boxes. The bulk densities of coarse
aggregate shall be established by observation at such intervals, as may be directed
by the engineer-in-charge. The bulk density of sand shall be verified at least once
daily and bulkage allowed by a procedure approved by the engineer-in-charge.
Measured quantity of water shall be added.

C1.10: FORMS

1.1.10.1: GENERAL

a) Forms to confine the concrete and shape it to the required line shall be used
whenever, necessary. The form shall have sufficient strength and rigidity to
hold concrete and to withstand the pressure of ramming and vibration without
excessive deflection from the prescribed lines the more so when the concrete
is vibrated. The contractor shall have to get the design and drawing of the
centering approved from the engineer-in-charge before erection. From work
shall be of any of the following types :- a) Wooden shuttering with steel plate
lining.

b) Steel Shuttering

Wooden shuttering will be allowed if it is free from warping and is fabricated


true to line and shape. The decision on the engineer-in-charge as to the
suitability of wooden shuttering as per(a) above to be used by the contractor
will be final and binding on the contractor. The surface of all forms in contact
with shall be clean, rigid, watertight and smooth. Suitable device shall be used
to hold corners, adjacent ends and edges of panels of other forms together in
accurate alignment.

C1.10.2: REUSE OF FORMS ETC

Form required to be used more than once shall be maintained in serviceable


conditions and shall be thoroughly cleaned and smoothened before reuse. Where
metal sheets are used for lining forms, the sheet shall be placed and maintained on
the forms with minimum amount of wrinkles, lumps or other imperfections. All
forms shall be checked for shape and strength before reuse.

Signature of Contractor No. Of Corrections Executive Engineer,


202

C1.10.3: ERECTION AND REMOVAL OF FORMS

I. Before placing concrete the surface shall be oiled with suitable non staining
oil such as raw linseed oil so as to prevent sticking of concrete and to facilitate
the removal of form.

II. The oil shall cover the form fully and evenly without excess over drip. Care
shall be taken to prevent oil form getting on the surface of the construction
joints and on reinforcement bars. Special care shall be taken to oil thoroughly
the form strips for narrow grieves so as to prevent/swelling of the forms and
the consequent damage to concrete prior to or during removal of forms.
Immediately before concrete is placed care shall be taken to see that all forms
are in proper alignment and the supports and fixtures are thoroughly secured
and tightened.

III. Where forms for continuous surface are placed in successive units, the forms
shall fit tightly over the complete surface so as to prevent leakage of mortar
from the concrete and to maintain accurate alignment of the surface.

IV. Form shall be left in place until their removal is authorized and shall then be
removed with care so as to avoid injury to concrete.

V. Removal of form shall never be started until the concrete is thoroughly set and
hardened adequately to carry its own weight, besides the live load which is
likely to come on the work during construction. The length of time for which
the forms shall remain in place shall be decided by the engineer-in-charge,
with reference to weather conditions, shape and position of the structure or
structural member and the mature and amount of dead and live load. In normal
circumstances forms shall be strucked after the expiry of the following
periods.

a) Beam sides, walls columns (unloaded) 72 hours

b) Slabs, and arches (props left under) 04 days

c) Slabs, and arches 10 days

d) Beams soffit (props left under) 01 day

e) Props to beams. 21 days

f) Lean concrete (side) 02 days

g) Tunnel lining 24 hours

Signature of Contractor No. Of Corrections Executive Engineer,


203

In no case shall forms be removed until there is assurance that removal can be
accomplished without damaging the concrete surface. No loads will be
allowed to damage the concrete surface. Heavy load shall not be permitted
until after the concrete has reached its designed strength. The forms shall be
removed with great caution and without harming the structure or throwing
heavy forms upon the floor.

C1.11: MIXING

The ingredients of concrete shall be batches as mentioned in Para 1.9 and properly
mixed in mixers, designed so as to positively ensure, uniform distribution of all the
component material throughout the mass, at the end of the mixing period. The
mixing of each batch shall continue for about one and half to two minutes
depending upon the revolutions per minutes of the mixer and experience, after the
materials except for the full amount of water are up the mixer the minimum mixing
period specified above assumes proper control of the speed of the rotation of the
mixer and of the introduction of the materials, including water. The mixing time
shall be increased at the discretion of the engineer-in-charge when the charging
operation fail to produce concrete of the required uniformly or composition and
consistency within the batch and from batch to batch contractor shall not be entitled
for any extra payment for such increase in mixing time. Excessive mixing requiring
the addition of the water to preserve the required concrete consistency shall be
avoided if the mixing and charging operations are such that the required uniformity
of the concrete is obtained in shorter mixing time than the minimum specified
without sacrifice of needed workability and the mixing time may be shortened
under order of the engineer-in-charge mixing shall be done by mechanical means
only.

Materials corresponding to one bag mix or half bag mix (depending upon the mixer
capacity) shall be placed in the skip in sequence of metal cement and sand. The
skip shall then be emptied in to the drum and specified quantity of water added to
material I drum.

C1.12: TEST FOR CEMENT CONCRETE

C1.12.1: STIPULATED CRUSHING STRENGTH

The crushing strength in kg per square cm on works cubes, at 28 days, for each
nominal mix shall be as under:-

Nominal Maximum size of Equivalent Stipulated crushing


Mix Aggregate mix ISS strength Kg/cm2
7 days 28 days
1:1.5:3 20 M 200 135 200
1:2:4 20 & 40 M 150 100 150

Signature of Contractor No. Of Corrections Executive Engineer,


204

1:3:6 - M 100 75 100


1:4:8 - M 75 50 75

C1.12.2: PRELIMINARILY LABORATORY TEST

Preliminary tests of cubes shall be carried out in the laboratory well in advance of
commencement of work. These tests should indicate an adequate margin over the
stipulated strength specified in Para C.1.12.1.

C1.12.3: WORKS TEST ON CONCRETE

Tests for crushing strength shall be made on standard cubes as per the relevant
Indian Standard Specifications. For works tests samples shall be taken on the job as
and when directed. For work tests, samples shall be taken once for every 30 cubic
meter of each type of concrete laid at least three times a day. The sample for work
test is defined as a set of three cubes. The materials required for the samples
(concrete, cement, sand and coarse aggregate) shall be supplied by the contractor
free of cost and collection of sample, casting of cubes and curing and testing shall
be carried out by the department at contractor’s cost.

C1.12.4: STANDARD OF ACCEPTANCE

No test of “work test” cubes shall have at 28 days a crushing strength below 85 %
present of the stipulated crushing strength. The average of the crushing strength of
the three work test cubes shall be taken as the crushing strength of the set.

For every set “Work test” Cubes which gives a 28 day crushing of less than 85% of
the stipulated crushing strength a value of 30 cubic meter of concrete shall be paid
at such reduced rate as may be decided by the engineer-in-charge.

Each sample of work test cubes shall be assumed to represent 30 cum concrete and
corresponding quantity of concrete showing crushing strength les than stipulated
strength shall be paid at reduced rates as under.

Equal to or more than 95% At full rates in occasional cases.

Equal to or more than 90% 5% reduced rates


but less than 95%

Equal to or more than 85% 10% reduced rates


but less than 90%

The reduced rates shall be approved by the Superintending Engineer if the crushing
strength fails below 85% of the stipulated crushing strength, then the quantity of
concrete represented by these samples will not be paid for defective parts. If

Signature of Contractor No. Of Corrections Executive Engineer,


205

noticed shall be removed and redone by the contractor at his cost. Unit for
expectance or these tests will be one working season.

In addition to 28 days strength test, engineer-in-charge may at his discretion make 7


days strength tests and or 3 days (accelerated curing) strength tests and fix up the
exact relation between such strength and 28 days strength after studying the actual
values realized. If at any time the tests indicate that the strength may not be
achieved as specified, the engineer-in-charge shall have authority to suspend the
work of laying concrete until the reasons for low strength have been investigated
and corrected. The contractor shall comply therewith without such suspension
being made a reason for any claims. The Engineer-in-charge may at his discretion
also order suspension of work when the variation in the strength of individual work
test cubes form the average of the set is excessive. The contractor shall comply
with such suspension until the reasons for the variations are investigated and
corrected and such suspension shall not be accepted as reason for any claim.

C1.12.5: SLUMP TESTS

In order to test the consistency of the mixed concrete, slump tests shall have to be
made by the contractor when and where required by the engineer-in-charge and as
per the Indian Standards Specifications, the allowable slumps shall be decided by
the engineer-in-charge depending upon the location of the concrete.

C1.13: PLACING CONCRETE

C1.13.1 Concrete shall be placed only in locations where authorized and no


concrete or mortar shall be placed until form work, installations of
embedded parts, preparation of surfaces or necessary clean up had been
done and approved.

C1.13.2: ROCK SURFACE

Rock surface upon or against which concrete is to be placed, shall be prepared as


specified in Section 3 ED.

C1.13.3: MASONRY SURFACE

i) Masonry surfaces on which or against which concrete is to be placed shall be


prepared as described in relevant Para in Section M. The unit rate for masonry
shall cover the cost of such preparations.

ii) If the old layer of masonry which has been paid for is required to be removed
as mentioned in relevant Para in Section-9M it shall be back filled with
concrete along with the upper concrete layer at no extra cost.

C1.13.4: CONCRETE SURFACES

Signature of Contractor No. Of Corrections Executive Engineer,


206

Before laying the concrete, the surface of the concrete in day to day work, shall be
cleaned by wire brush and jets of water so that surface is thoroughly cleaned and
wetted but pools of water are avoided. If the old concrete surface has remained
exposed for more than two weeks it shall be prepared in the same manner as
indicated in Para 3.4 of section 3.2 and rough ended by chipping to a depth of one
inch and the surface coated or covered with a layer of cement mortar 1:2 for a depth
of 5.15.7.60 cm. The unit rate of concrete (old) shall cover the cost of all such
preparations and also of the cost of cement mortar. The concrete removed for
roughening shall not be paid for.

C1.13.5: ALL SURFACES

I) The cleaned rock masonry or concrete surface shall be applied with cement
slurry and then cement mortar cost as described in relevant Para of Section-9
M.

II) The first few batches of concrete may, if so required contain half the regular
size of coarse aggregate, without any extra claims.

III) The cost of such preparation work stands included in the unit rate of cement
concrete.

C1.13.6: TIME FOR USE

All concrete shall be placed directly in its final position within 30 minutes of
mixing. Any concrete which has become so stiff that proper placing cannot be
assured without re-tampering shall be wasted and shall not be paid for. All surface
of forms and metal work including reinforcement bars that have become incrusted
with dried mortar or grout concrete previously placed shall be cleaned of all such
mortar or grout before surrounding or adjacent concrete is placed.

C1.13.7: METHOD OF PLACEMENT

Before starting placing of concrete it should be made certain that the transporting
and placing equipment is there and in proper repair and that equipment along with
the operating staff is arranged to deliver the final concrete in the positions without
undue delay objectionable segregation. The methods and the equipment used for
transport and placing of concrete shall be such as will permit the delivery of the
concrete of the required consistency into the work without objectionable
segregation porosity or excessive loss of the workability. Excessive segregation
from whatever cause shall be prevented in handling and placing operation by
avoiding or controlling later movement of the concrete as in dumping at an angle of
depositing continuously at one point and allowing the concrete to flow. Concrete
shall not be dropped from excessive heights and the free fall should be kept to a
minimum concrete shall be deposited in continuous horizontal layers in a thickness

Signature of Contractor No. Of Corrections Executive Engineer,


207

of approximately 30 cm. in normal work to 45 cm. (Eighteen inches) for mass


concrete except that nothing herein shall be constructed to permit placement of the
additional horizontal layers of mass concrete before the entire area to be concerned
is covered by previous layers. On flat horizontal surfaces, where conjunction of
steel near the forms makes placing of concrete difficult, a mortar of the same
cement, sand ratio as used in the concrete shall be first deposited to cover the forms
and shall stand, included in the unit rate of concrete before the entire area to be
concrete is covered by previous layers.

C1.13.8: RATE OF PLACING

Concreting should continue without available interruption until the structure of


section is completed until satisfactory construction joints can be made. Location of
construction joints shall be as directed by the engineer-in-charge. Concrete shall not
be placed faster than the placing crew can compact it properly. In placing thin
members and columns, precaution shall be taken against to rapid placement which
may result in movements, or failure of the form due to excessive lateral pressure.
An interval of at least 12 hours and preferably 24 hours should elapse between the
completion of column and walls and the placing of slabs, beams or girders
supported by them in order to avoid cracking due to settlement all concrete shall be
placed in approximately horizontal lifts not exceeding 1.25 meter in thickness per
day. Concrete in arches should be done in strip extending from one pier to another.
No thorough joints shall be kept in the span.

C1.13.9: CONCRETING AT NIGHT TIME

If concrete is to be placed at night adequate lighting arrangements shall be made as


directed by the Engineer-in-charge.

C1.13. 10: CONCRETING AT DURING RAINS

When concreting is required to be done or continued while it is raining it shall be


seen that concrete is not damaged due to rain while it is being transported and
placed. After placing the green concrete, the same shall be adequately covered for a
period of 24 hours when it will be capable of being cured by splash of water. The
surface of fresh concrete should be maintained on a slope sufficiently to result in
the self drainage of rain water the work shall however be discontinued when the
rain is so severe that the water collects into pools or washes the surface of the fresh
concrete and it is not possible to provide adequate shelter.

C1.14: COMPACTION

C1.14.1 All concrete shall be vibrated by mechanical vibrator or approved type so


as to ensure dense concrete. Hand tamping and Roding shall not be used
for compaction of concrete except in special circumstances with the
express permission of the engineer-in-charge. When immersion type

Signature of Contractor No. Of Corrections Executive Engineer,


208

vibrators art used, they shall be used vertically and at about 50 cm apart.
The vibrator shall be inserted to the full depth of the newly laid concrete
layer. The vibrator shall, however, not reverberate a concrete which has
commended its final set. Special care shall be taken to see that the
vibrator touching the reinforcement of embedded part does not disturb
the concrete below, which has commenced its final set. The concrete
shall not be vibrated excessively so as to cause segregation.

C1.14.2 Each layer of concrete, for surfaces which are required to be smooth and
for all surfaces which will be permanently exposed to the weather, and
for all surfaces next to embedded metal work, shall be worked and
vibrated by mechanical vibrators of approved type only so as to obtain a
concrete of maximum density and imperviousness and to closely assure
contact of the concrete with forms, reinforcement bars and other
embedded parts. If the methods of transporting and placement have been
conductive to air entertainment segregation or stiffening the work of
compaction should receive special attention.

C1.14.3 For concrete surface exposed to flow of water special precaution shall be
taken to minimize and to prevent surface pitting and protrusions without
resorting to over manipulation of the concrete mix to the forms. No
plastering for getting a smooth finish shall be permitted to these
locations. Any protrusions shall be ground smooth.

C1.15: CURING AND PROTECTION

All concrete shall be protected against injury until final acceptance. Exposed
finished surface of concrete shall be protected from the direct rays of sun for at
least 72 hours after placement concrete shall be kept continuously moist for not less
than 21 days. Construction joints shall be cured in the same way as other concrete
and shall also be kept moist for at least 72 hours prior to the placing of additional
concrete upon the joints. Approximately horizontal surfaces shall be cured by
sprinkling, pointing or by covering by damp sand or maybe cured by the use of wet
quilts or mats. Vertical surfaces shall be cured by covering with wet jute bags. If
damp sand or quilting is used for curing it shall be removed completely later.
Should the concrete perish that is become dry or powdery through neglect of
watering such work shall be demolished and rebuilt at no extra cost. If the curing
arrangements of the contractor are not satisfactory the engineer-in-charge may in
his discretion engage labour and provide material and equipment for curing and
recover expenditure thus involved from the contractor.

C1.16: FINISHING

C1.16.1: GENERAL

Signature of Contractor No. Of Corrections Executive Engineer,


209

Finishing of formed and unformed surface shall be performed only by skilled


workmen. All exposed concrete surface shall be cleaned of all incrustations of
cement mortar or grout and unsightly stain shall be removed.

C1.16.2: FORMED SURFACES

Surface of concrete finished against forms shall be smooth, free from projection
and filled thoroughly with mortar, immediately upon removal of forms, an
unsightly ridges or fines shall be removed and any local bulging on exposed
surfaces shall be remedied by tooling a rubbing all holes left by the removal of
fasteners, shall after being reamed with toothed reamer be neatly filled with dry
patching mortar. All porous and fractured concrete and surface concrete to which
additions are required to bring it to the prescribed lines shall be sharp edged and
keyed and shall be filled to required lines with fresh concrete or dry patching
mortar. Where concrete used for filling the chipped openings, these shall not be less
than 8 cm in depth and the concrete filling shall be reinforced and followed to the
surface of the openings. Honeycombed surface and surfaces which give a hollow
sound shall be rectified by guniting at the contractor’s cost, within the unit rate
accepted for concrete.

C1.16.3 Dry pitching shall consist of one part of cement to 2 parts of sand by
volume and just enough water, so that the mortar as used, will stick
together on being molded into a ball by a slight pressure of the hands and
will not exclude water when pressed but will leave the hands damp. The
mortar shall be placed in layers of not more than 25 mm thickness. After
being compacted each layer shall be roughened by being scratched to
provide an effective bond, with the successive layers. The last or
finishing layer shall be smooth to form a surface continuous with the
surrounding and shall be sound and free from shrinkage cracks.

C1.16.4 (a) FINISHING PERMANENTLY EXPOSED SURFACES

Except otherwise specified or directed all permanently exposed concrete


surfaces and other waterway surfaces requiring durability under water
(except the outlet) shall be finished in the following manner, immediately
up on the removal of the forms, the surface shall be wetted and all
surface pits and air bubbles filled by the rubbles filled by rubbing mortar
composed of cement and fine sand in proportion 1:2 into the pits with
burlap so as to secure a uniformly dense smooth surface. The ribbing
shall be performed in such a way as to leave the surface free from mortar
not used for filling the pits should the filling operations be unduly
delayed and the surface of the pits becomes coated with, dirt or other
contaminating materials they shall be thoroughly cleaned and washed
and shall be maintained in a moist condition, until the mortar filling is
placed.. Such cleaning shall be done by means of air and water jets and
chipping or brushing or other satisfactory mans without damaging the

Signature of Contractor No. Of Corrections Executive Engineer,


210

surrounding concrete. All operations in connection with the filling of


surface pits shall be handled as quickly as practicable to minimize the
period during which the concrete and mortar filling are exposed to
drying. When the treatment of a surface has been completed the surface
shall net and of the same colour and texture as the adjoining surface.

(b) FINISHING OF CONCRETE SURFACE IN OUTLETS

Special finish as hereafter specified shall be done for the concrete surface
in outlets. The maximum allowable deviations for the finish are as listed
below.

Type of irregularity Allowance in mm


Depression Nil
Gradual 6
Abrupt 6 parallel to flow and
3 not parallel to flow

Abrupt irregularities are defined as off sets and fines caused by displaced or
misplaced from sheeting lining or form section by loose knots in forms otherwise
defective or lumber. All others (except depressions) are classed as gradual
irregularities. Gradual irregularities shall be measured with five feet template
consisting of a straight edge for plain surface or its equivalent for curved surfaces.
Grinding or storing shall be done as required to bring the irregularities within the
specific limits as above.

C1.16.5: FINISHING CANCELED SURFACE

For exterior concealed surfaces below ground or backfill level or like surfaces not
otherwise specified no finish is necessary except that sand streaks, metal pockets,
honeycombing other imperfections which are of consequence affecting strength
water tightness or protection of reinforcing steel from corrosion, shall be corrected
and repaired as prescribed for formed surface.

C1.16.6: FINISHING UNFORMED SURFACE

Unformed surface shall be finished by one or more of the operations of screening


floating and toweling. Working of the surfaces should be done at proper time
employing experienced men and should be just sufficient to produce the desired
finish. Screening which gives the surface its approximate shape by striking off
surplus concrete immediately after compaction shall be accomplished by moving a
straight edge or template with a saving motion across wood or metal strips that
have been established as guides. Where the surface is curved as special ace reed be
brought true to form and grade by working it sparingly with a wooden float if a

Signature of Contractor No. Of Corrections Executive Engineer,


211

coarse textured finish is desired or if the surface is to be steel trowel led a second or
final floating shot be performed after some stiffening has occurred and the surface
moisture film or shine has disappeared. Where a smooth dense finish is desired
floating shall be followed by steel toweling some time after moisture film, or shine
has disappeared from the tabled surface and when the concrete has hardened
sufficiently to prevent fine material and water from being worked out the surface.
Excessive toweling particularly at early time shall be avoided.

C1.16.7: DAMAGE DUE TO FLOODS GOVT. NOT RESPONSIBLE

In case of damage of any of the concrete works due to floods, Govt. will not be
responsible and whatever corrective measures are required to be adopted shall be
done by the contractor at his cost. Provision of paragraph 1, 12, 19 of Masonry
Section-9 shall apply.

C1.17: PAYMENT

C1.17.1 Payment shall be on the net quantity of concrete after deducting


quantities for opening and other class of work. No deduction shall be
made for anchor bars, reinforcement, grout holes and bore or weep holes
or any opening not exceeding 100 cum in cross section. Rate shall be
subject to paragraph C.1.12.4. above. Measurements of concrete shall be
taken within the specified pay lines for the structure or as indicated on
the drawings. Any concrete placed in the excavation beyond the line of
structures to void use of forms shall not be paid for. The quantity of item
shall be computed by using Prismoidal Formula only.

Block outs and slots necessary for embedding the foundation bolt and
other embedded parts shall be provided by the contractor without any
extra cost. The payment for from work required for concrete if any shall
be presumed to be included in the payment of concrete item.

Signature of Contractor No. Of Corrections Executive Engineer,


212

SECTION - VIII

STEEL REINFORCEMENT
R.1.1: SCOPE OF WORK

This item covers providing, hauling storing strengthening, cleaning, cutting,


bending, placing and or erection in position, securing and maintaining in position
all reinforcement of MS Bars plain or for till the concrete is placed around it. It also
includes splicing of the bars as shown on the drawings or as required by the
engineer-in-charge and providing the hooks at ends. It also includes the cost off
furnished and attaching wire ties and chairs, metal supports etc. It also includes
welding of reinforcing bars where directed or permitted by the engineer-in-charge
the reinforcement will be either MS or Tor steel. Combination or MS plain or Tor
steel will be allowed in absence of availability of specific steel.

R.1.2: SUPPLY

The reinforcing steel shall be procured by the contractor.

R.2: BAR BENDING SCHEDULE

The department will indicate the design requirement steel for the different
components. The contractor shall prepare the bar bending schedule form those
design, statement, showing the details of bends, cranks and splices provide by him
for all the bars to be placed and get them approved form the Engineer-in-charge.
The schedule shall be presented for approval well in advance of the laying of the
reinforcement

R.3: CLEANING

Before steel reinforcement is placed in the position the surface of the reinforcement
bars shall be cleaned off rust, scale, dirt, grease and other objectionable delirious
foreign substance, heavy flaky rust and mill scale that cannot be removed by firm
rubbing with burlap or equivalent treatment being considered. The fact light or
early stage rust, has no detrimental effect on bond and hence could be disregarded
shall be accepted as an excuse for careless handling and storage of steel

R.3.1

In storing, bars of the same sizes, lengths, shape and grade shall be assembled in
racks and marked distinctly. Before the reinforcement bars are fixed in position it
shall be verified that they are of the specified sizes and are cut and bent in
accordance with the plans and specifications. They shall be accurately placed and
secured in position by means of built in concrete blocks, metallic chairs, hangers,
spacers or other suitable devices at sufficiently close intervals so that they will not

Signature of Contractor No. Of Corrections Executive Engineer,


213

sag between supports, not be displaced during the placing of the concrete or by any
operation of the work.

R.3.2

Special care shall be exercised to prevent any disturbance of the reinforcement in


concrete that has already been placed. The reinforcement after being placed in
position shall be maintained a clean condition or unsightly rust stains on exposed
concrete surface.

R.4: BENDING (REFER ISS NO 2502-1963)

Reinforcement shall not be straightened or bent in a manner that will injure or


weaken the materials. Bars with kinks or bends not shown on the plans shall not be
used. Bars shall be bent to the shape and dimensions shown on the drawings or as
directed, using a bar bender, operated by hand or power, to attain the proper
bending radius. The radius of bend shall not be less than 4 times nominal size of the
bar. The radius of the bents for stirrups and ties should not be less than twice the
thickness of bar.

Heating of reinforcement bars to facilitate bending will not normally be permitted.


When however, such heating is permitted in the case of large diameter large
diameter bars, the temperature of the steel shall not exceed the corresponding to
cherry colour, (about 800ºC)

R.5: PLACING

a) Binding wire :- Wire for typing reinforcement shall be soft and annealed
steel. The wire may be of 1.2 mm to 1.63 mm and shall be soft and shall have
( to confirm to 1:5 280, 1962) and ultimate strength of not less than 5600
kg/cum and yield point of not less than system 5600 kg cum yield point of not
less than 3000 kg/cum.

b) Support and spacers:- Metal supports spacers shall be fabricated from no


corrodible metal. Dissimilar metals should not be placed in concert in intimate
proximity with each other or joined by a conductor, specially in the continued
presence of moisture unless it is known that galvanic action will not result.

c) Splicing by overlapping:- Bars splices as indicated in the drawing or as


specified by the Engineer-in-charge shall only not be done in the region of
maximum bending moment and splicing of adjacent bars shall be avoided as
far as possible.

d) By welding:- Welding of bars of splicing may allowed in place of lapping,


as the discretion of the Engineer-in-charge at approved locations. When
welding is resorted to instead of lapping the bar to be spliced shall be lap

Signature of Contractor No. Of Corrections Executive Engineer,


214

welded or built welded by electric welding Ends or bars to be spliced shall


be cleaned of all dirt, scales, rust, paint and foreign matter before welding all
welding shall confirm to the relevant Indian standard specification. And
weld will be considered unsatisfactory if it fails sustain a tensile. Stress of at
least 90% of the tensile stress of carrying out the as directed by the
Engineer-in-charge and with in the accepted unit rate for reinforcement.

R.6: DISTANCE BETWEEN REINFORCEMENT BARS

R.6.1

The distance between two parallel reinforcement bars shall be except as provided
below in 6.2 not less than the greatest of the following distances.

a) The diameter of each bar, if their diameters be equal.


b) The diameter of the bar, larger if the diameters be unequal.
c) 6 mm more than the nominal maximum size of the coarse aggregate
comprised such concrete.

NOTE :
A GREATER DISTANCE SHOULD BE PROVIDED WHEN CONVENIENT

R.6.2

The vertical distance between two horizontal main steel reinforcement of the
corresponding distance at right angles to two inclined main steel. Reinforcement
shall not be less than 12 mm except at a splice or tap and except where on
reinforcement is transverse to the other.

R.6.3

The pitch of the main bars in a reinforcement concrete solid slab shall not be more
than three times the effective depth of such slab.

R.7: CONCRETE COVER

R.7.1

Sufficient concrete cover shall be provided to protect reinforcement from corrosion


of as indicate in the drawing. All detruding bars from concrete or masonry to which
other bars are to be spliced and which will be exposed to action of weather for an
indefinite period shall be protected from rusting by a thin coat of neat cement grout.
Accurate records shall be kept at all time of numbers, sizes, lengths and weight of
bars placed in position for different parts or the work.

R.7.2

Signature of Contractor No. Of Corrections Executive Engineer,


215

The thickness of concrete cover (exclusive of plaster or other decorative finish shall
be as follows)

a) At each end of reinforcing bar a cover not less than 25 mill twice the diameter
of such rod or bar.

b) For a longitudinal reinforcing bar in a column cover not less than 40 mm nor
less than the diameter of such rod in the as of column of minimum dimensions
of 18 mm or under those the bars which do not exceed 12 mm diameter 25
mm cover maybe use.

c) For a longitudinal reinforcing bar in a beam a cover not less than 25 mm nor
less than the diameter of such rod or bar.

d) For tensile, compressive, shear or other reinforcement in a slab a over not less
than 12 mm nor less than the diameter of such reinforcement.

e) For any other reinforcement not less than 12 mm nor less than the diameter of
such reinforcement.

f) For all external works for work against earth faces and also for internal work
where there exists particular corrosive conditions. The cover of the concrete
shall be increased 12 mm beyond the figure given below (a to 2)

R.7.3

Where because of splicing, the thickness of concrete in between reduces to less


than the maximum size of the aggregate of concrete with reduced maximum size of
the aggregate, shall be used so as to allow development of bond in the splices. The
extra cost of such special concrete shall be deemed to have been included in the
unit rate for the main concrete and shall be paid at the same rate.

R.8: ADDITIONAL IMPORTANT POINTS FOR ATTENTION

I) Before the reinforcement bars are fixed in position lit shall be verified as to
whether are of the specified grade, size and are cut and bent in accordance
with the relevant drawings and specification. For any mistake, the contractor
shall be solely responsible and shall made himself liable for all rectifications
of mistake at his risk and cost.

II) Reinforcement bars shall be accurately placed and secured in positions by


means of built in concrete blocks, metallic chairs, hangers spacers or other
suitably approved device at sufficient close intervals so that they will not sag
between supports and shall not be displaced during placing of concrete or any
operation of work.

Signature of Contractor No. Of Corrections Executive Engineer,


216

III) Before standing concreting, the contractor shall ascertain that the
measurement of the reinforcement placed have been recorded by the authorize
representative of the dept. and the Engineer-in-charge at his discretion may
order dismantling and reconstruction of the work where necessary. The
Engineer-in-charge or his authorized representative shall record the fact of his
having checked and approved the reinforcement in the order book kept on the
work before allowing concerting to commence.

R.9: MODE OF MEASUREMENTS

The reinforcement shall be paid as the weight on Kg/Qtl. Of the actual quantity of
steel reinforcement placed in the structure arrived at by measuring the length of the
bars multiplied by the standard weight per unit length for the particular diameter of
bar (as shown in the bar bending schedule) The standard weights of the bars shall
be as follows.

Diameter of bar in mm. Weight in kg/m


6 0.22
8 0.40
10 0.60
12 0.90
16 1.60
18 2.00
20 2.50
22 3.00
25 3.80
28 4.80
32 6.30
36 8.00
40 9.90
45 12.50
50 15.40

In case of deformed bars, the weight per unit length for a bar for specified diameter
(in nominal size will be as shown in the manufacture catalogue). The issue of
deformed bars to the contractor and the payment to the contractor will be done on
the basis of weight given by the manufactures.

This shall include the quantity in laps, hooks and bends. It shall not include weight
of metallic chairs, hangers spacers or other suitable devices, if use. The length of
bar shall be measured to the nearest 10 cm. A fraction less than 5 cm shall be
neglected and fraction of 5 cm or more shall be taken as 10 cm.

Signature of Contractor No. Of Corrections Executive Engineer,


217

The cost of the wire used for tying the reinforcement shall be deemed to be
included in the rate for the item of reinforcement and shall not be paid separately.
The item rate shall be exclusive of chair, hanger, space etc. Separate measurements
for supports steel shall kept and payment shall be made at issue rate per schedule
“A” Surplus steel in pieces longer than 2,.50 m out of the steel issued to the
contractor will be taken back at the rate at which it was issue to the contractor The
convenience to the placer of original issue of steel being at the contractor cost. The
contractor shall return such cut pieces to the department periodically.

Signature of Contractor No. Of Corrections Executive Engineer,


218

SECTION – IX

BACK FILLING
1.0 GENERAL:

Back filling generally means excavation re-fill up to the ground level


by embankment material which is required to be placed in excavation after
the structure is built up above the normal ground level. The entire back fill
shall be carefully graded to the lines and grades as shown on the drawings or
as directed. The item includes the quarrying, transporting servicing and such
other processing operations to produce the materials of desired quality,
laying watering and compacting as directed. The materials obtained from the
excavation work in this contract will be allowed to be used for back-filling,
if of approved quality, free of cost.

2.0 PREPARING SURFACE FOR BACK-FILLING:

All loose material and surface debris shall be removed. The bed and
sides shall be drenched with water sufficiently so as to prevent absorption of
water from back-fill material. Before placing the back-fill material, the
surface shall be tamped or otherwise consolidated sufficiently.

3.0 BACK-FILLING WITH IMPERVIOUS MATERIAL:

The impervious material may be obtained from excavation stuff free


of cost or borrowed from outside from contractor’s own sources if required
without any limitation of lead or lift. The quality of the impervious material
should be got approved from the Engineer-in-charge in advance. Water shall
be added to the embankment and mixed by suitable means to assure uniform
distribution of moisture and the desired standard of compaction.

4.0 COMPACTION:

The proctor test of soil compaction with approved modification shall


govern the construction. Laboratory methods will be used to determine the
optimum moisture content, dry and wet density and permeability and the
construction will be controlled by field tests and made to determine whether
adequate degree of compaction is being attained.

5.0 MODE OF MEASUREMENT AND PAYMENT:

The measurement of widths for payments will be taken as between


the accepted payment lines of the excavation under the respective excavation
items and the face of the masonry or concrete structures. The back-filling

Signature of Contractor No. Of Corrections Executive Engineer,


219

may not have to be done right up to the original ground level. The work will
be paid for only up to the depth of back filling as required and directed by
the Engineer-in-charge. If the contractor chooses to provide filling above the
level desired for his own convenience like raising platform and erecting
temporary structures the work may be allowed to be done if not undesirable
from other considerations during or after construction. But the work so done
above the desired levels shall not be measured and paid for even though it
might have been done to the required specifications as for the rest of the
portions. The unit is cubic meter. Deduction in quantities of back fill shall be
made for shrinkage at the rate of 10 percent of intermediate measurements, 7
percent after one monsoon and 5 percent for final measurements of back fill
if the same are taken after two monsoons.

6.0 BACK-FILLING WITH PERVIOUS MATERIAL:

The pervious material may be obtained from the excavated stuff free
of cost or borrowed from contractor’s own sources if required without any
limitations of lead or lift. The quality of the pervious material should be got
approved from the Engineer-in-charge in advance. Care shall be taken to see
that materials in the different layers are compacted properly and the finished
surface shall have a neat appearance.

7.0 MODE OF MEASUREMENT AND PAYMENT:

The mode of measurement and payment for back filling with pervious
material will be same as for back filling with impervious materials vide para
5.0 above.

Signature of Contractor No. Of Corrections Executive Engineer,


220

SECTION – X

DRILLING HOLES
DRILLING 54 MM. HOLES AND FIXING ANCHOR BARS :

1.00 SCOPE :
The item includes drilling holes 25mm in diameter in rock washing and
clearing holes and wedging the anchor bars at bottom and hooking on top
and fixing in grout of cement mortar 1:2 (by volume) as directed.

2.00 DRILLING :
Holes of 25mm diameter shall be drilled in rock to 75cm depth at places
shown on drawing or as directed by the Engineer-in-charge. The depths
shown are approximately and are liable to be increased or decreased at the
time of execution. The contractor shall have no claim on account of any
delay due to finalization of the depth of holes or due to any variation in
depth. The holes shall be drilled by percussion drill or jack hammer or
drilling machines. The operation of drilling also includes leveling the
ground for erecting drill machine orientation drilling due to required depths
and dimensions cleaning of holes and plugging till anchor bars are inserted
in holes.

3.00 ANCHOR BAR IN ROCK :


The type and dimensions of the anchor bars locations dimensions and
depths of anchor bars holes shall be as shown on the drawings as directed.
Anchor bars shall be thoroughly cleaned before being placed. The holes
shall be washed out and cleaned thoroughly and shall then be completely
and compactly fill with grout. When grout is used the anchor bars shall be
forced in the place for full depth before the grout takes it initial set and shall
be vibrated until the entire embedded surface of the bar is in immediate
contact with the grout. The bars should as far as possible be fixed normal to
the rock surface but at any rate not less than 600 with the rock face. Special
care to be taken to ensure against any movement of bars after the grout has
taken its initial set. Sand to be used with mortar shall pass through A.S.T.M.
above No.16 (I.S.No.120)

4.00 MODE OF MEASUREMENT AND PAYMENT :


Measurement for drilling of holes shall be of Nos of holes. The cost
of fixing anchor bars in cement slurry or cement mortar shall be deemed to
have been covered in the unit rate provided for this item of drilling holes as
per Schedule 'B' of tender. However the cost of anchor bars shall be paid
under item of reinforcement.

Signature of Contractor No. Of Corrections Executive Engineer,


221

SECTION – XI

GROUTING
1.00 : SCOPE :

Grouting of cement or cement with admixture in holes drilled vide


para 2.0 of Drilling section in stages of 3 meters from bottom upwards.

2.01 Rate shall be inclusive of the cost of cement and admixtures. Cement
admixtures, if required will be supplied for grouting to the contractor free of
cost at the site by the Department. The contractor will not however he paid
extra for adding such admixtures. The contractor shall submit daily account
of cement showing the opening balance, receipts, consumption and closing
balance for the day.
2.02 Before grouting, the hole shall be sufficiently cleaned to the satisfaction of
the Engineer-in-charge or his authorised representative with water and air
under pressure to facilitate free flow of grout.
2.03 The grouting shall be carried out as per directions of the Engineer-in-charge
or his authorized representative, before the grouting of hole is taken up, the
adjoining holes shall be kept clean and open in case there is grout
connection between these holes during grouting.
2.04 Grouting is to be done from bottom to top in a stage of 1st three meter from
bottom upwards.
2.05 The pipe for grout mix shall be black cast iron pipe of required thickness and
strong enough to withstand the grout pressure. The contractor shall furnish
pipes and fittings for the grout connections and the packing and chalking
materials required. The pipes shall be cut and fabricated as approved by the
Engineer. The charges involved in these operations shall be doomed to have
been included in the unit rate accepted for grouting in the schedule of prices.
2.06 The equipment for mixing and grouting shall be capable of effectively
mixing the grout in correct and specified proportions agitating it and
pumping it in to the pipes in an uninterrupted flow at the designed pressure
up to a maximum of 5 kg/cm. There should be satisfactory arrangement for
accurately measuring the quantity of water, cement and other ingredients to
be used. The agitator shall have paddles of suitable design end shape to keep
the mix in proper consistency till it is pumped into the holes. Standard
equipment of approved quantity shall be used.
2.07 The mixing and conveying system shall be laid out to provide sufficient
capacity for a heavy (low of grout ). The mixture shall be in two
compartments or parts so that grout could be mixed in one when that from
the other is being pumped. The compartments of parts shall be
independently connected to the pump. In general an uninterrupted flow of
grout shall be maintained and the grout conveyed from the pump to the hole
through a suitable pipe or flexible rubber hose, designed to withstand the
maximum pressure required.

Signature of Contractor No. Of Corrections Executive Engineer,


222

2.08 The mixer shall be placed as near the grout pipes , as possible and long pipe
lines avoided. The flow of grout onto the pipes shall be controlled by a
pressure relief valve by passing and returning to the mixer all grout, not
accepted by the pipes at the desired pressure.
2.09 Proper pressure gauges shall be provided to measure the pressure of the
grout pumps into the grout pipes. They shall be provided with diaphragms.
to prevent grout from getting into the gauges and clogging them.
2.10 The circulating system shall be so provided that the grout be kept circulating
continuously at sufficient velocity to prevent settlement of cement or
clogging of pipe line and fittings. The pump and the pipe lines shall be
flushed with clear water at frequent intervals to keep them clear. Deposits of
grout in the pump, mixture etc. not removed by flushing shall be removed by
scrapping and chipping etc. The mixer shall be provided with a water meter
to measure accurately the quantity of water being used. A fine screen
capable of being readily removed, cleared and replaced shall be provided
between the mixer and the pump. Proper arrangement shall also be provided
with equipment to stock adequate quantity of cement etc. likely to be
required for the grouting.
2.11 After the grouting operations are completed for the shift or the day, the
remaining unused grout mix shall be thrown away. Also a mix not used up
completely within one hour after mixing or that which in the opinion of the
Engineer-in-charge has settled or clogged shall be thrown away.
2.12 If such wastage in the opinion of the Engineer-in-charge, which shall be
final and binding due to negligence of the contractor no payment or rebate
shall be made for the cement and other materials thus wasted.
2.13 METHOD OF APPLYING GROUT:
The grouting shall be continued until the hole being grouted takes
grout mix at a rate less than –
Quantity of Grout Time in Minutes Pressure
0.03 cum (1 cft) 20 3.53 kg/cm2 or less
0.03 cum (1cft) 15 5.05 kg/cm2

2.14 The grouting shall however be stopped when the pressure gauge registers
sudden rise or when other indications are seen of extension or up-level of
rock, masonry the pressure being applied.
2.15 After hole has been grouted it should be closed by means of a valve to
maintain the grout under pressure in the seams or crevices into which it has
been forced.
2.16 After hole is grouted it should be examined if cement has settled unduly
with water coming up, the account settlement depending on the proportion
of mix used. Holes where such settlement has taken place are to be cleaned
of all sort of sediment and grouted again under pressure.
2.17 Grouting shall be continued until at the specified pressure, the groin pipe
refuses to take grout more than specified above. If for any reasons grouting
operations must be stopped before a hole has been grouted to refusal, clear
water shall be kept running into hole until grouting is resumed.

Signature of Contractor No. Of Corrections Executive Engineer,


223

3.0 KEEPING RECORDS OF DRILLING AND GROUTING OPERATIONS:


3.01 Records shall be maintained by the contractor of the drilling, grouting
and testing etc. neatly and systematically in the manner approved by
the Engineer-in-charge. The exact locations of all grout holes in
relation to proper reference lines and accurate logs of all operations
shall be detailed in the records, record maps and sections be complied
showing all conditions of holes grouted.
3.02 A copy of such records shall be submitted to the Engineer-in-charge
daily during drilling and grouting operations.
3.03 Grouting must be done in the presence of the Engineer-in-charge
whenever pressure grouting is to be done, the contractor will give duo
notice there of to the Engineer-in-charge to unable him or authorized
representative to be present during the grouting operations which will
always be done in his presence.

4.0 PLUGING AND FINISHING:


4.01 The grout mix that might flow out or other gel split on rock, concrete
or masonry or other surfaces shall be removed expediously without
along any time.
4.02 For the grout to set on any of the aforesaid surface after the grout has
set the holes shall be plugged with cement mortar in the proportion of
1:2 by volume and the surface finished smooth in line with the floor
at those locations. No separate rate shall be given for the work
involved thereon.

5.0 CALIBRATION OF PRESSURE GUAGE AND WATER METERS ETC.:


The pressure gauges and water meters shall be get calibrated by the
contractor at his cost and duly numbered for their accuracy from time
to time as may be directed by the Engineer, the contractor shall
produce necessary test certificates for such calibration at every
fortnight or less if found necessary. The pressure gauges and water
meters which have been duly tested and calibrated shall only to be
used for grouting and testing holes.

6.0 LOCATIONS:
6.01 The grouting shall be done only on the chainages or points where the
bores are taken. Each bore should be grouted to any extent or stopped
at the depth specified by the Engineer-in-charge or his authorized
representative.
6.02 Grouting work should be correlated with the main work of
construction as per instruction given by Engineer-in-charge.
6.03 Hole shall be grouted in stages of three meters pocket from bottom to
top upwards.
6.04 a) The pressure applied to the pocket is equal to the pressure
indicated by pressure gauge plus the hydrostatic pressure equal to

Signature of Contractor No. Of Corrections Executive Engineer,


224

the difference between the level of the pressure gauge and the
centre of pocket.
b) For deciding the pressure

Signature of Contractor No. Of Corrections Executive Engineer,


225

SECTION – XII
SIGN BOARDS / CAUTIONARY BOARDS

SCOPE :

This item includes providing Signboard / cautionary boards / sign boards of


size 80 x 60 cm prepared on 16 gauge M.S. sheet with white back ground
and back side gray stone enamel led red reflective boarder letters, arrows
symbols with two angle iron post of size 50 x 50 x 5 mm of 3.65 meter long
etc. complete.
Providing
Fixing board in position in ground with C.C. 1:2:4 block confirming to
concrete specifications plain and Reinforced concrete of 60 x60 x 75 cm size
complete.
15.2 The item includes providing of notice board as per size mentioned in
the item. The painting and coloring of the board will be done, as per
description in the item & as per the instructions of the Engineers in charge.
The erection of the board will be done in concrete blocks with necessary
anchors. minimum two anchors of angle 50X50X5 mm and width not less
than 30 cm. shall be welded which is fixed in C.C. 1:2:4 block confirming to
concrete specifications as per plain and Reinforced concrete
The payment will be done on the number basis.

Signature of Contractor No. Of Corrections Executive Engineer,


226

SECTION – XIII

DEWATERING ARRANGEMENT

1: SCOPE
The item shall include all dewatering work required in a manner herein after
specified.

1.2: DESIGN ETC


The contractor shall arrange sufficient number of water pumps (of sufficient horse
power) for dewatering within reasonable period.

1.3 CONTRACTOR TO DEWATER WHENEVER REQUIRED

1.3.1: The area under all works pertaining to the structure and appurtenance and the
adjoining areas as necessary shall be maintained free from water. The area shall
also be maintained free from water after any part of the work is completed, for
inspection, safety, and installation by Government or for any other reasons
determined as necessary by the engineer-in-charge. The contract shall pump all
water from the site of the works and shall keep the foundation free of water, while
excavating, concreting and placing masonry and continue to keep the work, free of
water for period as may be required for proper setting or mortars or concrete etc.,
or otherwise required for completion of works.

1.3.2 The contractor shall not be entitled to any claims or damages on account of or by
reason of any amount of water leaking through, under or around the coffer dams,
diversion or protective works or overtopping of the diversion works, or from the
construction sluice.

The river will be diverted through the portion of masonry spillway or by suitable
diversion in order to enable earth-work of the dam to progress, ahead of the
masonry dam. Any percolation caused due to this shall be covered by the rate for
item concerned.

The contractor shall provide and maintain temporary bulk heads to protect galleria
shafts and other openings in the structures from possible flooding from any reason
whatsoever.

1.4: REPAIRS AND REMOVAL OF DIVERSION CHANNEL, COFFER DAM ETC.


After having served their purpose the temporary bulk heads shall be removed to the
extent directed by the engineer-in-charge from time to time.

Signature of Contractor No. Of Corrections Executive Engineer,


227

The diversion channel, coffer dams, etc. are likely to be damaged due to floods or
any other reason. If they are so damaged they shall be done without extra cost to
the satisfaction of the engineer-in-charge. Such removal or repair work shall be
done in such manner as not to damage any permanent works.

1.5: CLOSURE OF DIVERSION WORKS ETC.


The method of closure of diversion channel, shall be subject to the approval of the
engineer-in-charge and at no extra cost.

1.6: DAMAGE DUE TO FLOOD


If any foundation parts are filled due to floods or flow, during the progress of work
or during rainy season, or due to any other cause, all pumping required to dewater
the pit and desalting shall be done without any extra cost. If for any reasons of
planning of excavation, the foundation pits get filled they shall be dewatered and
desalting under the scope of this item.

1.7 PUMPING.-
Adequate pumping arrangements shall be made for dewatering foundation trenches
and other areas of construction where dewatering is essential and keeping them dry
while, masonry or concrete or other construction is in progress and till the concrete
or mortar of masonry has sufficiently set and construction can be proceeded
without pumping. Pumps of adequate capacity and in required

1.8: REMOVAL OF COFFER DAMS AND CLOSING OF DIVERSION CUTSETC.

1.8.1: All coffer dams and other protective works constructed for facility of dewatering
shall be removed after they have served their purpose in a manner and to the extent
directed by the engineer-in-charge from time to time. All the diversion works or
diversion cuts shall be closed in a likewise manner. The coffer dams on the up-
stream may however, be allowed to be submerged at the discretion of the engineer-
in-charge. If however, such submergence in the opinion of the engineer-in-charge
is likely to be detrimental to the structure or a part of it the upstream cofferdam
shall be removed in a manner and to the extent directed by the engineer-in-charge.
All the timber and other materials which will float in water shall be carefully
removed away from the location of outlets of sluices so that they shall not find way
in the outlet conduit gate, trash racks, etc., on flooding of the upstream.

1.8.2 : The down-stream coffer dam shall be removed in such a manner as not to interfere
with the satisfactory working of the energy dissipation arrangements outlets, etc.

1.9: NO CLAIM IF PONDING IS DONE


Ponding shall be done by the department upstream of the concrete dam at
intermediate stages and water diverted from the lake into the river for irrigation

Signature of Contractor No. Of Corrections Executive Engineer,


228

purposes. The contractor shall have no claim on account of any additional


dewatering and diversion of flow required to be done because of such ponding and
such additional dewater in and diversion of flow stands included in item
concerned. The contractor shall not be entitled to any claims on account of
interference with and interruption caused to many temporary roads, quarries or
temporary camp, submerged or inaccessible by such ponding.

1.10 MODE OF MEASUREMENT AND PAYMENT :


The mode of measurement and payment for dewatering will be based on the
measurement of actual time in hours the pump worked and the unit of payment is
per BHpHr.

Signature of Contractor No. Of Corrections Executive Engineer,


229

SECTION – XIV

APPROACH ROAD

1.1 SCOPE :
The item included providing and laying 60mm and 40mm metal with
layers of hard murum and soft murum form certified quarries approved
sources, conveying to site with all leads and lift stacking with regular
heaps, spreading and compacting.
1.2 QUARRIES :
The Contractor shall have to procure metal, murum from certified
quarries. The contractor shall get the source and quality of meal
approved from Engineer-in-charge. The Contractor shall be fully
responsible for any and all compensation shall be paid as royalty, rents
or damages to properties and injuries to person etc. caused in obtaining
the maintenance. No claims on account of any obstructions caused in
the collection of materials or difficulties or action arising out of
quarrying in private land shall be entertained and government will
remain indemnified with regard to such action and payment.
1.3 QUALITY :
The stones required for over size metal shall be hard, tough, sound,
durable, dense, clean, of close-textured and free from unsound material
crack, decay and weathering. They shall generally be broken rubble.

1.4 SIZE :
The rubble shall be either manually broken or mechanically crushed
into pieces so as to pass through a square mesh of 85mm internal
dimension and retained on a square mesh of 50mm. The pieces shall be
as far as possible, be cubical and have sharp edges. A sample
confirming to the quality shape and size shall be got approved from the
Engineer-in-charge before large scale breaking.
1.5 STACKING :
The metal brought from quarries shall be stacked in heaps near the site
where it is to be sepread.

2.1 SPREADING METAL :

The metal shall be screened if it contained grass, rubbish or other


deleterious foreign materials. The metal shall be spread evenly on the
surface. In order to ensure the correct thickness, the road area shall be
suitably marked so as to receive the contents of one heap of the
specified thickness in the marked area. The unevenness and undulation

Signature of Contractor No. Of Corrections Executive Engineer,


230

after the spreading shall be rectified either by thinning the metal or


adding it as required.
The metal so spread shall be checked by chamber boards and line for
the chambers and grade at intervals of every ten meters, or so. The edge
line stacks shall be ranged for a sufficient length to obtain lengths and
uniform curves.
2.2 HAND PACKING :
As the laying of oversize metal advances, it shall hand packed by
wedging and packing with quarry spauls collected for a purpose in the
joints of oversize metal and driving them by hammers in pieces so as to
fill the voids as completely as possible. The operation of hand packing
shall floow the oversize metal laying closely.

2.3 COMPACTION OF OVERSIZE METAL :


GENERAL :
The compaction shall be done with a 10 to 12 tone power roller. The
rolling shall begin with a outside rear wheel of roller covering equal
path shoulder and metal and roller shall run forward and backward until
the shoulder binds the metal firmly. The rolling shall then progress
form edges for the centre in strips parallel to the centre line of the road.
Rolling shall be done by lapping uniformly each proceeding near wheel
track by one half width of the track and shall continue on until all the
surface has been rolled by the rear wheel three or four times and to
refusal. Side bunds shall be raised to hold the material before starting
rolling.

Signature of Contractor No. Of Corrections Executive Engineer,


231

SECTION – XV

MISCELLANEOUS
DEWATERING ARRANGEMENT FOR FOUNDATION:

1: SCOPE

The item shall include all dewatering work required in a manner herein after
specified.

1.2: DESIGN ETC

The contractor shall arrange sufficient number of water pumps (of sufficient horse
power) for dewatering within reasonable period.

1.3 CONTRACTOR TO DEWATER WHENEVER REQUIRED

1.3.1: The area under all works pertaining to the structure and appurtenance and
the adjoining areas as necessary shall be maintained free from water. The area shall
also be maintained free from water after any part of the work is completed, for
inspection, safety, and installation by Government or for any other reasons
determined as necessary by the engineer-in-charge. The contract shall pump all
water from the site of the works and shall keep the foundation free of water, while
excavating, concreting and placing masonry and continue to keep the work, free of
water for period as may be required for proper setting or mortars or concrete etc., or
otherwise required for completion of works.

1.3.2 The contractor shall not be entitled to any claims or damages on account of
or by reason of any amount of water leaking through, under or around the coffer
dams, diversion or protective works or overtopping of the diversion works, or from
the construction sluice.

The river will be diverted through the portion of masonry spillway or by


suitable diversion in order to enable earth-work of the dam to progress, ahead of the
masonry dam. Any percolation caused due to this shall be covered by the rate for
item concerned.

The contractor shall provide and maintain temporary bulk heads to protect
galleria shafts and other openings in the structures from possible flooding from any
reason whatsoever.

Signature of Contractor No. Of Corrections Executive Engineer,


232

1.4: REPAIRS AND REMOVAL OF DIVERSION CHANNEL, COFFER


DAM
ETC.

After having served their purpose the temporary bulk heads shall be
removed to the extent directed by the engineer-in-charge from time to time.

The diversion channel, coffer dams, etc. are likely to be damaged due to
floods or any other reason. If they are so damaged they shall be done without extra
cost to the satisfaction of the engineer-in-charge. Such removal or repair work shall
be done in such manner as not to damage any permanent works.

1.5: CLOSURE OF DIVERSION WORKS ETC.

The method of closure of diversion channel, shall be subject to the approval


of the engineer-in-charge and at no extra cost.

1.6: DAMAGE DUE TO FLOOD

If any foundation parts are filled due to floods or flow, during the progress
of work or during rainy season, or due to any other cause, all pumping required to
dewater the pit and desalting shall be done without any extra cost. If for any
reasons of planning of excavation, the foundation pits get filled they shall be
dewatered and desalting under the scope of this item.

1.7: REMOVAL OF COFFER DAMS AND CLOSING OF DIVERSION


CUTS
ETC.

1.7.1: All coffer dams and other protective works constructed for facility of
dewatering shall be removed after they have served their purpose in a manner and
to the extent directed by the engineer-in-charge from time to time. All the diversion
works, or diversion cuts shall be closed in a likewise manner. The coffer dams on
the up-stream may, however, be allowed to be submerged at the discretion of the
engineer-in-charge. If, however, such submergence in the opinion of the engineer-
in-charge is likely to be detrimental to the structure or a part of it the upstream
cofferdam shall be removed in a manner and to the extent directed by the engineer-
in-charge. All the timber and other materials which will float in water shall be
carefully removed away from the location of outlets of sluices so that they shall not
find way in the outlet conduit gate, trash racks, etc., on flooding of the upstream.

1.7.2 : The down-stream coffer dam shall be removed in such a manner as


not to interfere with the satisfactory working of the energy dissipation
arrangements outlets, canal, etc.

1.8: NO CLAIM IF PONDING IS DONE

Signature of Contractor No. Of Corrections Executive Engineer,


233

Ponding shall be done by the department upstream of the masonry dam at


intermediate stages and water diverted from the lake into the river for irrigation
purposes. The contractor shall have no claim on account of any additional
dewatering and diversion of flow required to be done because of such ponding and
such additional dewater in and diversion of flow stands included in item concerned.
The contractor shall not be entitled to any claims on account of interference with
and interruption caused to many temporary roads, quarries or temporary camp,
submerged or inaccessible by such ponding.

1.9: MODE OF PAYMENT

If the contractor is required to do dewatering number of times during the period of


his contract the cost of such provision shall be deemed to have been included in the
rate quoted by the contractor for excavation item.

2.1: PROVIDING EARTH BACK FILL

2.1.1: EARTH BACK FILL

Earth back fill is defined as the embankment constructed in the vicinity of


concrete or masonry structures by utilization of the suitable excavated material
either directly of by re-handling or from quarried borrow material without extra
cost, whenever the excavated materials fails to satisfy the specification
requirements.

2.1.2 : The decision of the Engineer-in-charge regarding the suitability of


materials for earth back fill shall be final and binding upon the contractor.

The characteristic of back fill shall be in general conformity with the zoning
of the dam and satisfy the necessary filter criteria.

2.1.3: CONTROL COMPACTION

Control of placement shall be based on the, proctor test of soil compaction


with modification approved by the Engineer-in-charge. Optimum moisture content
shall be predetermined in the laboratory. Dry and wet densities shall be controlled
by field tests to assess the degree of compaction. The dry density shall in no case be
below 95% of the standard proctor density.

2.1.4 : MOISTURE CONTENT

Moisture content shall be controlled by necessary operations such as


sprinkling, mixing and pending in borrow area drying by exposure, so as to attain
the optimum moisture content uniformly throughout the layer. The moisture
content shall be within 2% (two percent) of the optimum moisture content as

Signature of Contractor No. Of Corrections Executive Engineer,


234

determine in the laboratory. If the filed moisture content is beyond the range of
moisture content prescribed, the rolling operation and adding of further layers shall
be deferred till the prescribed moisture content is obtained.

2.1.5 : METHOD OF COMPACTION AND PLACEMENT

The materials shall be placed in continuous horizontal layers of not more


than 15 cm. in thickness and shall be compacted as specified below. The laying and
compactions hall be or as directed by the Engineer-in-charge.

Rolling shall be done by tamping rollers when each layer of material has
been suitably conditioned. In parts of the structures in accessible to rolling
equipment the compaction shall be done by mechanical tamping equipment
approved by the Engineer-in-charge. The compaction standard specified in para 5.3
shall be satisfied irrespective of the equipment used.

2.1.6 : MEASUREMENTS

The measurements shall be on the basis of cubical contents of the compacted


fill. The rates shall include all necessary lifts and leads.

2.1.7 : BACKFILL WITH RANDOM SOIL

This item covers all excavated or quarried material suitable for backfill
which shall be placed as per paragraph above.

2.1.8: BACKFILL OF IMPREVIOUS MATERIALS

The impervious material should have sufficiently low coefficient of


permeability and at the same time desired dry density and shear strength measured
in the laboratory selected materiel shall be quarried as directed by the Engineer-in-
charge. The backfill shall be placed as per paragraph above and paid as per
paragraph above.

3.1 DRAINAGE PIPE :


3.1.1 POROUS DRAIN SHAFT :
The item includes providing and fixing in position precast concrete blocks in
cement mortar 1:4 proportion with formed hole of 100 mm.. Diameter for drainage
shaft with all leads rand lifts etc. complete as per specifications.
4.1.2 : The work covered by this item shall consist of furnishing all equipment,
material and labour for the manufacture, transport, placing and curing for 20 cm.
Diameter porous concrete pipe blocks transport and erection of the pipe elements
and performing all the functions necessary and ancillary thereto including finishing
the pipes as directed by the Engineer-in-charge.

Signature of Contractor No. Of Corrections Executive Engineer,


235

3.1.3 GENERAL :
The diameter specified is the internal diameter of a cement concrete block of
which the size will be 60 cm. x 60 cm.
3.1.4 The length of each shall be as ordered by the Engineer-in-charge:
3.1.5:- PROPORTION AND PRECASTING :
The pipes shall be cast in porous concrete of proportion 1:4 (cement :
aggregate) the porosity and permeability of the pipes shall be as directed by the
Engineer-in-charge. The pipe shall be subject to approval prior to insTallation. The
maximum, size of well graded aggregate to be used will be 20 mm.
3.1.6 :- CARE TO BE TAKEN TO AVOID CLOGGING OF PIPES ETC :
Care shall be taken to avoid clogging of the pipes during progress of work.
Should any pipes become clogged or obstructed from any cause before final
acceptances of the work, it shall be cleaned out in a manner approved by the
Engineer-in-charge. No. porous which has been damaged shall be used in the work.
3.1.7:- MODE OF MEASUREMENT AND PAYMENT :
Mode of measurement shall be on running meter basis. The rate includes its
cost and fixing with necessary connections for the completed item of work.

4.1 PROVIDING AND FIXING G .1. PIPES RAILING :


4.1.1 GENERAL :
The item refers to the provision of mild steel angle. I or T section posts and
G.I. pipe railing as shown in the working drawings.
4.1.2 MATERIAL :
1) Mild Steel Angles. I or T as per the item shall be of sizes shown on
planes.
2) Anchor bolts, nuts and check nuts to be as per I.S.No.1149-1964 and of
the shape and size shown in the drawinsg or as ordered by the Engineer-
in-charge .
3) Galvanized iron pipes of the diameter as shown in the drawings with
couplings shall be of the standard type. The diameter shall be the inside
bore diameter.
4.1.3 CONSTRUCTION :
The railing shall be constructed as per the detailed drawings.
The angle iron, I or T section shall be fixed to the projecting anchor bolts
which shall be placed in accurate position at the time of concreting of the slab and
or kerb and fastened securely by means of nuts and check nuts. Three rows of G.I
pipes with coupling shall then be fixed on each side to lines, levels and curves as
directed by the Engineer and passing through the holes cut in the angle, I or T . It

Signature of Contractor No. Of Corrections Executive Engineer,


236

should not be possible to remove the pipes easily. All ragged edges of posts shall be
smoothened by filling. The pipes & posts shall then be painted with one coat of red
lead and two coats of approved shade good oil paint.
4.1.4 ITEM TO INCLUDE :
1) Providing and fixing angles, I or T, as mentioned in the item bolts, nuts
galvanized iron pipes with coupling including painting.
2) All labour, materials, accessories, use of equipment, tools, plant,
scaffolding etc. necessary for the completion of the item satisfactorily.
4.1.5 MODE OF MEASUREMENT & PAYMENT :
The contract rate shall be for one meter length of the railing completed. The
railing shall be measured between the inside of the end pillars over the abutments .

5.1: PROVIDING AND FIXING GUARD STONES

5.1.1: SCOPE

The item includes all tools, plants, labour and materials required for
preparing transporting painting of guard stone of size 2010 x 2010 x 750 mm. and
performing all the functions necessary and ancillary thereto.

5.1.2: MATERIALS

The stone shall be of the specified type of the stone and of the standard size
and shape. The portions of the stones exposed above the ground shall be rough
tooled as directed. The stones shall be embedded in 1:4:8 cement concrete up to 0.3
mete/ below the ground. The exposed part of the stone shall be given two coats of
white wash & if necessary suitable words and figures painted on it are as directed
by the Engineer-in-charge. Any excavation necessary for fixing of the guard stone
and laying of the cement concrete bedding shall be done by the contractor at his
cost.

5.1.3: MODE OF MEASUREMENT AND PAYMENT

Contract rate shall be for one guard stone fixing in position as mentioned
here in before. The measurement shall be for the number of guard stones fixed in
position.

5.1.4 : Painting to Gauge Plates: - Painting to Gauge Plates in stilling basin and
body should be as specified by the Engineer-in-charge.

5.1.5 Mode of Payment: - Mode of Payment shall be made on square meter basis.

Signature of Contractor No. Of Corrections Executive Engineer,


237

SECTION - XVI
RULES FOR BLASTING OPERATIONS

GENERAL

1) The contractor shall acquaint himself with all applicable laws and regulation
concerning storing, handling and the use of explosives. All such laws,
regulations and rules etc., as are current from time to time shall be binding
upon the contractor.

2) The provisions detailed in these rules are supplementary to the above laws,
rules and regulations etc., and are applicable except where the conflict with
the above mentioned laws etc. from time to time. Further the engineer-in-
charge may issue modifications, alterations or new instructions from time to
time. The contractor shall comply without the same being made a cause for
any claims.

MATERIALS

3) All materials explosives, detonators, fuses, tamping materials etc., that as


proposed to be used in the blasting operations, shall have the prior approval of
the engineer-in-charge.

4) Black powder and safe explosives (as commonly current in India) shall be
used wherever possible. Explosives with Nitroglycerin shall only be under
exceptional circumstances and where the above explosives are not effective.

5) The use of fuse with only one protective coat is prohibited. The fuse shall be
sufficiently water resistant to be unaffected when immersed in water for thirty
minutes. The rate of burning of the fuse shall be uniform and less than 4
second per 2.5 cms of length with 10% tolerance on either side.

Before use, the fuse shall be inspected and the moist, damaged or broken ones
discarded. The rate of burning of all types of fuses, or when they have been in
stock for long, shall be tested before use.

6) The detonators used shall be capable of giving effective blasting of the


explosives. Moist or damaged shall be discarded.

PERSONNEL

7) Excavation by blasting will be permitted only under person’s supervision of


competent and licensed and trained workmen.

Signature of Contractor No. Of Corrections Executive Engineer,


238

8) All supervisors’ ad workmen in charge of making up, handling storage and


blasting work, shall be adequately insured by the contractor.

9) The storage shall be in charge of a very reliable person approved by the


engineer-in-charge, who may, if necessary, cause police enquiry being made
as to his reliability, antecedents, etc. The contractor shall have to produce a
security for the person in charge of explosives if and as required by the
engineer-in-charge or the civil authorities of the District.

10) The contractor shall make sure that his supervisors and workmen are fully
conversant with all the rules to be observed in storing, handling and use of
explosives. It shall be assured that the supervisor in charge is thoroughly
acquainted with all the details of the handling of the blasting operations.

STORAGE OF EXPLOSIVES

11) The contractor shall build a magazine, for storing the explosives. The site of
the magazine its capacity and design shall be subjected to approval by the
engineer-in-charge and the inspector of explosives before the construction is
taken up as a rule, the explosives should be stored in a clean, dry, well
ventilated, bullet proof and fire proof building on the isolated site.

12) The explosives, detonators and fuses shall each to be separately stored.

13) A careful and day to day account of the use of explosives shall be kept by the
contractor in an approval register and in an approved manner. The register
shall be produced by the contractor for the inspection of the engineer-in-
charge when so required by the latter, the engineer-in-charge may also pay a
surprise visit to the storage magazine in case of any unaccountable storage of
the explosives or if the account is not found to have been maintained in a
manner prescribed by the engineer-in-charge, the contractor shall be liable to
be penalized with forfeiture of the security deposit lodged by him with the
government of his tender shall be cancelled in which case he shall not be
entitled to any compensation for the losses etc. The action taken under this
clause shall be in addition to that which might be taken by the competent civil
authorities in a court of law.

14) The magazine shall at all times, be kept scrupulously clean.

15) No unauthorized person shall at any time, be admitted inside the magazine.

16) The magazine shall, when not in use of authorized person, be kept well and
securely locked.

Signature of Contractor No. Of Corrections Executive Engineer,


239

17) The magazine shall on no account be opened during or in the approach of


thunderstorm and no person shall remain in the vicinity of the magazine
during such period.

18) Magazine shoes without nail shall at all time be kept in the magazine and
wooden tub or cement tub about 30 cm high and 45 cm in diameter, filled with
water shall be fixed near the door of the magazine.

Person entering the magazine must put on the magazine shoes which shall be
provided by the contractor for the purpose and be careful.

i. Not to put their feet on the clean floor unless they have the magazine
shoes on.

ii. Not to allow the magazine shoes to touch the ground outside the clean
floor.

iii. Not to allow any dirt or grits to fall on the clean floor.

19) Person with bare feet, shall before entering the magazine, dip their feet in
water and then step direct from the tub over the barrier (if there be one) on the
clean floor.

20) A brush or boom shall be kept in the lobby of the magazine, for clearing out
the magazine on each occasion it is opened for the receipt, delivery or
inspection of explosives.

21) No matches or inflammable material shall be allowed in the magazine, lights


shall be obtained from an electric storage battery lantern.

22) No person having article of steel or iron on him shall be allowed to enter the
magazine.

23) Workmen shall be examined before they enter the magazine to see that they
have none of the prohibited articles on their person.

24) Oil cotton rages, waste articles liable to spontaneous ignition shall not be
allowed inside the magazine.

25) No tools or implements other than those of copper, brass, gunmetal or wood
shall be allowed inside the magazine. All tools shall be used with extreme
gentleness and care.

26) Boxes of explosives shall not be thrown down or dragged along the floor and
shall be stacked on wooden trestles. Where there are white ants the legs of the

Signature of Contractor No. Of Corrections Executive Engineer,


240

trestles should rest on shallow copper lead or brass bowls, containing water.
Open boxes of dynamite shall never be exposed to the direct rays of the sun.

27) Empty boxes of loose packing material shall not be kept inside the magazine.

28) The magazine shall have a lightening contractor which shall be got tested at
least once a year by an officer authorized by the engineer-in-charge, the
testing fee shall be charged on the contractor which will be Rs. 20/- for each
inspection. The contractor shall within 15 days comply with all the
recommendations made by the officer testing the lightening conductor failing
which, the engineer-in-charge shall be entitled to comply with the same at the
contractor’s expense which shall not be open to question or may consider any
action that he may consider fit.

29) A notice shall be hung near the store prohibiting entrance of unauthorized
persons.

30) The following shall be hung in the Lobby of magazine.


a) A copy of the rules both in English and in the languages which the
workers concerned are familiar with.

b) A statement showing the up to date stock in the magazine.

c) A certificate showing the last date of testing the lightening conductor.

d) A notice that smoking is strictly prohibited.

31) The magazine will be inspected at least twice a year by the officer or engineer-
in-charge who will see that all the rules are strictly complied with. He will
notify all omissions etc., to the contractor, who shall rectify the defect within a
period of 15 days from the date of receipt of the suitable notice failing which,
the engineer-in-charge may take whatever action be considers fit.

USE OF EXPLOSIVES

32) For the transport of the explosives and detonators between the store and the
site closed and strong container made of soft material such as timber, zinc,
copper, leather and the like shall be used.

33) Explosives and detonators shall be carried in separate boxes and transported
separately for the conveyance of primers special containers shall be used.

34) Boxes and containers used shall be kept well closed.

35) Explosives shall be stored and used chronologically to ensure the one,
received being used first.

Signature of Contractor No. Of Corrections Executive Engineer,


241

36) A make up house shall be provided at each working place in which made up
by an experienced man as required. The make up house shall be separated
from magazine building. Only electric storage battery lamps shall be used in
this house.

37) No smoking shall be allowed in the make up house.

DISPOSAL OF DETERIORATED EXPLOSIVES

38) All deteriorated explosives shall be disposed of in approved manner. The


work of the deteriorated explosives to be disposed of shall be intimated to the
engineer-in-charge prior to its disposal.

PREPARATION OF PRIMERS

39) The primers shall not to be prepared near open flames or fires. The work of
preparation of primers shall always he entrusted to same persons. Primers
shall be used as soon possible after they are ready.

CHARGING OF HOLES

40) The work of charging shall not commence before all the drilling work at the
site is completed and the supervisor has satisfied himself to that effect by
actual inspection.

41) While charging open lamps shall be kept away. For charging with powdered
explosives naked flames shall not be allowed.

42) Only wooden tamping rods, without any kind of metal on them shall be
allowed to be used.

43) Bore holes must be of such size that the cartridges can easily pass down them.

44) Only one cartridge shall be inserted at a time and gently pressed home with
the tamping rod. The sand, clay or other tamping material used for filling the
hole completely shall not be tamped too hard.

BLASTING

45) Blasting shall be carried out during fixed hours of the day which shall have
the approval of the engineer-in-charge. The Blasting hours once fixed shall
not be altered without prior written approval of the engineer-in-charge.

46) The site of blasting operations shall be prominently demarcated by red danger
flags. The order of fire shall be given only by the supervisor in charge of the

Signature of Contractor No. Of Corrections Executive Engineer,


242

work and this order shall be given only after giving the warning to leave their
work immediately at the first warning signal and to make for safe shelter and
not leave the shelter until the clear signal has been given.

47) A bugle with a distinctive note shall be used to give the warning signals. The
bugle shall not be used for any other purpose. All the labour shall be made
acquainted with the sound of the bugle and shall be strictly warned to leave
their work immediately at the first warning signal and to make for safe shelter
and not leave the shelter until the clear signal has been given.

48) All the roads and foot paths leading to the blasting area shall be watched.

49) In special cases suitable extra precautions shall be taken. The engineer-in-
charge may however, permit blasting for underground excavation without
restriction of fixed time provided that he is satisfied that proper precautions
are taken to give sufficient warning to all concerned and that the work of other
agencies on the site is not unduly hampered.

50) For lighting the fuses, a lamp with a strong flames such as carbide lamp shall
be used.

51) The supervisor shall watch the time required for firing the fuses and shall see
that all the workmen are under safe shelters in good time.

ELECTRICAL FIRING

52) Only the supervisor-in-charge shall keep key of the firing apparatus and he
shall keep it always with himself.

53) Special apparatus shall be used as a source of current of the blasting


operations. Power line not to be tapped for the purpose.

54) All the detonators shall be checked before use.

55) For blasts in one series detonators of the same manufacture and of the same
group of electrical resistance shall be used.

56) Such of the electrical lines as could constitute danger for work of charging
shall be removed from the site.

57) The firing cable shall have a proper insulting over so as to avoided short
circuiting due to contract with water, metallic part of rock.

58) The use of the earth as return line shall not be permitted.

Signature of Contractor No. Of Corrections Executive Engineer,


243

59) The firing cable shall be connected to the source of current only after
ascertaining that nobody is in the area of blasting.

60) Before firing the circuit shall be checked by a suitable apparatus.

61) After firing whether with or without an actual blast the contact between firing
cable and the source of current shall be cut off before any persons are allowed
to leave the shelters.

62) During storms charging with electrical detonators shall be suspended. The
charges already placed into the holes shall be blasted as quickly as possible
after taking all safety precautions and giving necessary warning signals. If this
is not possible the sight shall be abandoned till the storm has passed.

PRECAUTIONS AFTER BLAST AND MIS-FIRES

63) If it is suspected that part of the blast has failed to fire or is delayed, sufficient
time shall be allowed to elapse before entering the danger zone. When fuses
and blasting caps are used a safe time should be allowed and then the
supervisor alone shall leave the shelter to see the misfire.

64) Drilling near the hole that has misfired shall not be permitted until one of the
two following operations have been carried out by the supervisor.
i) The Supervisor should very carefully (when the tamping is of damp clay)
extract the tamping with a wooden scraper or jet of water or compressed
air (using a pipe of soft material) withdraws the fuse with the primer and
detonator attached. A fresh primer and detonator with fuse shall then be
placed in this hole and fire.
ii) The Supervisor shall get one foot of the tamping cleared off and indicate
the direction by placing stick in the hole. Another hole may then be
drilled at 230 mm away and parallel to this hole, should then be charged
and fired. The balance of the cartridges and detonators found in the rock
be removed.

65) Before leaving his work, the supervisor should inform the supervisor of the
relieving shift of any action of misfire and shall point out the position with a
red cross denoting the same and also state what step, if any he has taken in the
matter.

66) The supervisor shall at once report to the office all cases of misfire, the cause
of the misfire, the steps taken in connection therewith.

67) The name of the supervisor in charge of day or night shift maybe noted daily
in the contractor’s office.

Signature of Contractor No. Of Corrections Executive Engineer,


244

68) If misfire has been found to be due to defective detonator or dynamite the
whole quantity of box from which the defective article was taken must be
returned to the authority as may be directed by the engineer-in-charge for
inspection to ascertain whether the whole box contains defective material.

69) Redrilling the holes that have misfired either wholly or partly shall not be
permitted.

70) Precautions after blasting:- After the blast, the supervisor shall carefully
inspect the work and satisfy himself that all the charges have exploded.

71) After the blast has taken place in underground works, the workmen shall not
be allowed to face till all the toxic gases are evacuated from the face.

Signature of Contractor No. Of Corrections Executive Engineer,


245

SECTION - XVII
SPECIAL CONDITIONS FOR THE MATERIAL TO BE BROUGHT
BY THE CONTRACTOR

All the material, such as cement, steel, etc., brought by the contractor for the work
shall be reported to the engineer-in-charge only, furnishing the necessary test report
from laboratory / factory.

Cement shall be of 43 grade from L & T / Manikgarh / ACC only confirming to IS


8112 of 1989 and the concrete strength to confirm as per IS 456 of 1978.

The steel supplied by the contractor shall be entirely HYSD bars and confirm to IS
432 (part One) of 1966, and 1139 of 1966 and IS 1786 of 1976 amended from time
to time.

Required quantity of explosives shall be brought by the contractor from the


government authorised department. Documents of such purchases shall be
furnished to the engineer-in-charge only. Secured magazine to be kept on work-site
for all blasting operations.

The structural steel to confirm IS revision 800 of 1962 thereof and subsequent.

The member of construction committee shall be offered full access to the site at all
times to monitor the progress of the work and the quality control activities and
concerns expressed by the construction committee to the site engineer either
verbally or in writing shall investigated immediately by the site engineer and he
shall take the appropriate action.

Signature of Contractor No. Of Corrections Executive Engineer,


246

SECTION - XVIII

ROYALTIES
The contractor shall arrange for the materials from approved quarries. It is
necessary for the contractor to obtain permission from Revenue Authorities or other
relevant authorities before removing the materials. If the government desired to
acquire quarry for the use of Government work, it would be so acquired, and the
contractor would be required to pay the royalties as per the Government
procedures. The contractor shall abide by the procedure regarding royalty for
materials.

The amount of royalty is included in the items of Schedule-B of the Tender. The
amount of royalty shall be deducted from R.A. Bill as per the prevailing rates of
royalty charges and will be released only after producing the documentary evidence
of payment of Royalty Charges paid to concern Revenue Authority. If the
contractor fails to produce the documentary evidence of payment of Royalty
Charges, the amount of Royalty deducted from R.A. Bills shall be directly paid to
the concerned Revenue Authority.

Signature of Contractor No. Of Corrections Executive Engineer,


247

VOLUME - III
DRAWINGS

Signature of Contractor No. Of Corrections Executive Engineer,


248

Signature of Contractor No. Of Corrections Executive Engineer,


249

Signature of Contractor No. Of Corrections Executive Engineer,


250

Signature of Contractor No. Of Corrections Executive Engineer,


251

Signature of Contractor No. Of Corrections Executive Engineer,

You might also like