1
Contractor Dy.Executive Engineer Executive Engineer
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
PUBLIC WORKS REGION, AMRAVATI
PUBLIC WORKS CIRCLE, YAVATMAL
PUBLIC WORKS DIVISION, PANDHARKAWDA
STANDARD BIDDING DOCUMENT
PROCUREMENT OF
CIVIL WORKS
ITEM RATE TENDER
PART-I : COMPLETE BIDDING DOCUMENT
NAME OF WORK : CONSTRUCTION OF COURT BUILDING AT PANDHARKAWDA, TQ.
KELAPUR DISTT. YAVATMAL
BID VALUE :- Rs. 15,24,53,984/-
Bid Security (E.M.D.)VALUE :- Rs. 7,63,000/-
E-Tender Notice No. 18 / 2018-19 Work No.01 E-Tender No. 79667
Tender I D No. 2018 ...............
2
Contractor Dy.Executive Engineer Executive Engineer
3
Contractor Dy.Executive Engineer Executive Engineer
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT PROJECT
AGREEMENT NO---------------
Name of work : CONSTRUCTION OF COURT BUILDING AT PANDHARKAWDA, TQ. KELAPUR DISTT. YAVATMAL
Period of download of bidding
document online
: As per e-tender schedule uploaded on e-portal
http://pwd.maharashtra.etenders.in
Time and date of pre-bid conference : As per e-tender schedule uploaded on e-portal
http://pwd.maharashtra.etenders.in
Last date and time for receipt of online
bids (bid due date)
: As per e-tender schedule uploaded on e-portal
http://pwd.maharashtra.etenders.in
Date & time of submission of bid
security and cost of tender fee
document in original
As per e-tender schedule uploaded on e-portal
http://pwd.maharashtra.etenders.in
Time, date of opening technical bids : As per e-tender schedule uploaded on e-portal
http://pwd.maharashtra.etenders.in
Time, date of opening financial bids : As per e-tender schedule uploaded on e-portal
http://pwd.maharashtra.etenders.in
Place of opening of technical bids As per e-tender schedule uploaded on e-portal
http://pwd.maharashtra.etenders.in
Officer inviting bids Executive Engineer ,
Public Works Division Pandharkawda
4
Contractor Dy.Executive Engineer Executive Engineer
INVITATIONS FOR BIDS (IFB)
5
Contractor Dy.Executive Engineer Executive Engineer
�� .���.���� ���� �� �� � .����� -2017/�.�.8/������ -2 � ���! 12 ���" ,2017 �$% -1
�ह���'( ���� !���!��� )������
����*��! ���+!�� ���� $��,�!�-� ���./ !��0"�,
$1� :- ����*��! ���+!�� $����, $��,�!�-� 3-�/" $1� :- [email protected] A�B���/CDE� ����!:- � ������ ��� �. 18 / SBD / �� 2018-19 !���!��� )������, ����*��! ���+!�� ���� $��,�!�-� ���./ ��C� � �ह���'( �����F�� ����*��! ���+!�� G�H��!-A� _________ �0��" �J �!K � !� %�� ����!-A�/)�J �!K � !� %�� ����!-A� G�"�" !���!���� �-2, (M��� �/� ���� �) ��OP����" ���� � 3-���� � � �"�Q��/ (R�"�3�) ���� � ����� Mह/�. ���� � !� $% �����F�� ��!/ �STU��� http:// pwd.maharashtra.etenders.in �/�A� -�Y�"Z- !�[��� ����. ��/. ���� � \S�!��[��.� )T�� ��!��[��.� )�+!�� !���!��� )������ ����*��! ���+!�� ���� $��,�!�-� ����� ��GA� ]/�"� Mह/. )� )�"/"� ���� � \S�!��"� *� �� ��ह�. !���./ ��� :- CONSTRUCTION OF COURT BUILDING AT PANDHARKAWDA, TQ.
KELAPUR DISTT. YAVATMAL )� ��*� ^!�� :- ���� 15,24,53,984/- 3-���� � _$"`+ !�"��+� :- As per e-tender schedule uploaded on e-portal http://pwd.maharashtra.etenders.in
���� �$A�� �a]! :- ��. 23.10.2018 �a]!�./ �]!� :- !� "�#�$%�, ���&'��( ��$)(� *����+( ��#�,, )������ ��- :- 2.00 ��'%� 3-���� � _घ- / :- As per e-tender schedule uploaded on e-portal http://pwd.maharashtra.etenders.in ]�!� :- ")/0( "�#�$%�, ���&'��( ��$)(� $1- ��% �- ���./ !��0"� G�"�" ��!/ �STU��� 3-���� �.� ��� ���ह�� _$"`+ Mह/. 1. http://mahapwd.com 2. http:// pwd.maharashtra.etenders.in (� � ���� /�A.�/�B�/ !�ह� � " हZ� )�c��� ���" �/���3����� !U��[��� �/3".) 3. !���!��� )������, ���&'��( ��$)(� ��#�, $��,�!�-� !��0"����" �A.�� C"! �@� -������ A�� ������ �B�% "ह&%� D��E��% Fल/ Fह�. (Post qualification criteria ) *�.� 4576 /���"/� . 27.09.2018 !���!��� )������ ���./ !��0"�, ���&'��( ��$)(� ��#�, $��,�!�-� (��&(�O/ "�#�$%�, ���&'��( ��$)(� ��#�, $��,�!�-�
6
Contractor Dy.Executive Engineer Executive Engineer
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
PUBLIC WORKS REGION AMRAVATI
PUBLIC WORKS CIRCLE, YAVATMAL
PUBLIC WORKS DIVISON, PANDHARKAWDA
INVITATIONS FOR BIDS (IFB)
NATIONAL COMPETITIVE BIDDING
The Executive Engineer, PUBLIC WORKS DIVISON, PANDHARKAWDA
invites online bids for the construction of work detailed in the table.
TABLE
Sr.
No.
Name of Work Approximate
value of work
( Rs. )
Bid
Security
( Rs.)
Cost of
docum
ents
( Rs.)
Period of
Completion
1 3 4 5 6 7
01 CONSTRUCTION OF COURT
BUILDING AT
PANDHARKAWDA, TQ.
KELAPUR DISTT.
YAVATMAL
15,24,53,984/- 7,63,000/- 5,700/- 24 (Twenty
Four) Calendar
months
including
monsoon.
1. The Tender can be downloaded as per e-tendering schedule up to …..am/pm of –
dated……, on payment of a non – refundable fee of Rs.5700/- (Rupees Five Thousands
Seven Hundred only) online via NEFT/RTGS payment gateway mode only at the time
of download of the Tender.
2. The Proposals must be submitted online at the e – tender portal of the Public Works Department, Government of Maharashtra i.e. www.mahatenders.gov.in on or before as
per e-tendering schedule
3. Before submitting the proposal, the bidders shall mandatorily register and enlist
themselves (the firm and all key personnel), on www.mahatenders.gov.in. Further, the
bidders shall follow the operating procedure as may be prescribed on the said website.
Sr.No Approximate value of work Bid Security
1 Upto Rs.20 Crore 2% (Subject to a maximum of
Rs.30 Lakh)
2 Rs.20 Crore to Rs.50 Crore 1.50% (Subject to a maximum of
Rs.50 Lakh)
3 Above Rs.50 Crore 1%
Note:- Bid security will be fixed sum rounded off to the nearest ten thousand
rupees. Note :- Bid Security / Performance Security / Additional Performance Security shall be
submitted from the Tenderer's Bank Account only, otherwise the tender / agreement will be
liable for rejection at any stage.
7
Contractor Dy.Executive Engineer Executive Engineer
SECTION 1 – INSTRUCTIONS TO BIDDERS (ITB)
Table of Clauses
Page No. Page No.
A. General D. Submission of Bids
1. Scope of Bid 19. Sealing and Marking of Bids
2. Sources of Funds
20. Deadline for Submission of Bids
3. Eligible Bidders
21. Late Bids
4. Qualification of the Bidder
22. Modification and Withdrawal of
Bids
5. One Bid per Bidder
6. Cost of Bidding
7. Site Visit
E. Bid Opening and Evaluation
23. Bid Opening
B. Bidding Documents 24. Process to be Confidential
8. Content of Bidding
Documents
25. Clarification of Financial Bids
26. Examination of Bids and
Determination of Responsiveness
9. Clarification of Bidding
Documents
27. Correction of Errors
10. Amendment of Bidding
Documents
28. Deleted
29. Evaluation and Comparison of
Financial Bids
C. Preparation of Bids 30. Deleted
11. Language of Bid
F. Award of Contract
12. Documents Comprising the Bid
31. Award Criteria
13. Bid Prices
32. Employer’s Right to Accept any
Bid and to Reject any or all Bids
14. Currencies of Bid and Payment
15 Bid Validity
33. Notification of Award and Signing
of Agreement
16 Bid Security
17. Alternative Proposals by
Bidders
34. Performance Security / Additional
Performance Security
35. Advance Payment and Security
18. Format and Signing of Bid
36. Dispute Review Expert
37. Corrupt or Fraudulent Practices
8
Contractor Dy.Executive Engineer Executive Engineer
A. GENERAL
1. Scope of Bid
1.1 The Employer (named in Appendix to ITB) invites bids for the constructions of works (as defined in
these documents and referred to as “the works”) detailed in the table given in IFB. The bidders may
submit bids for any or all of the works detailed in the table given in IFB.
1.2 The successful bidder will be expected to complete the works by the intended completion date
specified in the Contract data.
1.3 Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives
(bidder/tenderer, bid/tender, bidding/tendering etc.) are synonymous.
2. Sources of Funds
2.1 The expenditure on this project will be met from the budget of Govt. of Maharashtra.
3. Eligible Bidders
3.1 This invitation for Bids is open to all bidders.
3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that
the Bidder is neither associated, nor has been associated, directly or indirectly, with the Consultant
or any other entity that has prepared the design, specification, and other documents for the Project or
being proposed as Project Manager for the Contract. A firm that has been engaged by the Employer
to provide consulting services for the preparation of supervision of the works, and any of its
affiliates, shall not be eligible to bid.
4. Qualification of the Bidder
4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary
description of the proposed work method and schedule, including drawings and charts, as necessary.
The proposed methodology should include programme of construction backed with equipment
planning and deployment duly supported with broad calculations and quality assurance procedures
proposed to be adopted justifying their capability of execution and completion of work as per
technical specifications, within stipulated period of completion.
4.2 All bidders shall include the following information and documents with their bids in Section 2.
(a) Copies of original documents defining the constitution or legal status, place of registration
under partnership or companies Act and principal place of business, written power of attorney
of the signatory of the Bid to commit the Bidder ;
(b) Total monetary value of construction work performed for each of the last Five years ;
(c) Experience in works of a similar nature and size for each of the last Five years and details
of works underway or contractually committed and clients who may be contacted for
further information on those contracts ;
(d) Major items of construction equipment proposed to carry out the Contract.
(e) Qualifications and experience of key site management and technical personnel proposed for
contract;
(f) Reports on the financial standing of the Bidder, such as profit and loss statements and
auditor’s reports for the past Five years ;
(g) Evidence of access to line(s) of credit and availability of other financial resources facilities
(10% of contract value) certified by the Bankers. (Not more than 3 months old)(To be
deleted for works costing less than Rs. 5 Crores);
(h) Undertaking that the bidder will be able to invest a minimum cash upto 25% of contract
value of work during implementation of work ;
(i) Authority to seek references from the Bidder’s bankers ;
(j) Information regarding any litigation, current or during the last Five years, in which the
Bidder is involved, the parties cocerned and disputed amount ;
(k) Proposals for subcontracting components of the Works amounting to more than 10 percent
of the Bid Price (for each, the qualifications and experience of the identified sub contractor
in the relevant field should be annexed); and
9
Contractor Dy.Executive Engineer Executive Engineer
(l) The proposed methodology and programme of construction, backed with equipment
planning and deployment, duly supported with broad calculations and quality control
procedures proposed to be adopted, justifying their capability of execution and completion
of the work as per technical specifications within the stipulated period of completion as per
milestones.(To be deleted for works less than Rs.1.50 Crore)(to be made applicable for
works over Rs.1.50 Crore).
4.3 Bids from Joint ventures are acceptable
Joint Venture :- The copy of Pre Registered consortiums issued by Registrar Firm or or
Acknowledgement of the submission of the Notarized Joint Venture Deed to the office of Registrar
of Firms for registration shall be enclosed with the tender in Envelope No. 1. The copy of
Registration of J. V. shall be submitted prior to the work order, otherwise Earnest Money of
concerned J. V. will be forfeited to the Govt. & work order will not be awarded.
(1) Two or more contractors combine and tender for a work costing to the amounts upto
which each individual contractor or the higher of two limits if they are of different categories are
empowered to tender.
The combination is of the contractor as a whole and not individual partners and.
(i) They draw a registered partnership deed and submit a copy thereof to the authority at the
time of purchase of the tender forms. Whenever the advantage of such combination of two or more
contractors is to be taken for quoting for a work, the registered partnership deed should be
irrevocable till the completion of work for which they have combined and till all the liabilities there
of are liquidated. The share of contractor of higher financial capacity should not be less than 51%
Further, the percentage share of the contractor of the lower financial capacity in such a partnership /
combination should not be less than 30%.
For financial capacity, Average Annual Turn Over C. A. Certificate of last five years shall
be considered.
The lead partners shall meet not less than 51% of all qualifying criteria like annual
turnover, single work, execution quantities and Bid capacity etc. The Joint Venture must collectively
satisfy 100% criteria of qualifying criteria above. The experience of the other Joint partner shall be
considered only if it is not less than 30% of the qualifying criteria as mentioned in the qualifying
criteria like Annual Turn Over, Single Work, Execution of Quantities, Bid Capacity etc.
(ii) Grouping of quantities of items, plant and machineries of individual contractors
executing joint venture will be considered.
(2) Bid Security, Additional Performance security in individual capacity of lead partner will
be accepted in case of joint venture. Security Deposit in form of Bank guarantees'/FDR issued in the
name of Joint Venture Company drawn by the Schedule Bank having branches in Maharashtra and
endorsed in the name of concerned Executive Engineer, for a period of one year only be considered.
4.4A. To qualify for award of the contract, each bidder in its name should have in the last Five
years as referred to in Appendix.
(a) Achieved a minimum annual financial turnover (in all classes of civil engineering construction
works only) of Rs. 571.70 Lakhs in any one year during last Five years (i.e. 2013-14, 2014-15,
2015-16, 2016-17, 2017-18) at price level 2018-19 (usually not less than 75 % of the annual cost of
the project under the contract); (Amount also indicated in Appendix)
(b) Satisfactorily completed (not less than 50% of contract value), during the last Five years (i.e 2013-
14, 2014-15, 2015-16, 2016-17, 2017-18) as a prime contractor (or as a nominated subcontractor,
where the subcontract involved execution of "all main items of work described in the bid document,
provided further that all other qualification criteria are satisfied) at least one similar work not less
than value of Rs. 457.36Lakhs (Amount also indicated in Appendix) (usually not less than 30% of
estimated value of contract);
(c) Executed in anyone year, during the last Five years (i.e. 2013-14, 2014-15, 2015-16, 2016-17, 2017-
18) the minimum quantities of the following items of work. (Amount also indicated in Appendix)
1) Excavation - 3021.00 cum
2) C.C.M-20 & above - 1347.00 Cum
3) Brick masonry - 610.00 Cum
4) TMT FE 500 - 150.00 M.T.
5) Plastering - 6250.00 sqm
6) Flooring - 3108.00 sqm
10
Contractor Dy.Executive Engineer Executive Engineer
(Usually 30% of the expected peak rate of construction)
(d) The contractor or his identified sub-contractor should possess required valid electrical
license for executing the building electrification works upto Rs.15 lakh and should
have executed similar electrical works for a minimum amount as indicated in
Appendix in anyone year. (Delete if not applicable)
(e) The contractor or his identified sub-contractor should possess required valid license
for executing the water supply/sanitary engineering works upto Rs.7.5 lakh and
should have executed similar water supply/sanitary engineering works for a minimum
amount as indicated in Appendix in anyone year. (Delete if not applicable)
For (a) above, the tenderer shall provide authenticated proof of information given
therein. This shall include a certificate from the Chartered Accountant.
For (b) and (c) above, the criteria mentioned is for works carried out in Govt./
Semi Govt. Bodies such as MHADA,MSEDCL,MIDC,CIDCO.
For other than Govt./ Semi Govt.works the criteria of amount of Single Similar
Work and Quantities above shall be doubled of the mentioned above.
Certificates are required to be obtained from the officers not below the rank of the Executive
Engineer (for works carried out in Govt./ Semi Govt. Bodies such as
MHADA,MSEDCL,MIDC,CIDCO) or equivalent competent authority in case of local
bodies.
In case of other than Govt./Semi Govt./PSU's/Autonomous Bodies etc. certificates are
required to be obtained from Director /CEO/ or Office in Charge of Project or equivalent.
11
Contractor Dy.Executive Engineer Executive Engineer
ANNEXURE-I
List of Key Plant &Equipment to be deployed on Contract Work
[Reference Cl. 4.5 (B) (a)]
4.4 B (a) Each bidder should further demonstrate:
Availability (either owned or leased or by procurement against mobilization
advances) of the following key and critical equipment for this work:
Sr
No.
Name of the equipment Quantity Own / Hire /
Lease/Undertaking
1 Reversible Drum Type Concrete Mixer having Minimum Capacity 7-9
cum per hour with integral weigh batcher and computerized control with
automated water dispensing arrangement of any standard company with
SCADA arrangement /RM-800/RM-1050/ Ready Mix batching Plant
1 Own
2
3
Plate Vibrator
Needle Vibrator
1
2
Own/Hire
Own/Hire
4 Vibratory Roller 1 Own/Hire
5 Water Tanker 1 Own/Hire
6 Sand Screening cum Washing Unit of minimum 4 - 6 cum / hr
capacity.
1 Own/Hire
1. For effective execution of work the machinery as mentioned at Sr. No.1 above must be
owned by the tenderer.
2. The tenderer who already has ownership of above stated at Sr. No.1 machinery shall
upload following scanned copies of the original documents in the Technical Bid.
i) Purchase Voucher, Receipts / ownership documents, Tax Invoice.
ii) Registered (Stamp Duty Paid)Sale Deed & Receipt of the Original owner, (If
purchased old machinery/ Second Sale).
3. The tenderers who do not have the ownership of above stated at Sr. No.1
machinery but intends to purchase then he shall upload following scanned copies of
the original documents in the Technical Bid.
i) The necessary "Firm Purchase Order" placed on reputed manufacturer with
payment not below 25% of the cost of the said plant / machinery along with
the Proforma Invoice.
ii) For machinery at Sr. No.1 only - the tenderer shall furnish Assured
Performance Security of Rs. 5.00 lakhs in the form of FDR/TDR in the
name of the said Executive Engineer, payable at his office headquarter for the
"Trial Run" and Commissioning of the machinery at Sr. No.1. Copies of the
Firm Order / Proforma Invoice /FDR/TDR shall be uploaded .
4. The tenderer shall submit an undertaking in Technical Bid, that he will make available
all the other required machinery like, Air Compressor/Excavator/Front End
Loaders/ Truck / Tippers etc. on the work site as and when required by the Engineer
Incharge.
5. The successful tenderer shall give trial run of machinery as mentioned at Sr. No.1
within 30 Days from the date of work order.
Note :- the tenderer who owns abovestated machinery as mentioned at Sr. No.1 of the required
capacity and such plant is located and installed within 25 kms. from the farthest point of the
work site and is in working condition then such tenderer need not to furnish Assured
Performance Security for the trial run and commissioning.
The bidders should, however, undertake their own studies and furnish with their bid, a
detailed construction planning and methodology supported with layout and necessary
drawings and calculations (detailed) as stated in clause 4.3 above to allow the employer to
review their proposals. The numbers, types and capacities of each plant/equipment shall be
shown in the proposals along with the cycle time for each operation for the given
production capacity to match the requirements.
12
Contractor Dy.Executive Engineer Executive Engineer
Reversible Drum Type Concrete Mixer having Minimum Capacity 7-9 cum per hour with
integral weigh batcher and computerized control with automated water dispensing arrangement
of any standard company with SCADA arrangement /RM-800/RM-1050/ Ready Mix batching
Plant
B. Each bidder should further demonstrate:
(a) availability (either owned or leased) of the following key and critical equipment for this work:
NOTE: (To be deleted for works upto Rs. 1.50Crore, above Rs. 1.50 Crore applicable )
Based on the studies, carried out by the Engineer the minimum suggested major equipment to attain
the completion of works in accordance with the prescribed construction schedule are shown in the
Annexure-I.
The bidders should, however, undertake their own studies and furnish with their bid, a detailed
construction planning and methodology supported with layout and necessary drawings and
calculations (detailed) as stated in clause 4.3 (1) above to allow the employer to review their
proposals. The numbers, types and capacities of each plant/equipment shall be shown in the
proposals along with the cycle time for each operation for the given production capacity to match the
requirements.
(b) availability for this work of personnel with adequate experience as required; as per Annexure-II.
(c) liquid assets and/or availability of credit facilities of no less than amount indicated in Appendix
(Credit lines / letter of credit / certificates from Banks for meeting the funds requirement etc. -
usually the equivalent of the estimated cash flow for 3 months in peak construction period.)(for
works above Rs.1.50 Crores)
C. To qualify for a package of contracts made up of this and other contracts for which bids are invited
in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the aggregate
of the qualifying criteria for the individual contracts.
4.5Sub-contractors' experience and resources shall not 'be taken into account in determining thebidder's
compliance with the qualifying criteria except to the extent stated in 4.5 (A) above.
4.6Bidders who meet the minimum qualification criteria will be qualified only iftheir availablebid
capacity is more than the total bid value. The available bid capacity will be calculated as under:
Assessed Available Bid capacity = ( A*N*2 - B )
where
A = Maximum value of civil engineering works executed in anyone year during the last Five
years (updated to the price level of the year indicated in Appendix) taking into account the
completed as well as works in progress.
N = Number of years prescribed for completion of the works for which bids are invited.
B = Value (updated to the price level of the year indicated in Appendix) of existing commitments
and on-going works to be completed during the next Two Year (24 Months) (period of
completion of the works for which bids are invited)
Note: The statements showing the value of existing commitments and on-going works as well
as the stipulated period of completion remaining for each of the works listed should be
countersigned by the Engineer in charge, not below the rank of an Executive Engineer
or equivalent.
13
Contractor Dy.Executive Engineer Executive Engineer
4.7 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they
have:
- made misleading or false representations in the forms, statements and attachments submitted in
proof of the qualification requirements; and/or
- record of poor performance such as abandoning the works, not properly completing the contract,
inordinate delaysin completion, litigation history, or financial failures etc.; and/or
- participated in the previous bidding for the same work and had quoted unreasonably high bid
prices and could not furnish rational justification to the employer.
5.0 One Bid per Bidder
5.1 Each bidder shall submit only one bid for one work. A bidder who submits or participates in more
than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or
requested) will cause all the proposals with the Bidder's participation to be disqualified.
6.0 Cost of Bidding
6.1. The bidder shall bear all costs associated with the preparation and submission of his Bid,and the
Employer will in no case be responsible and liable for those costs.
7.0 Site Visit
7.1. The Bidder, at the Bidder's own responsibility and risk is encouraged to visit and examine the Site
of Works and its surroundings and obtain all information that may be necessary for preparing the
Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall
be at the Bidder's own expense.
14
Contractor Dy.Executive Engineer Executive Engineer
B. BIDDING DOCUMENTS
8. Content of Bidding Documents
8.1 The set of bidding documents comprises the documents listed below and addenda issued in
accordance with Clause 10.
Section Particulars Volume No.
Invitation for Bids
I
1 Instruction to Bidders
2 Qualification information and other forms
3 Conditions of Contract
4 Contract Data
5 Technical Specification II
6 Form of Bid
III 7 Bill of Quantities
8 Securities and other forms
9 Drawings IV
10 Documents to be furnished by bidder V
8.2 One copy of each of the volumes I, II, III and IV will be issued to the bidder. Documents to be
furnished by the bidder in compliance to section 2 will be prepared by him and furnished as
Volume- V in two parts (refer clause 12).
8.3 The bidder is expected to examine carefully all instructions, conditions of contract, contract data,
forms, terms, technical specifications, bill of quantities, forms, Annexes and drawings in the Bid
Document. Failure to comply with the requirements of Bid Documents shall be at the bidder's own
risk. Pursuant to clause 26 hereof, bids which are not substantially responsive to the requirements of
the Bid Documents shall be rejected.
9. Clarification of Bidding Documents
9.1 A prospective bidders requiring any clarification of the bidding documents may notify the Employer
in writing or by Fax /email at the Employer’s address indicated in the invitation to bid before the
date and time of the pre-bid meeting specified in the Tender Schedule. The Employer will respond to
any request for clarification which he received, earlier than 3 days prior to the Bid due date. Copies
of the Employer's response will be uploaded in “edit attachment option” of concern tender on e-
tendering portal and viewable to all tenderer, including a description of the enquiry but without
identifying its source.
9.2 Pre-bid meeting
9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take
place at the address, venue, time and date as indicated in NIT.
9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter
that may be raised at that stage.
9.2.3 The bidder is requested to submit any questions in writing by fax or by e-mail to reach the
Employer well before the date & time of the pre-bid meeting.
9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the
source of enquiry) and the responses given will be transmitted by uploading on e-tender portal
without delay for information to all intended bidder. Any modifications of the bidding
documents listed in sub clause 8.1 which may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the issue of an Addendum
pursuant to clause 10 and not through the minutes of the pre-bid meeting.
15
Contractor Dy.Executive Engineer Executive Engineer
9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.
10. Amendment of Bidding Documents
10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by
issuing addenda. 10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in
writing or by fax or e-mail to all the purchasers of the bidding documents. Prospective bidders
shall acknowledge receipt of each addendum in writing or by fax or email to the Employer. The
Employer will assume no responsibility for postal delays. 10.3 To give prospective bidders reasonable time in which to take an addendum into account
inpreparing their bids, the Employer may, at his discretion, extend as necessary the deadline for
submission of bids, in accordance with Sub-Clause 20.2 below.
C. PREPARATION OF BIDS
11. Language of the Bid
11.1 All documents relating to the bid shall be in the English language.
12. Documents Comprising the Bid
12.1 The bid to be submitted by the bidder as Volume V of the bid document (refer Clause 8.1) shall
be in two separate parts:
Part I shall be named "Technical Bid" and shall comprise
(i) Bid Security in the form specified in section 8
(ii) Qualification Information and supporting documents as specified in Sect. 2.
(iii) Certificates, undertakings, affidavits as specified in Section 2.
(iv) Any other information pursuant to Clause 4.2 of these instructions.
(v) Undertaking that the bid shall remain valid for the period specified in Clause 15.1.
(vi) Acceptance/ non acceptance of Dispute Review Expert proposed in Clause 36.1.
Part II shall be named "Financial Bid" and shall comprise
(i) Form of Bid a specified in Section 6.
(ii) Priced Bill of Quantities for items specified in Section 7.
Each part will be separately sealed and marked in accordance with the Sealing and Marking
Instructions Clause 19.
12.2 The documents and details mentioned in clause 12.1 Part I above scanned copies of the original
documents shall be submitted online on website http://pwd.maharashtra.etenders.in. Details and
process of online submission of the tender and relevant documents are given in the website mentioned
above. The above mentioned documents to be submitted in Hard Copies in the manner as prescribed
below:
12.2 The bidder shall prepare two copies of the bid, marking them 'Original' and 'Copy' respectively.
12.3 Following documents, which are not submitted with the bid, will be deemed to be part of the
bid.
Section Particulars Volume No.
Invitation for Bids (IFB)
1 Instruction to Bidders
Volume I 3 Conditions of Contract
4 Contract Data
5 Specifications Volume II
6 Drawings Volume IV
16
Contractor Dy.Executive Engineer Executive Engineer
13 Bid Prices.
13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill
of Quantities submitted by the Bidder.
13.2 The bidder shall fill rates and prices and line item total (both in figures and words)for all items of
the Works described in the Bill of Quantities along with total bid price (both in figures and
words). Items for which no rate or price is entered by the bidder will not be paid for by the
Employer when executed and shall be deemed covered by the other rates and prices in the Bill of
Quantities. Corrections of any, shall be made by crossing out, initialing, dating and rewriting.
13.3 All duties, taxes and other levies payable by the contractor under the contract, or for any other
cause shall be included in the rates, prices and total Bid Price submitted by the Bidder.
13.4* The rates and prices quoted by the bidder shall be fixed for the duration of the Contract and shall
not be subject to adjustment on any account (For contracts up to 12 months period).
OR
13.4 The rates and prices quoted by the bidder are subject to adjustment during the performance of the
Contract in accordance with the provisions of Clause 47 of the Conditions of Contract (For
contracts more than 12 months period).
14.0 Currencies of Bid and Payment
14.1 The unit rates and the Prices shall be quoted by the bidder entirely in Indian Rupees. All payment
shall be made in Indian Rupees.
* Choose one and delete the other
15.0 Bid Validity
15.1. Bids shall remain valid for a period not less than 120 days after the deadline date for
bidsubmission specified in Clause 20. A bid valid for a shorter period shall be rejected by the
Employer as non-responsive. In case of discrepancy in bid validity period between that given in the
undertaking pursuant to Clause 12.1 (v) and the Form of Bid submitted by the bidder, the latter
shall be deemed to stand corrected in accordance with the former and the bidder has to provide for
any additional security that is required.
15.2. In exceptional circumstances, prior to expiry of the original time limit, the Employer may request
that the bidders may extend the period of validity for a specified additional period. The request and
the bidders' responses shall be made in writing or by cable. A bidder may refuse the request
without forfeiting his bid security. A bidder agreeing to the request will not be required or
permitted to modify his bid except as provided in 15.3 hereinafter, but will be required to extend
the validity of his bid security for a period of the extension, and in compliance with Clause 16 in all
respects.
15.3.* In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), in
the event that the Employer requests and the Bidder agrees to an extension of the validity period,
the contract price, if the Bidder is selected for award shall be the bid price corrected as follows:
(delete if the contract is for more than 12 months period)
The price shall be increased by the factor of 0.2% for each week or part of a week that has elapsed
from the expiration of the initial bid validity to the date of issue of letter of acceptance to the
successful Bidder.
15.4 Bid evaluation will be based on the bid prices without taking into consideration the above
correction.
17
Contractor Dy.Executive Engineer Executive Engineer
16.0 Bid Security
16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of
the table of IFB for this particular work. This bid security shall be in favor of Employer as named
in Appendix and may be in one of the following forms;
16.1 A The Bidder shall furnish, as part of the Bid, Bid Security (EMD), in the amount specified in
the Appendix to ITB.
16.2 Tenderer has to pay the applicable amount of EMD using NEET/ RTGS or payment Gateway
mode OR Bank Guarantee. This payment of EMD shall be made only from the authorized
through account of the tenerer only. Bank Guarntee shall strictly issued only by the
Nationalized Bank in favour of the Executive Engineer, Public Works Division
Pandharkawada. This Bank Guaranttee shall to valid up to for period Bid validity.
16.3 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-
Clauses 16.1 and 16.2 above shall be rejected by the Employer as non-responsive.
16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid
validity period specified in Sub-Clause 15.1.
16.5 The Bid Security of the successful bidder will be discharged when the bidder has signed the
Agreement and furnished the required Performance Security
*Delete if the contract is for more than 12 months period
Agreement and furnished the required Performance Security.
16.6 The Bid Security may be forfeited
(a)if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;
(b)if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or
(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to
(i) sign the Agreement; or (ii) furnish the required Performance Security.
17.0 Alternative Proposals by Bidders
17.1 Bidders shall submit offers that fully comply with the requirements of the bidding documents,
including the conditions of contract (including mobilisation advance or time for completion), basic
technical design as indicated in the drawing and specifications. Conditional offer or alternative
offers will not be considered further in the process of tender evaluation.
18.0 Format and Signing of Bid
18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as
described in Clause 12 of these Instructions to Bidders, bound with the volume containing the
"Technical Bid" and "Financial Bid" in separate parts and clearly marked "ORIGINAL" and
"COPY" as appropriate. In the event of discrepancy between them, the original shall prevail. 18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a
person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub- Clauses 4.3.
All pages of the bid where entries or amendments have been made shall be initialed by the
person or persons signing the bid. 18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued
by the Employer, or as necessary to correct errors made by the bidder, in which case such
corrections shall be initialed by the person or persons signing the bid.
18
Contractor Dy.Executive Engineer Executive Engineer
D. SUBMISSION OF BIDS 19.0 Sealing and Marking of Bids
19.1 Physical Submission :- The bidder shall submit his bid online as per the procedure laid down
on the e-tender portal. The Bidder shall also submit Bid in Hard Copy within 72 hours from
the date and time of Bid Lock in any of the offices mentioned below. Required documents
for qualifying criteria shall be placed in sealed envelope, The financial offer & the D.D./Bank
Guaranttee/ FDR against Additional Performance Security shall be placed in another
another separate sealed envelope. and these two envelopes shall be submitted in one
envelope. This Envelope shall bear the Name of Work, Tender Notice No. e-Tender No.
Name of the concerned Executive Engineer, etc. This Hard Copy will be opened only if any
problem arises. i) Executive Engineer, Public Works Division Pandharkawda
ii) Executive Engineer, Special Project Division Yavatmal
iii) Superintending Engineer, Public Works Circle Yavatmal.
iv) Chief Engineer, Public Works Region Amravati.
v) Deputy Secretory (Raods), P.W.D. Mantralya, Mumbai.
The Bidder shall seal the original and copy of the Bid in separate envelopes duly
marking the envelopes as "ORIGINAL" and "COPY". These two envelopes (called as inner
envelopes) shall then be put inside one outer envelope. Each set of the inner envelope marked
"ORIGINAL" and "COPY" shall contain within it two separate sealed envelopes marked
"Technical Bid" and "Financial Bid" with additional markings as follows - Original or Copy, as the case may be
- Technical Bid: To be opened on---------------------- (AS per NIT)
in the presence of Evaluation Committee.
- Financial Bid: Not to be opened except with the approval of Evaluation Committee
- The contents of Technical and Financial Bids will be as specified in clause 12.1
19.2. The inner, outer, and separate envelopes containing Technical and Financial Bids shall
(a) be addressed to the Employer at the address given in Appendix (b) bear the identification as indicated in Appendix.
19.3. In addition to the identification required in Sub-Clauses 19.1 and 19.2, each of the envelopes shall
indicatethe name and address of the bidder to enable the bid to be returned unopened in case it is
declared late, pursuant to Clause 21, or the Evaluation Committee declares the bid as non
responsive pursuant to Clause 23. 19.4 If the outer envelope is not sealed and marked as above, the Employer willassume no
responsibility for the misplacement or premature opening of the bid. 20.0 Deadline for Submission of the Bids
20.1 Complete Bids (including Technical and Financial) must be received by the Employer at the
address specified above not later than the date indicated in appendix. In the event of the specified
date for the submission of bids declared a holiday for the Employer, the Bids will be received upto
the appointed time on the next working day. 20.2. The Employer may extend the deadline for submission of bids by issuing an amendment in
accordance with Clause 10, in which case all rights and obligations of the Employer and the
bidders previously subject to the original deadline will then be subject to the new deadline.
21.0 Late Bids
21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned
unopened to the bidder.
22.0 Modification and Withdrawal of Bids
22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline
prescribed in Clause 20 or pursuant to Clause 23.
19
Contractor Dy.Executive Engineer Executive Engineer
22.2 Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered
in accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked
"MODIFICATION" or "WITHDRAWAL", as appropriate. 22.3 No bid may be modified after the deadline for submission of Bids except if pursuance of Clause
23.
22.4 Withdrawal or modification of a Bid between the deadline for submission 0f bids and the
expiration of the original period of bid validity specified in Clause 15.1 above or as extended
pursuant to Clause 15.2 may result in the forfeiture of the Bid security pursuant to Clause 16.
22.5 Clause for Royalty / Laboratory Testing Charges.
1. There are separate B.O.Q.'s of 'Royalty' and 'Testing of Materials' enclosed here with.
Contractor shall not quote the rates in these B.O.Q.'s other than that shown by the department.
In these B.O.Q.'s any other rates quoted by the contractor shall not be considered for his offer
value. Royalty charges shall be payable at the time of actual execution of work as per rates
decided by the Govt. of Maharashtra revenue Department only on producing Royalty Passes
and payment details duly verified from concerned Revenue authority. However if, the
contractor fails to provide adequate number of passes for the quantity of materials of
executed work, then the recovery of royalty payable for such shortfall of royalty passes,
shall be made from the amount of bills payable. In such cases the contactor himself will be
solely responsible for any legal action by appropriate authority for procuring material
without paying royalty.
2. Testing charges shall be payable for the only tests carried out from the Govt. P.W.D.
Laboratories or any Govt. Institutions at rates applicable at the time of actual testing as
per P.W. Department's V. & Q. C. Circle testing charges on producing satisfactory test
reports as per the norms. If contractor fails to carry out material test as per number of
tests mentioned, then three times the prevailing testing charges will be recovered
from the amount of bills payable.
20
Contractor Dy.Executive Engineer Executive Engineer
E. BID OPENING AND EVALUATION 23.0 Bid Opening
23.1 The Superintending Engineer Employer will open all the Bids received (except those received
late), including modifications made pursuant to Clause 22, in the presence of the Bidders or their
representatives who choose to attend at time, date and the place specified in Appendix in the
manner specified in Clause 20 and 23.3. In the event of the specified date of Bid opening being
declared a holiday for the Employer, the Bids will be opened at the appointed time and location
on the next working day.
23.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an
acceptable notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened. 23.3 The envelope containing "Technical Bid" shall be opened. The amount, form and validity of the
bid security furnished with each bid will be announced. If the bid security furnished does not
conform to the amount and validity period as specified in the Invitation for Bid (ref. Column 4 and
paragraph 3), and has not been furnished in the form specified in Clause 16, the remaining
technical bid and the sealed financial bid will be returned to the bidder. 23.4 (i) Subject to confirmation of the bid security by the issuing Bank, the bids accompanied with
valid bid security will be taken up for evaluation with respect to the Qualification
Information and other information furnished in Part I of the bid pursuant to Clause 12.1.
(ii) After receipt of confirmation of the bid security, the bidder will be asked in writing (usually
within 10 days of opening of the Technical Bid) to clarify or modify his technical bid, if
necessary, with respect to any rectifiable defects.
(iii) The bidders will respond in not more than 7 days of issue of the clarification letter, which
will also indicate the date, time and venue of opening of the Financial Bid (usually on the
21st day of opening of the Technical Bid) (iv) Immediately(usually within 3 or 4 days), on receipt of these clarifications the Evaluation
Committee will finalize the list of responsive bidders whose financial bids are eligible for
consideration.
23.5 At the time of opening of "Financial Bid", the names of the bidders were found responsive in
accordance with Clause 23.4(iv) will be announced. The bids of only these bidders will be opened.
The remaining bids will be returned to the bidders unopened. The responsive Bidders' names, the
Bid prices, the total amount of each bid, any discounts, Bid Modifications and withdrawals, and
such other details as the Employer may consider appropriate, will be announced by the
Superintending Engineer / Employer at the opening. Any Bid price or discount, which is not
readout and recorded will not be taken into account in Bid Evaluation. 23.6 In case bids are invited in more than one package, the order for opening of the "Financial Bid"
shall be that in which they appear in the "Invitation For Bid". 23.7 The Employer shall prepare minutes of the Bid opening, including the information disclosed to
those present in accordance with Sub-Clause 23.6. 24.0 Process to be Confidential
24.1. Information relating to the examination, clarification, evaluation, and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other
persons not officially concerned with such process until the award to the successful Bidder has
been announced. Any effort by a Bidder to influence the Superintending Engineer''''s /
Employer's processing of Bids or award decisions may result in the rejection of his Bid. 25.0 Clarification of Financial Bids
25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his
discretion, ask any Bidder for clarification of his Bid, including breakdowns of unit rates. The
request for clarification and the response shall be in writing or by cable, but no change in the price
or substance of the Bid shall be sought, offered, or permitted except as required to confirm the
correction of arithmetic errors discovered by the Superintending Engineer''''s / Employer in the
evaluation of the Bids in accordance with Clause 27.
21
Contractor Dy.Executive Engineer Executive Engineer
25.2. Subject to sub-clause 25.1, no Bidder shall contact the Superintending Engineer''''s / Employer
on any matter relating to his bid from the time of the bid opening to the time the contract is
awarded. If the Bidder wishes to bring additional information to the notice of the Employer, it
should do so in writing.
25.3 Any effort by the Bidder to influence the Superintending Engineer''''s / Employer in the
Superintending Engineer''''s / Employer's bid evaluation, bid comparison or contract award
decisions may result in the rejection of the Bidders' bid. 26.0 Examination of Bids and Determination of Responsiveness
26.1. During the detailed evaluation of "Technical Bids", the Employer will determine whether each
Bid(a) meets the eligibility criteria defined in Clause 3 and 4; (b) has been properly signed; (c) is
accompanied by the required securities and; (d) is substantially responsive to the requirements of
the Bidding documents. During the detailed evaluation of the "Financial Bid", the responsiveness
of the bids will be further determined with respect to the remaining bid conditions, i.e., priced
bill of quantities, technical specifications, and drawings.
26.2 A substantially responsive "Financial Bid" is one which conforms to all the terms, conditions,
and specifications of the Bidding documents, without material deviation or reservation. A
material deviation or reservation is one (a) which affects in any substantial way the scope, quality,
or performance of the Works; (b)which limits in any substantial way, inconsistent with the
Bidding documents, the Employer's rights or the Bidder's obligations under the Contract; or (c)
whose rectification would affect unfairly the competitive position of other Bidders presenting
substantially responsive Bids.
26.3. If a "Financial Bid" is not substantially responsive, it will be rejected by the Employer, and may
not subsequently be made responsive by correction or withdrawal of the non-conforming
deviation or reservation. 27.0 Correction of Errors
27.1 "Financial Bids" determined to be substantially responsive will be checked by the Employer for
any arithmetic errors. Errors will be corrected by the Employer as follows:
(a)where there is a discrepancy between the rates in figures and in words, the rate in words will
govern; and (b)where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern.
27.2 The amount stated in the "Financial Bid" will be corrected by the Employer in accordance with
the above procedure and the bid amount adjusted with the concurrence of the Bidder in the
following manner:
(a) If the Bid price increases as a result of these corrections, the amount as stated in the bid will be
the 'bid price' and the increase will be treated as rebate; (b) If the bid price decreases as a result of the corrections, the decreased amount will be treated as
the 'bid price' Such adjusted bid price shall be considered as binding upon the Bidder. If the
Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may
be forfeited in accordance with Sub-Clause 16.6 (b).
28.0 Deleted 29.0 Evaluation and Comparison of Financial Bids
29.1 The Superintending Engineer''''s / Employer will evaluate and compare only the Bids determined
to be substantially responsive in accordance with Sub-Clause 26.2. 29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by
adjusting the Bid Price as follows:
(a) making any correction for errors pursuant to Clause 27; or (b)making an appropriate adjustments for any other acceptable variations, deviations; and
22
Contractor Dy.Executive Engineer Executive Engineer
(c)making appropriate adjustments to reflect discounts or other price modifications offered in
accordance with Sub-Clause 23.6.
29.3 The Superintending Engineer''''s / Employer reserves the right to accept or reject any variation or
deviation. Variations and deviations and other factors, which are in excess of the requirements of
the Bidding documents or otherwise result in unsolicited benefits for the Employer shall not be
taken into account in Bid evaluation. 29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of
Contract, during the period of implementation of the Contract, will not be taken into account in
Bid evaluation.
29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of
the cost ofwork to be performed under the contract, the Employer may require the Bidder to
produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the
internal consistency of those prices with the construction methods and schedule proposed. After
evaluation of the price analyses, the Employer may require that the amount of the performance
security set forth in Clause 34 be increased at the expense of the successful Bidder to a level
sufficient to protect the Employer against financial loss in the event of default of the successful
Bidder under the Contract. 29.6 A bid which contains several items in the Bill of Quantities which are unrealistically priced low
and which cannot be substantiated satisfactorily by the bidder, may be rejected as non-responsive.
30.0 Deleted
F. AWARD OF CONTRACT
31.0 Award Criteria
31.1. Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been
determined
(i) to be substantially responsive to the Bidding documents and who has offered the lowest
evaluated Bid Price; and
(ii) to be within the available bid capacity adjusted to account for his bid price which is evaluated
the lowest in any of the packages opened earlier than the one under consideration.
In no case, the contract shall be awarded to any bidder whose available bid capacity is less
than the evaluated bid price, even if the said bid is the lowest evaluated bid. The contract will in
such cases be awarded to the next lowest bidder at his evaluated bid price.
32.0 Employer's Right to Accept any Bid and to Reject any or all Bids
32.1. Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to
cancel the Bidding process and reject all Bids, at any time prior to the award of Contract, without
thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the grounds for the Employer's action. 33.0 Notification of Award and Signing of Agreement
33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to
expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter.
This letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will
state the sum that the Employer will pay the Contractor in consideration of the execution,
completion, and maintenance of the Works by the Contractoras prescribed by the Contract
(hereinafter and in the Contract called the "Contract Price"). 33.2. The notification of award will constitute the formation of the Contract, subject only to the
furnishing of a performance security in accordance with the provisions of Clause 34. 33.3. The Agreement will incorporate all agreements between the Employer and the successful Bidder.
It will be signed by the Employer and sent to the successful Bidder, within 28 days following the
notification of award along with the Letter of Acceptance. Within 21 days of receipt, the
successful Bidder will sign the Agreement and deliver it to the Employer.
23
Contractor Dy.Executive Engineer Executive Engineer
33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will
promptly notify the other Bidders that their Bids have been unsuccessful. 34.0 Performance Security
34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the
Employer a Performance Security in any of the forms given below for an amount equivalent to 2
% (Two Percent) of the Contract price plus additional security for unbalanced Bids in
accordance with Clause 29.5 of ITB and Clause 52 of Conditions of Contract:
- a bank guarantee in the form given in Section 8; or - certified Cheque / Bank Draft as indicated in Appendix.
34.2. If the performance security is provided by the successful Bidder in the form of a Bank Guarantee,
it shall be issued either (a) at the Bidder's option, by a Nationalized Scheduled Indian bank or (b)
by a foreign bank located in India and acceptable to the Employer. 34.3 Failure of the successful Bidder to comply with the requirements of Sub-Clause 34.1 shall
constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security.
24
Contractor Dy.Executive Engineer Executive Engineer
5) If the bidder comply the stipulations laid down in the tender and qualified for the opening of his financial
offer then the Bank Guarantee / Demand Draft / FDR of the other bidders (other than 1st and 2nd lowest
bidder) shall be returned within 7 days after the date of opening of the bid.
6) The demand draft/ Bank Guarantee / FDR of the 2nd lowest bidder shall be returned within 3 days from
the date of work order.
7) If it is found that the Bank Guarantee / Demand Draft / FDR as above submitted by the bidder is False /
Forged then the Earnest Money submitted by such bidder shall be Forfeited and appropriate action as per the
prevailing Govt. Rules will be taken against him & he will also be Black Listed. This is also applicable for
Unregistered Bidder.
34. [A] ADDITIONAL PERFORMANCE SECURITY ;- Bank Guarantee / Demand Draft / FDR for
Additional Performance Security Deposit for Quoting Offer More than 1% below the tender cost. (As Per
GR. Dated 12.04.2017).
As per the directives laid down in Government Of Maharashtra, Public Works Department,
Marathi Resolution No. CAT 2017/PRA.KRA 8/ Bldg-2/dt. 12.04.2017, & Letter No. Sankirnya-2017/CR-
121(II)/Bld-2/ Dt. 04.09.2017 If the bidder intends to quote his offer below more than 1 % of the Bid cost of
the department then such bidder should upload a Bank Guarantee (in the form as prescribed by
Government) Or Demand Draft / FDR from any Schedule Bank or Nationalized Bank against Additional
Performance Security in Part II - Financial Bid as mentioned below.
A) If the Bidder intends to quote his offer below more than 1 % upto 10 % of the estimated cost put to Bid
then he should submit a Bank Guarantee/ Demand Draft / FDR amounting to 1% of the Bid cost of the
department towards Additional Performance Security and scanned copy of Bank Guarantee / Demand
Draft/ FDR shall be uploaded in Part II - Financial Bid.
B) If the Bidder intends to quote his offer more than 10 % below the estimated cost put to Bid then he should
submit Additional Performance Security 1 % for every percent after 10 % below percentage in addition to the
cost of 1% Additional performance security mentioned above clause A for quoting below offer, scanned copy
of Bank Guarantee / Demand Draft / FDR shall be uploaded in Part II - Financial Bid
(eg. If Bidder quotes his offer 14 % below the estimated cost put to bid, then he should submit 14 - 10 = 4 %
Additional Performance security + 1% = 5 % amount of the cost put to bid as a total Additional Performance
Security.)
If the amount of Additional Performance Security as required above (under A & B) is not submitted by the
bidder along with Part II - Financial Bid, then his offer will be treated as ''Non Responsive" and will not be
considered.
1) Such Bank Guarantee / Demand Draft / FDR shall strictly issued only by the Nationalized Bank or
Scheduled Bank in favour of in the Executive Engineer Public Works Division, Pandharkawada and Bank
Guarantee shall be valid up to from the period of Complection of Work, DD shall be valid for three months
2) The Bank Guarantee / Demand Draft / FDR should bear the MICR and IFSC Code Number of the
issuing bank.
3) The scanned copy of this Bank Guarantee / Demand Draft / FDR shall be uploaded in Part II - Financial
Bid of the bid. The Hard Copy of this Bank Guarantee / Demand Draft / FDR shall be submitted in the
office of the concerned Executive Engineer in "sealed envelope" within three working days from the date of
receipt of bid. The bidder shall write the 'Name of Work,' 'E- Tender No.' and 'Tender Notice No.' on such
sealed envelope addressed to the concerned Executive Engineer.
4) If such contractor will not comply the stipulations laid down in the bid and not qualified for the opening of
his financial offer Part II - Financial Bid the Bank Guarantee / Demand Draft / FDR of such bidder shall be
returned within 7 days after the date of opening of the bid.
25
Contractor Dy.Executive Engineer Executive Engineer
8) The work order to the successful contractor shall be issued only after the encashment of his Demand Draft
by the concerned Executive Engineer.
9) The amount of performance security of successful contractor shall be refunded immediately upon
satisfactory completion of work.
10) If at the time of submitting the below offer as stated above, contractor has submitted the required Demand
Draft then after completing the tender process the Demand Draft of the Lowest bidder will be returned to him
if the Bank Guaranttee / FDR of the required amount valid upto the period of the Completion of work
submitted by the contractor.
Note :- for calculating the amount of ADDITIONAL PERFORMANCE SECURITY contractors offer
will be calculated in percentage rounded upto two decimal points only.
The Additional performance Security is permitted to be in the form of DD/FDR/BG of any
Nationalized / Scheduled Bank. This shall be enclosed/uploaded in the financial envelope
(Envelope No.2) with a self attested affidavit that Additional Performance Security is enclosed
in envelope no.2 shall be included/uploaded in the Techinical Envelope No.1. If the Additional
Performance Security is not found included in envelope no.2 (financial envelope) (in cases
which are found below 10% of amount put to tender ) the offer shall be treated as non
responsive.
35.0 Advance Payment and Security
35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in
theConditions of Contract, subject to maximum amount, as stated in the Contract Data.
36.0 Dispute Review Expert
36.1. The Employer proposes that [name of proposed Dispute Review Expert as indicated in Appendix]
be appointed as Dispute Review Expert under the Contract, at a daily fee as indicated in Appendix
plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state
in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of the
Dispute Review Expert, the Dispute Review Expert shall be appointed by the Council of Indian
Roads Congress at the request of either party.
36.2 For works costing above Rs.5 Crore the procedure for arbitration will be as per G.R of Law &
Judiciary Department issued vide Sankirn- 2016/C.R. 20/ Ka-19 dt. 13/10/2016 regarding “
Institutional Arbitration Policy”.
37.0 Corrupt or Fraudulent Practices
37.1 The Employer will reject a proposal for award if it determines that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in question and
will declare the firm ineligible. either indefinitely or for a stated period of time, to be awarded a
contract with National Highways Authority of India / State PWD and any other agencies, if it at
any time determines that the firm has engaged in corrupt or fraudulent practices in competing for
the contractor, or in execution.
37.2 Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 23.2 and Sub-Clause
59.2 of the Conditions of Contract.
26
Contractor Dy.Executive Engineer Executive Engineer
APPENDIX TO ITB
Clause Reference
With respect to
Section – I.
1 Name of the Employer is- Executive Engineer, Public Works Division
Pandharkawda-
[ Cl. 1.1]
2 The last Five years
2017-2018………………….
2016-2017………………….
2015-2016………………….
2014-2015…………………
2013-2014…………………..
3 The maximum annual financial turn over The last Five years
amount is - Rs. 571.70 lakhs
[Cl. 4.5 A(a)]
4 Value of Similar work is Rs- 457.36 Lakhs [Cl. 4.5 A(b)]
5 Quantities of work are –
1) Excavation - 3021.00 cum
2) C.C.M-20 & above - 1347.00 Cum
3) Brick masonry – 610.00 Cum
4) TMT FE 500 - 150.00 M.T.
5) Plastering - 6250.00 sqm
6) Flooring - 3108.00 sqm
[Cl. 4.5 A ( c )]
6 The cost of electric work is Rs. NIL (In Words) [Cl. 4.5 A(d)]
7 The cost of water supply/ sanitory work is Rs………………….. (In Words) [Cl. 4.5 A( e )]
8 Liquid assets and/or availability of credit facilities is Rs. 150.00 lakhs only [Cl. 4.5 B ( c )]
9 Price level of the financial year 2018-19. [Cl. 4.7]
10 The Pre-bid meeting will take place at Chief Engineer, P.W. Region Amaravati (address of the venue) on 23.10.2018 @ 2.00 P.M. As per NIT
[Cl. 9.2.1]
11 The technical bid will be opened online at the Office of the ----As per NIT
12 Address of the Employer- Executive Engineer, Public Works Division
Pandharkawda
13 Identification : Bid for -
Bid Reference : No..
Do not open before .............. As per NIT
[Cl. 19.2(b)]
14 The bid should be submitted latest by ................(date and time)As per NIT [Cl. 20.1]
15 The Financial bid will be opened at ---- As per NIT [Cl. 23.1]
16 The Bank Guarantee / Draft in favour of Executive Engineer, Public Works
Division Pandharkawda payable at Pandharkawda [Cl. 34.1]
17 The name of Dispute Review Expert is ............ [Cl. 36.1]
18 Escalation factors (for the cost of works executed and financial figure to a
common base value for works completed)
Year before Multiply factor
One 1.10
Two 1.21
Three 1.33
Four 1.46
Five 1.61
27
Contractor Dy.Executive Engineer Executive Engineer
ANNEXURE-I
List of Key Plant &Equipment to be deployed on Contract Work
[Reference Cl. 4.5 (B) (a)]
Sl. Type of Equipment Maximum
age as on
Contract Package Size
Upto Rs.30
Crores
above Rs.30
&
upto 50
Crores
Rs.50 Crores
and above
1 Reversible Drum Type Concrete Mixer
having Minimum Capacity 7-9
cum per hour with integral weigh
batcher and computerized control with
automated water dispensing
arrangement of any standard company
with SCADA arrangement /RM-
800/RM-1050/ Ready Mix batching
Plant
15 1 1 1
2 Plate Vibrator 15 1 1 2
3 Needle Vibrator 15 2 2 2
3 Vibratory Roller 15 1 2 3
4 Water Tanker 15 1 3 4
5 Sand Screening cum Washing Unit
of minimum 4 - 6 cum / hr
capacity.
5 1 1 2
6 Automatic Computerized
controlled Drum mix Hot Mix
Plant, of minimum capacity of
DM-50 / 60 to 90 TPH
(The plant must be within 60
Km from the work site.
(Shifting of plant is not
allowed)
10 1 1 2
7 Paver finisher with electronic
sensor 5 1 1 2
8 Bitumen Sprayer 10 1 1 2
9 Tandem Roller 5 1 2 2
10 Jet Patcher 10 1 1 1
11 Concrete Batching and
Mixing Plant (Minimum
capacity – 15 m3/hour)
5 - - -
Total
4 14 18 29
The above list is indicative. Column 1 & 2 may be suitably modified by the DTP approving authority
suiting to the requirements of work (Viz. Buildings/ Bridges/ Roads).
28
Contractor Dy.Executive Engineer Executive Engineer
ANNEXURE-II
List of Key Personnel to be deployed on Contract Work [Reference Cl. 4.5 (B) (b)]
Sr.
No.
Personnel
Qualification Contract Package Size
Upto Rs.30
Crores
Above Rs.30 &
upto 50 Crores
Rs.50 Crores
and above
1 Project Manger B.E. Civil + 15 Years Exp. (5
years as Manager)
1 No. 1 No. 1 No.
2 Site Engineer B.E. Civil + 10 Years Exp. 1 No. 2 No. 4 No.
3 Plant Engineer B.E. Mech. + 10 Years Exp.
or Dip. Mech. + 15 years Exp.
1 No. 1 No. 2 No.
4 Quantity Surveyor B.E. Civil + 7 years Exp. or
Dip. Civil + 10 years Exp.
1 No. 1 No. 2 No.
5 Soil & Material
Engineer
B.E. Civil + 10 years Exp. 1 No. 1 No. 2 No.
6 Survey Engineer B.E. Civil + 5 years Exp. or
Dip. Civil + 8 years Exp.
1 No. 1 No. 2 No.
Total 4 7 13
Note:- The above list is indicative. The number of personnel may be modified and experience shall be specified
by DTP approving authority (Viz. Buildings / Bridges / Roads)
29
Contractor Dy.Executive Engineer Executive Engineer
SECTION 2
QUALIFICATION INFORMATION
Contractor Dy.Executive Engineer Executive Engineer
30
SECTION – 2
QUALIFICATION INFORMATION
The information to be filled in by the bidder in the following pages will be used for purposes
of post qualification as provided for in clause 4 of the Instructions to bidders. This
information will not be incorporated in the contract
1. For Individual Bidders
1.1 Constitution or legal status of Bidder
(Attach Copy)
Place of registration: ----------------------------------
Principal place of business: ----------------------------------
Power of attorney of signatory of bid
(Attach)
1.2 Total value of civil Engineering
1.3 Construction work performed in the last Five years ** β
(Rs. in Crore)
2017-2018 --------------
2016-2017 -----------
2015-2016 -----------
2014-2015 -----------
2013-2014 -----------
1.3.1Work performed as prime contractor, work performed in the past as a nominated sub-
contractor will also be considered provided the Sub-contract involved execution of all
main items of work described in the bid document, provided further that all other
qualification criteria are satisfied (in the same name) on works of a similar nature over
the last Three/five years **
Project
Name
Name of
the
Employer
*
Description
of work
Contract
No.
Value of
Contract
(Rs.
Crore)
Date of
Issue of
work
order
Stipulated
period of
completion
Actual date
of
completion
*
Remarks
explaining
reasons for
delay &
work
completed
* Attach certificate(s) from the Engineer(s)-in-charge.
** Immediately preceding the financial year in which bid are received.
βAttach certificate(s) from Chartered Accountant.
Contractor Dy.Executive Engineer Executive Engineer
31
1.4 Information on Bid capacity (works for which bids have been submitted and
works which are yet to be completed) as on the date of this bid.
(A) Existing commitments and on-going works :
Descript
ion of
work
place &
State
Contract
No.
Name &
Address of
employer
Value of
Contract
(Rs. Cr.)
stipulated
period of
completio
n
Value of
works*
remaining
to be
completed
(Rs. Cr.)
Anticipate
d date of
completion
.
1 2 3 4 5 6 7 8
* Attach certificate(s) from the Engineer(s)-in-charge.
@ The item of works for which data is requested should tally with that specified in ITB clause
4.5A(C).
** Immediately preceding the financial year in which bid are received.
The list is indicative and may be suitably modified by the DTP approving authority suiting to the
requirements of work (Viz. Buildings/ Bridges/ Roads)
(B) Works for which bids already submitted:
Description
of works
Place &
State
Name &
Address of
Employer
Estimated value
of works
(Rs Cr)
Stipulated
period of
completion
Date when
decision is
expected
Remarks,
if any
1 2 3 4 5 6 7
1.5. Availability of key items of Contractor's Equipment essential for carrying out the Works [Ref.
Clause 4.5(B)(a)]. The Bidder should list all the information requested below. Refer also to Sub
Clause 4.3 (d) of the Instructions to Bidders.
Item of
Equipment
Requirement Availability proposals Remarks
(from whom
to be
purchased)
No. Capacity Owned/Leased
to be procured
Nos./Capacity Agel
Condition
1.6. Qualifications and experience of key personnel required for administration and execution of the
Contract [Ref. Clause 4.5(B)(b)]. Attach biographical data. Refer also to Sub Clause 4.3(e) of
instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract.
Position Name Qualification Year of Experience
(General)
Years of experience in the
proposed position
Project Manager
Etc
Contractor Dy.Executive Engineer Executive Engineer
32
1.7. Proposed sub-contracts and firms involved. [Refer ITB Clause 4.3 (k)]
Sanctions of the works Value of Sub-contract Sub-contractor
(Name & Address)
Experience in similar work
Attach copies of certificates on possession of valid license for executing water supply / sanitary work /
building electrification works [Reference Clause 4.5(d) & Clause 4.5 (e)]
*1.8. Financial reports for the last Three / five years: balance sheets, profit and loss statements,
auditors' reports (in case of companies/corporation), etc. List them below and attach copies. 1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand,
lines of credit. etc. List them below and attach copies of support documents. 1.10 Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide
references if contacted by the Employer. 1.11 Information on litigation history in which the Bidder is involved.
Other Party (ies) Employer Cause of Dispute Amount involved Remarks showing Present
Status
1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to
Bidders. (Name of Consultant engaged for project preparation is**..................................
)
------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------
1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts
as necessary to comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1
& 4.3 (I)] 1.14 Programme
1.15 Quality Assurance Programme
2.0. Deleted
3.0 Additional Requirements
3.1 Bidders should provide any additional information required to fulfill the requirements of
Clause 4 of the Instructions to the Bidders, if applicable.
(i) Affidavit
(ii) Undertaking
(iii) Update of original prequalification application
(iv) Copy of original prequalification application
(v) Copy of prequalification letter
Contractor Dy.Executive Engineer Executive Engineer
33
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY
OF CREDIT FACILITIES
(CLAUSE 4.2 (i) OF ITB)
BANK CERTIFICATE
This is to certify that M/s. ____________________________ is a reputed company with a good
financial standing.
If the contract for the work, namely ____________________________ is awarded to the above
firm, we shall be able to provide overdraft/credit facilities to the extent of Rs
________________________ to meet their working capital requirements for executing the above
contact during the contract period.
___________________________
(Signature)
Name of Bank
Senior Bank Manager
Address of the Bank
(Not required for works costing less than Rs. 5 Crores)
Contractor Dy.Executive Engineer Executive Engineer
34
AFFIDAVIT 1. I, the undersigned, do hereby certify that all the statements made in the required attachments are
true and correct.
2. The undersigned also hereby certifies that neither our firm
M/s--------------------------------------- have abandoned any work on Building/Bridges/Roads etc. nor
any contract awarded to us for such works have been rescinded, during last five years prior to the
date of this bid. 3. The undersigned hereby authorize (s) and request(s) any bank, person, firm or corporation to
furnish pertinent information deemed necessary and requested by the Department to verify this
statement or regarding my (our) competence and general reputation. 4. The undersigned understand and agrees that further qualifying information may be requested, and
agrees to furnish any such information at the request of the Department, Project implementing
agency.
---------------------------------------------------
(Signed by an Authorised Officer of the Firm)
-------------------------------
Title of Officer ---------------------
Name of Firm ---------------------
DATE
Contractor Dy.Executive Engineer Executive Engineer
35
UNDERTAKING
I, the undersigneddo hereby undertake that our firm M/s -------------------------------------------would
invest a minimum cash up to 25% of the work during implementation of the Contract.
-----------------------------------------
(Signed by an Authorised Officer of the Firm)
---------------------
Title of Officer
------------------- Name of Firm
--------------------
DATE
Contractor Dy.Executive Engineer Executive Engineer
36
SECTION 3
CONDITIONS OF CONTRACT
Contractor Dy.Executive Engineer Executive Engineer
37
Conditions of Contract
Table of Contents
Page No. Page No.
A. General C. Quality Control
1. Definitions 33. Identifying Defects
2. Interpretation 34. Tests
3. Language and Law 35. Correction of Defects
4. Engineer’s Decision 36. Defects
5. Delegation
6. Communications D. Cost Control
7. Sub-contracting 37. Bill of Quantities
8. Other Contractors 38. Changes in Quantities
9. Personnel 39. Variations
10. Employer’s & Contractor’s risk 40. Payments for Variations
11. Employer’s Risks 41. Cash Flow forecasts
12. Contractor’s Risks 42. Payment Certificates
13. Insurance 43. Payments
14. Site Investigation Reports 44. Compensation Events
15. Queries about the Contract Data 45. Tax
16. Contractor to Construct the
Works
46. Currencies
17. The works to be completed by the
Intended Completion Date
47. Price Adjustment
48. Retention
18. Approval by the Engineer 49. Liquidated Damages
19. Safety 50. Bonus
20. Discoveries 51. Advance Payment
21. Possession of the Site 52. Securities
22. Access to the Site 53. Deleted
23. Instructions 54. Cost of Repairs
24. Disputes
25. Procedure for Disputes E. Finishing the Contract
26. Replacement of Dispute Review
Expert
55. Completion
56. Taking Over
57. Final Account
B. Time Control 58. Operating and Maintenance
27. Programme Manuals
28. Extension of the Intended
Completion Date
59. Termination
60. Payment upon Termination
29. Deleted 61. Property
30. Delays Ordered by the Engineer 62. Release from Performance
31. Management Meetings F. Special Conditions of
Contract
Contractor Dy.Executive Engineer Executive Engineer
38
CONDITIONS OF CONTRACT
A. GENERAL 1. Definitions
1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but
keep their defined meanings. Capital initials are used to identifydefined terms.
The Adjudicator (synonymous with Institutional Arbitration Policy ) is the person
appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as
provided for in Clauses 24 and 25. The name of the Adjudicator is defined in the Contract Data.
Bill of Quantities means the priced and completed Bill of Quantities formingpart of the Bid.
Compensation Events are those defined in Clause 44 hereunder.
The Completion Date is the date of completion of the Works as certified by the Engineer in
accordance with Sub Clause 55.1.
The Contract is the contract between the Employer and the Contractor to execute, complete
and maintain the Works. It consists of the documents listed in Clause 2.3 below.
The Contract Data defines the documents and other information which comprise the
Contract.
The Contractor is a person or corporate body whose Bid to carry out the Works has been
accepted by the Employer.
The Contractor's Bid is the completed Bidding document submitted by the Contractor to the
Employer and includes Technical and Financial bids.
The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted
in accordance with the provisions of the Contract.
Days are calendar days; months are calendar months.
A Defectis any part of the Works not completed in accordance with the Contract.
The Defects Liability Period is the period named in the Contract Data and calculated from
the Completion Date.
The Employer is the party who will employ the Contractorto carry out the,Works.
The Engineer is the person named in the Contract Data (or any other competent person
appointed and notified to the contractor to act in replacement of the Engineer) who is responsible
for supervising the Contractor, administering the Contract, certifying payments due to the
Contractor, issuing and valuing Variations to the Contract, awarding extensions of time, and valuing
the Compensation Events.
Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to
construct the Works.
The Initial Contract Price is the Contract Price listed in the Employer's Letter of
Acceptance.
The Intended Completion Date is the date on which it is intended that the Contractor shall
complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended
Completion Date may be revised only by the Engineer by issuing an extension of time.
Materials are all supplies, including consumables, used by the contractor for incorporation in
the Works.
Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or
chemical or biological function.
The Site is the area defined as such in the Contract Data.
Site Investigation Reports are those which were included in the Bidding documents and are
factual interpretative reports about the surface and sub-surface conditions at the site.
Specification means the Specification of the Works included in the Contract and any
modification or addition made or approved by the Engineer.
Contractor Dy.Executive Engineer Executive Engineer
39
The Start Date is given in the Contract Data. It is the date when the Contractor shall
commence execution of the works. It does not necessarily coincide with any of the Site Possession
Dates.
A Subcontractor is a person or corporate body who has a Contract with the Contractor to
carry out a part of the work in the Contract which includes work on the Site.
Temporary Works are works designed, constructed, installed, and removed by the
Contractor which are needed for construction or installation of the Works.
A Variation is an instruction given by the Engineer, which varies the Works.
The Works are what the Contract requires the Contractor to construct, install, and turn over
to the Employer, as defined in the Contract Data.
2.0 Interpretation
2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or
neuter, and the other way around. Headings have no significance. Words have their normal meaning
under the language of the Contract unless specifically defined. The Engineer will provide
instructions clarifying queries about the Conditions of Contract. 2.2 If sectional completion is specified in the Contract Data, references in theConditions of Contract to
the Works, the Completion Date, and the Intended Completion.
Date apply to any Section of the Works (other than references to the Completion Date and Intended
Completion date for the whole of the Works). 2.3. The documents forming the Contract shall be interpreted in the following order of priority:
(1) Agreement (2) Letter of Acceptance, notice to proceed with the works (3) Contractor's Bid (4) Contract Data (5) Conditions of Contract including Special Conditions of Contract (6) Specifications (7) Drawings (8) Bill of quantities and (9) any other document listed in the Contract Data as forming part of the Contract.
3.0 Language and Law
3.1 The language of the Contract and the law governing the Contract are stated in the ContractData. 4.0 Engineer's Decisions
4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the
Employer and the Contractor in the role representing the Employer. 5.0 Delegation
5.1 The Engineer may delegate any of his duties and responsibilities to other people except tothe
Adjudicator after notifying the Contractor and may cancel any delegation afternotifyingthe
Contractor.
6.0 Communications
6.1 Communications between parties which are referred to in the conditions are effective onlywhen in
writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act). 7.0 Sub-contracting
7.1 The Contractor may sub-contract any portion of work, upto a limit specified in Contract Data, with
the approval of the Engineer but may not assign the Contract without the approval of the Employer in
writing. Sub-contracting does not alter the Contractor's obligations.
Contractor Dy.Executive Engineer Executive Engineer
40
8.0 Other Contractors
The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and
the Employer between the dates given in the Schedule of otherContractors. The Contractor shall as
referred to in the Contract Data, also provide facilities and services for them as described in the
Schedule. The employer may modify the schedule of other contractors and shall notify the contractor of
any such modification.
9.0 Personnel
9.1 The Contractor shall employ the key personnel named in the Schedule of KeyPersonnel as referred
to in the Contract Data to carry out the functions stated in the Schedule or other personnel approved
by the Engineer. The Engineer will approve any proposed replacement of key personnel only if their
qualifications, abilities, and relevant experience are substantially equal to or better than those of the
personnel listed in the Schedule. 9.2. If the Engineer asks the Contractor to remove a person who is a member of the Contractor's staff or
his work force stating the reasons the Contractor shall ensure that the person leaves the Site within
seven days and has no further connection with the work in the Contract.
10.0 Employer's and Contractor's Risks
The Employer carries the risks which this Contract states are Employer's risks, and the Contractor
carries the risks which this Contract states are Contractor's risks.
11.0 Employer's Risks
11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the
execution of the Works in India, the risks of war, hostilities, invasion, act of foreign enemies,
rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or disorder
(unless restricted to the Contractor's employees), and contamination from any nuclear fuel or nuclear
waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other than
the Contractor's design.
12.0 Contractor's Risks
All risks of loss of or damage to physical property and of personal injury and death which arise
during and in consequence of the performance of the Contract other than the excepted risks are the
responsibility of the Contractor.
13.0 Insurance
13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance
cover from the Start Date to the end of the Contract Period, in the amounts and deductibles stated in
the Contract Data for the following events which are due to the Contractor's risks:
(a) loss of or damage to the Works, Plant and Materials;
(b) loss of or damage to Equipment:
(c) loss of or damage of property (except the Works, Plant, Materials and Equipment) in connection
with the Contract; and
(d) personal injury or death.
13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the
Engineer's approval before the Start Date. All such insurance shall provide for compensation to be
payable in the types and proportions of currencies required to rectify the loss or damage incurred. 13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may
effect the insurance which the Contractor should have provided and recover the premiums the
Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the
payment of the premiums shall be a debt due. 13.4 Alterations to the terms of an insurance shall not be made without the approval of the Engineer. 13.5 Both parties shall comply with any conditions of the insurance policies.
Contractor Dy.Executive Engineer Executive Engineer
41
14.0 Site Investigation Reports
The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the
Contract Data, supplemented by any information available to the Bidder.
15.0 Queries about the Contract Data
15.1 The Engineer will clarify queries on the Contract Data.
16.0 Contractor to Construct the Works
16.1 The Contractor shall construct and install the Works in accordance with the Specification and
Drawings. 17.0 The Works to be Completed by the Intended Completion Date
17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the
Works in accordance with the program submitted by the Contractor, as updated with the approval of
the Engineer, and complete them by the Intended Completion Date. 18.0 Approval by the Engineer
18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to
the Engineer, who is to approve them if they comply with the Specifications and Drawings. 18.2 The Contractor shall be responsible for design of Temporary Works. 18.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary
Works. 18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works where
required.
18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works,
are subject to prior approval by the Engineer before their use.
19.0 Safety
19.1 The Contractor shall be responsible for the safety of all activities on the Site. 20.0 Discoveries
20.1. Anything of historical or other interest or of significant value unexpectedly discovered on the Site is
the property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry
out the Engineer's instructions for dealing with them. 21.0 Possession of the Site
21.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is
not given by the date stated in the Contract Data the Employer is deemed to have delayed the start of
the relevant activities and this will be Compensation Event.
22.0 Access to the Site
22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the
Site, to any place where work in connection with the Contract is being carried out or is intended to
be carried out and to any place where materials or plant are being manufactured / fabricated /
assembled for the works.
23.0 Instructions
23.1 The Contractor shall carry out all instructions of the Engineer pertaining to works which comply with
the applicable laws where the Site is located. 23.2 The Contractor shall permit the Employer to inspect the Contractor's accounts and records relating to
the performance of the Contractor and to have them audited by auditors appointed by the Employer,
if so required by the Employer.
24.0 Disputes
24.1 If the Contractor believes that a decision taken by the Engineer was either outside the authority given
to the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred
to the Dispute Review Expert within 14 days of the notification of the Engineer's decision.
Contractor Dy.Executive Engineer Executive Engineer
42
25.0 Procedure of Disputes
25.1. The Employer proposes that [name of proposed Dispute Review Expert as indicated in
Appendix] be appointed as Dispute Review Expert under the Contract, at a daily fee as indicated in
Appendix plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so
state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of the
Dispute Review Expert, the Dispute Review Expert shall be appointed by the Council of Indian Roads
Congress at the request of either party.
25.2 For works costing above Rs.5 Crore the procedure for arbitration will be as per G.R of Law &
Judiciary Department issued vide Sankirn- 2016/C.R. 20/ Ka-19 dt. 13/10/2016 regarding “
Institutional Arbitration Policy”.
26.0 Replacement of Dispute Review Expert
26.1 Should the Dispute Review Expert resign or die, or should the Employer and the Contractor
agree that the Dispute Review Expert is not fulfilling his functions in accordance with the provisions
of the Contract, a new Dispute Review Expert will be jointly appointed by the Employer and the
Contractor. In case of disagreement between the Employer and (he Contractor, within 30 days, the
Dispute Review Expert shall be designated by the Appointing Authority designated in the Contract
Data at the request of either party, within 14 days of receipt of such request.
B. TIME CONTROL
27.0 Programme
27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a
Programme showing the general methods, arrangements, order, and timing for all the activities in the
Works along with monthly cash flow forecast. 27.2 An update of the Programme shall be a programme showing the actual progress achieved on each
activity and the effect of the progress achieved on the timing of the remaining work including any
changes to the sequence of the activities. 27.3 The Contractor shall submitted the Engineer, for approval, an updated Programme at intervals no
longer than the period stated in the Contract Data. If the Contractor does not submit an updated
Programme within this period, the Engineer may withhold the amount stated in the Contract Data
from the next payment certificate and continue to withhold this amount until the next payment after
the date on which the overdue Programme has been submitted. 27.4. The Engineer's approval of the Programme shall not alter the Contractor's obligations. The Contractor
may revise the Programme and submit it to the Engineer again at any time. A revised Programme is
to show the effect of Variations and Compensation Events.
28.0 Extension of the Intended Completion Date
28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a
Variation is issued which makes it impossible for Completion to be achieved by the Intended
Completion Date without the Contractor taking steps to accelerate the remaining work and which
would cause the Contractor to incur additional cost.
28.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date
within 35 days of the Contractor asking the Engineer for a decision upon the effect of a
Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with
a delay, the delay by this failure shall not be considered in assessing the new Intended Completion
Date. 28.3 The Engineer shall within 14 days of receiving full justification from the contractor for extension of
Intended Completion Date refer to the Employer his decision. The Employer shall in not more than
21 days communicate to the Engineer the acceptance or otherwise of the Engineer's decision. If the
Employer fails to give his acceptance, the Engineer shall not grant the extension and the contractor
may refer the matter to the Dispute Review Expert under Clause 24.1.
29.0 Deleted 30.0 Delays Ordered by the Engineer
Contractor Dy.Executive Engineer Executive Engineer
43
30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the
Works.
31.0 Management Meetings
31.1 Either the Engineer or the Contractor may require the other to attend a management meeting. The
business of a management meeting shall be to review the plans for remaining work and to deal with
matters raised in accordance with the early warning procedure. 31.2 The Engineer shall record the business of management meetings and is to provide copies of his
record to those attending the meeting and to the Employer. The responsibility of the parties for
actions to be taken is to be decided by the Engineer either at the management meeting or after the
management meeting and stated in writing to all who attended the meeting.
32.0 Early Warning
32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or
circumstances that may adversely affect the quality of the work, increase the Contract Price or delay
the execution of works. The Engineer may require the Contractor to provide an estimate of the
expected effect of the future event or circumstance on the Contract Price and Completion Date. The
estimate is to be provided by the Contractor as soon as reasonably possible. 32.2 The Contractor shall cooperate with the Engineer in making and considering proposals for how the
effect of such an event or circumstance can be avoided or reduced by anyone involved in the work
and in carrying out any resulting instruction of the Engineer.
Contractor Dy.Executive Engineer Executive Engineer
44
C. QUALITY CONTROL 33.0 Identifying Defects
33.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects
that are found. Such checking shall not affect the Contractor's responsibilities. The Engineer
may instruct the Contractor to search for a Defect and to uncover and test anywork that the
Engineer considers may have a Defect. 34.0 Tests
If the Engineer instructs the Contractor to carry out a test not specified in the Specification to
check whether any work has a Defect and the test shows that it does, the Contractor shall pay
for the test and any samples. If there is no Defect the test shall be aCompensation Event. 35.0 Correction of Defects
35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the
Defects Liability Period, which begins at Completion and is defined in the Contract Data.
The Defects Liability Period shall be extended for as long as Defects remain to becorrected. 35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect
within the length of time specified by the Engineer's notice.
36.0 Uncorrected Defects
If the Contractor has not corrected a Defect within the time specified in the Engineer's notice,
the Engineer will assess the cost of having the Defect corrected, and the Contractor will pay
thisamount.
D. COST CONTROL
37.0 Bill of Quantities
37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and
commissioning work to be done by the Contractor.
37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the
quantity of the work done at the rate in the Bill of Quantities for each item.
38.0 Deleted
38.1 Deleted
38.2Deleted 38.3 Deleted.
39.0 Deleted 40.0 Deleted
Contractor Dy.Executive Engineer Executive Engineer
45
41.0 Cash Flow Forecasts
41.1 When the Programme is updated, the contractor is to provide the Engineer with an
updated cash flow forecast.
42.0 Payment Certificates
42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of
the work completed less the cumulative amount certified previously.
42.2. The Engineer shall check the Contractor's monthly statement within 14 days and certify the
amount to be paid to the Contractor after taking into account any credit or debit for the
month in question in respect of materials for the works in the relevant amounts and under
conditions set forth in sub-clause 51(3) of the Contract Data (Secured Advance).
42.3. The value of work executed shall be determined by the Engineer. 42.4. The value of work executed shall comprise the value of the quantities of the items in the
Bill of Quantities completed. 42.5 The value of work executed shall include the valuation of Variations and Compensation
Events. 42.6. The Engineer may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.
43.0 Payments
43.1. Payments shall be adjusted for deductions for advance payments, retention, other recoveries
in terms of the contract and taxes at source, as applicable under the law. The bill shall be
paid after due verification and upon availability of budget. 43.2. If an amount certified is increased in a later certificate as a result of an award by the
Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment
as set out in this clause. Interest shall be calculated from the date upon which the increased
amount would have been certified in the absence of dispute. 43.3. Items of the Works for which no rate or price has been entered in will not be paid for by the
Employer and shall be deemed covered by other rates and prices in the Contract.
44.0 Compensation Events
44.1 Compensation shall be applicable and only extension may be considered on merits if not on
part of Contractor
44.2 The Contractor shall not be entitled to compensation to the extent that the Employer's
interests are adversely affected by the Contractor not having given early warning or not
having cooperated with the Engineer.
45.0 Tax
45.1 The rates quoted by the Contractor shall be deemed to be inclusive of the labour welfare
cess and other taxes (other than GST) that the Contractor will have to pay for the
performance of this Contract. The Employer will perform such duties in regard to the
deduction of such taxes at source as per applicable law.
45.2 Payment of GST
1 Bidder shall quote his rate excluding GST
2 GST shall be payble on the accepted contract value.
3 GST shall be paid to contractor on the amount of bill of sork done as per prevailing rate
of GST during the period of work done
46.0 Currencies
46.1 All payments shall be made in Indian Rupees.
47.0 As per Cl- 37 – Price Adjustment
Contractor Dy.Executive Engineer Executive Engineer
46
48.0 Retention
48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in
the Contract Data until Completion of the whole of the Works. 48.2 On Completion of the whole of the Works total amount retained is repaid to the Contractor
after contract Period has passed and the Engineer has certified that all the works completed
as per specification of contract document.
48.3 On completion of the whole works, the contractor may substitute retention money with an
"on demand" Bank guarantee. 49.0 Liquidated Damages
49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the
Contract Data for each day that the Completion Date is later than the Intended Completion
Date (for the whole of the works or the milestone as stated in the contract data). The total
amount of liquidated damages shall not exceed the amount defined in the Contract Data. The
Employer may deduct liquidated damages from payments due to the Contractor. Payment of
liquidated damages does not affect the Contractor's liabilities.
49.2 If the Intended Completion Date is extended after liquidated damages have beenpaid, the
Engineer shall correct any overpayment of liquidated damages by the Contractor by
adjusting the next payment certificate. The Contractor shall be paid interest on the over
payment calculated from the date of payment to the date of repayment at the rates specified
in Sub Clause 43.1. 49.3. If the contractor fails to comply with the time for completion as stipulated in the tender,
then the contractor shall pay to the employer the relevant sum stated in the Contract Data
as Liquidated damages for such default and not as penalty for everyday or part of day
which shall elapse between relevant time for completion and the date stated in the taking
over certificate of the whole of the works on the relevant section, subject to the limit
stated in the contract data.
The employer may, without prejudice to any other method of recovery deduct the
amount of such damages from any monies due or to become due to the contractor. The
payment or deduction of such damages shall not relieve the contractor from his
obligation to complete the works on from any other of his obligations and liabilities
under the contract. 49.4. If, before the Time for Completion of the whole of the Works or, if applicable, any
Section, a Taking - Over Certificate has been issued for any part of the Works or of a
Section, the liquidated damages for delay in completion of the remainder of the Works or
of that Section shall, for any period of delay after the date stated in such Taking-Over
Certificate, and in the absence of alternative provisions in the Contract, be reduced in the
proportion which the value of the part so certified bears to the value of the whole of the
Works or Section, as applicable. The provisions of this Sub-Clause shall only apply to the
rate of liquidated damages and shall not affect the limit thereof.
50.0 Deleted
51.0 Secured Advance -
The Engineer shall make advance payment in respect of materials intended for but not yet
incorporated in the Works in accordance with conditions stipulated in the Contract Data.
52.0 Securities
52.1 The Performance Security (including additional security for unbalanced bids) shall be
provided to the Employer no later than the date specified in the Letter of Acceptance and
shall be issued in an amount and form and by a bank or surety acceptable to the Employer,
and denominated in Indian Rupees. The Performance Security and additional security for
unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of
completion.
53.0 Deleted
54.0 Cost of Repairs
Contractor Dy.Executive Engineer Executive Engineer
47
54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start
Date and the end of the Defects Correction periods shall be remedied by the Contractor at
the Contractor's cost if the loss or damage arises from the Contractor's acts or omissions.
E. FINISHING THE CONTRACT
55.0 Completion
55.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the Works
and the Engineer will do so upon deciding that the Work is completed. 56.0 Taking Over
56.1 The Employer shall take over the Site and the Works within seven days of the Engineer
issuing a certificate of Completion.
57.0 Final Account
57.1. The Contractor shall supplyto the Engineer a detailed account of the total amount that the
Contractor considers payable under the Contract before the end of the Defects Liability
Period. The Engineer shall issue a Defect Liability Certificate and certify any final payment
that is due to the Contractor within 56 days of receiving the Contractor's account if it is
correct and complete. If it is not, the Engineer shall issue within 56 days a schedule that
states the scope of the corrections or additions that are necessary. If the Final Account is still
unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable
to the Contractor and issue a payment certificate, within 56 days of receiving the
Contractor's revised account.
58.0 Operating and Maintenance Manuals-
58.1 If "as built" Drawings and/or operating and maintenance manuals are required, the
Contractor shall supply them by the dates stated in the Contract Data.
58.2 If the Contractor does not supply the Drawings and/or manuals by the datesstated in the
Contract Data, or they do not receive the Engineer's approval, the Engineer shall withhold
the amount stated in the Contract Data from payments due to the Contractor.
59.0 Termination
59.1 The Employer or the Contractor may terminate the Contract if the other party causes a
fundamental breach of the Contract.
59.2 Fundamental breaches of Contract include, but shall not be limited to the following:
(a) the Contractor stops work for 15 days when no stoppage of work is shown on the
current Programme and the stoppage has not been authorized by the Engineer;
(b) the Engineer instructs the Contractor to delay the progress of the Works and the
instruction is not withdrawn within 28 days;
(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for
a reconstruction or amalgamation;
(d) a payment certified by the Engineer is not paid by the Employer tothe Contractor
within 56 days of the date of the Engineer's certificate;
(e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental
breach of Contract and the Contractor fails to correct it within a reasonable period of
time determined by the Engineer;
(f) the Contractor does not maintain a security which is required;
(g) the Contractor has delayed the completion of works by the number of days for which
the maximum amount of liquidated damages can be paid as defined in the Contract
data; and
(h) if the Contractor, in the judgment of the Employer has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.
For the purpose of this paragraph: "corrupt practice" means the offering,
giving, receiving or soliciting of any thing of value to influence the action of a public
official in the procurement process or in contract execution. "Fraudulent practice"
means a misrepresentation of facts in order to influence a procurement process or the
execution of a contract to the detriment of the Borrower, and includes collusive practice
Contractor Dy.Executive Engineer Executive Engineer
48
among Bidders (prior to or after bid submission) designed to establish bid prices at
artificial non-competitive levels and to deprive the Borrower of the benefits of free and
open competition."
59.3 When either party to the Contract gives notice of a breach of contract to the Engineer for a
cause other than those listed under Sub Clause 59.2 above, the Engineer shall decide whether
the breach is fundamental or not.
59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.
59.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe
and secure and leave the Site, Soon as reasonably possible.
60.0 Payment upon Termination
60.1 If the-Contract is terminated because of a fundamental breach of Contract by theContractor,
the Engineer shall issue a certificate for the value of the work done less advance payments
received up to the date of the issue of the certificate, less other recoveries due in terms of the
contract, less taxes due to be deducted at source as per applicable law and less the
percentage to apply to the work not completed as indicated in the Contract Data. Additional
Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any
payment due to the Contractor the difference shall be a debt payable to the Employer. 60.2 If the Contract is terminated at the Employer's convenience or because of a fundamental
breach of Contract by the Employer, the Engineer shall issue a certificate for the value of the
work done, the cost of balance material brought by the contractor and available at site, the
reasonable cost of removal of Equipment, repatriation of the Contractor's personnel
employed solely on the Works, and the Contractor's costs of protecting and securing the
Works and less advance payments received up to the date of the certificate, less other
recoveries due in terms of the contract and less taxes due to be deducted at source as per
applicable law.
61.0 Property
61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be
the property of the Employer, if the Contract is terminated because of a Contractor's default. 62.0 Release from Performance
If the Contract is frustrated by the outbreak of war or by any other event entirelyoutside the
control of either the Employer or the Contractor the Engineer shall certify that the Contract has
been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible
after receiving this certificate and shall be paid for all work carried out before receiving it and
for any work carried out afterwards to which commitment was made.
F. SPECIAL CONDITIONS OF CONTRACT
1. LABOUR:
The Contractor shall, unless otherwise provided in the Contract, make his ownarrangements
for the engagement of all staff and labour, local or other, and for their payment, housing,
feeding and transport.
The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in
such form and at such intervals as the Engineer may prescribe, showing the staff and the
numbers of the several classes oflabour from time to time employed by the Contractor on the
Site and such other information as the Engineer may require.
2. COMPLIANCE WITH LABOUR REGULATIONS:
During continuance of the contract, the Contractor and his sub-contractors shall abide at all
times by all existing labour enactments and rules made there under, regulations, notifications
and bye laws of the State or Central Government or local authority and any other labour law
(including rules), regulations, bye laws that may be passed or notification that may be issued
under any labour law in future either by the State or the Central Government or the local
authority. Salient features of some of the major labour laws that are applicable to construction
industry are given below. The Contractor shall keep the Employer indemnified in case any
action is taken against the Employer by the competent authority on account of contravention of
any of the provisions of any Act or rules made there under, regulations or notifications
including amendments. If the Employer is caused to pay or reimburse, such amounts as may be
necessary to cause or observe, or for non-observance of the provisions stipulated in the
Contractor Dy.Executive Engineer Executive Engineer
49
notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the
Contractor, the Engineer/Employer shall have the right to deduct any money due to the
Contractor including his amount of performance security. The Employer/Engineer shall also
have right to recover from the Contractor any sum required or estimated to be required for
making good the loss or damage suffered by the Employer.
The employees of the Contractor and the Sub-Contractor in no case shall be treated as
theemployees of the Employer at any point of time.
3) As per the directives laid down by the Government of Maharashtra Department of
Industries, Energy and labour Mantralaya Mumbai GR No BCA -2009/ Case No 108/
Labour –7 A Dt 17.6.2010. Cess @ 1% (One percent) shall be deducted at source, from every bill
of the contractor by the Executive engineer under Building and other construction for workers
welfare, cess act 1996.
4) Insurance of Contract work.
Contractor shall take out necessary Insurance Policy/Policies (Viz contractors all risk
Insurance policy, Erection all risk, Insurance policy etc. as decided by the Directorate of
Insurance) so as to provide adequate insurance cover for execution of the awarded work for
total contract value and complete contract period compulsorily from the, “Directorate of
Insurance, Maharashtra State, Mumbai” only. Its postal address for correspondence is “264,
MHADA, First Floor, Opp. Kalanagar, Bandra (East) Mumbai-400051”. (Telephone Nos.
26590403/26590690 and Fax Nos. 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 effected Insurance with
any Insurance Company, the same will not be accepted and the amount of premium calculated
by the Government Insurance Fund will be recovered directly from the amount payable to the
Contractor for the executed contract work and paid to the Directorate of Insurance Fund
Maharashtra State, Mumbai. The Director of Insurance reserves the right to distribute the risk
of insurance among the other resources.
5) Contractor shall submit a certificate to the effect that “All the payments to the labour/staff are
made in bank accounts of staff linked to Unique Identification Number (AADHAR CARD).”
The certificate shall be submitted by the contractor within 60 days from the commencement of
contract. If the time period of contract is less than 60 days then such certificates shall be
submitted within 15 days from the date of commencement of contract.
38. Royalty:- Royalty charges will be recovered from the contractor's bills as pe material
consumption in that bill. Royalty so recovered, will be kept in deposit. Contractors will
have to submit "Royalty Clearance Certificate" from the Revenue Authority; failing
which the recovered royalty amount will be transferred to Revenue Authority.
Contractor Dy.Executive Engineer Executive Engineer
50
SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TOESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTIONWORK.
(a) Workmen Compensation Act 1923 :- The Act provides for compensation in case of injury by
accident arising out of and during the course of employment.
(b) Payment of Gratuity Act 1972 :- Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if an employee has completed 5 years service
or more on death, the rate of 15 days wages for every completed year of service. The Act is
applicable toall establishments employing 10 or more employees.
(c) Employees P.P. and Miscellaneous Provision Act 1952:The Act Provides for monthly
contributions by the employer plus workers @ 10%or 8.33%. The benefits payable under the
Act are:
(i) Pension or family pension on retirement or death, as the casemay be.
(ii)Deposit linked insurance on the death in harness of the worker.
(iii)Payment of P.P. accumulation on retirement/death etc.
(d) Maternity Benefit Act 1951:- The Act provides for leave and some other benefits to women
employees in case of confinement or miscarriage etc.
(e) Contract Labour (Regulation & Abolition) Act 1970:- The Act provides for certain welfare
measures to be provided by the Contractor to contract labour and in case the Contractor fails to
provide, the same are required to be provided, by the Principal Employer by Law. The
Principal Employer is required to take Certificate of Registration and the Contractor is
required to take licence from the designated Officer. The Act is applicable to the
establishments or Contractor of Principal Employer, ifthey employ 20 or more contract labour. (f) Minimum Wages Act 1948 :- The Employer is supposed to pay not less than the Minimum
Wages fixed by appropriate Government as per provisions of the Act, if the employment is a
scheduled employment. Construction of Buildings, Roads, Runways are scheduled
employments. (g) Payment of Wages Act 1936:- Itlays down as to by what date the wages are to be paid, when it
will be paid and what deductions can be made from the wages of the workers. (h) Equal Remuneration Act 1979 :- The Act provides for payment of equal wages for work of
equal nature to Male and Female workers and for not making discrimination against Female
employees in the matters of transfers, training and promotions etc.
(i) Payment of Bonus Act 1965 :- The Act is applicable to all establishments employing 20 or
more employees. The Act provides for payments of annual bonus subject to a minimum of
8.33% of wages and maximum of 20% of wages to employees drawing Rs.3S00/-per month or
less. The bonus to be paid to employees getting Rs.2S00/- per month or above upto Rs.3500/-
per month shall be worked out by taking wages as Rs.2S00/ -per month only. The Act does not
apply to certain establishments. The newly set-up establishments are exempted for five years
in certain circumstances. Some of the State Governments have reduced the employment size
from 20 to 10 for the purpose of applicability of this Act.
(j) Industrial Disputes Act 1947 :- The Act lays down the machinery andprocedure for
resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal and
what are the requirements for laying off or retrenching the employees or closing down the
establishment. (k) Industrial Employment (Standing Orders) Act 1946 :-It is applicable to all establishments
employing 100 or more workmen (employment size reduced by some of the States and Central
Government to SO). The Act provides for laying down rules governing the conditions of
employment by the Employer on matters provided in the Act and get the same certified by the
designated Authority. (l) Trade Unions Act 1926 :- The Act lays down the procedure for registration of trade unions of
workmen and employers. The Trade Unions registered under the Act have been given certain
immunities from civil and criminal liabilities. (m) Child Labour (Prohibition & Regulation) Act 1986 :- The Act prohibits employment of
children below 14 years of age in certain occupations and processes and provides for
regulation of employment of children in all other occupations and processes. Employment of
Child Labour is prohibited in Building and Construction Industry.
Contractor Dy.Executive Engineer Executive Engineer
51
(n) Inter-State Migrant workmen's (Regulation of Employment & Conditions of Service) Act 1979
:- The Act is applicable to an establishment which employs 5 or more inter-state migrant
workmen through an intermediary (who has recruited workmen in one state for employment in
the establishment situated in another state). The Inter-State migrant workmen, in an
establishment to which this Act becomes applicable, are required to be provided certain
facilities such as housing, medical aid, travelling expenses from home upto the establishment
and back, etc. (0) The Building and Other Construction workers (Regulation of Employment and Conditions of
Service) Act 1996 and the Cess Act of 1996 :- All the establishments who carryon any building
or other construction work and employs 10 or more workers are covered under this Act. All
such establishments are required to pay cess at the rate not exceeding 2% of the cost of
construction as may be modified by the Government. The Employer of the establishment is
required to provide safety measures at the Building or construction work and other welfare
measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for
workers near the work place etc. The Employer to whom the Act applies has to obtain a
registration certificate from the Registering Officer appointed by the Government.
(p) Factories Act 1948:- The Act lays down the procedure for approval of plans before setting up a
factory, health and safety provisions, welfare provisions, working hours, annual earned leave
and rendering information regarding accidents or dangerous occurrences to designated
authorities. It is applicable to premises employing 10 persons or more with aid of power or 20
or more persons without the aid of power engaged in manufacturing process.
(q) The Contractor shall ………. of works DGIC at a . If 3 ARBITRATION
3.1. The Employer proposes that [name of proposed Dispute Review Expert as indicated in
Appendix] be appointed as Dispute Review Expert under the Contract, at a daily fee as
indicated in Appendix plus reimbursable expenses. If the Bidder disagrees with this proposal,
the Bidder should so state in the Bid. If in the Letter of Acceptance, the Employer has not
agreed on the appointment of the Dispute Review Expert, the Dispute Review Expert shall be
appointed by the Council of Indian Roads Congress at the request of either party.
3.2 For works costing above Rs.5 Crore the procedure for arbitration will be as per G.R of
Law & Judiciary Department issued vide Sankirn- 2016/C.R. 20/ Ka-19 dt. 13/10/2016
regarding “ Institutional Arbitration Policy”.
Contractor Dy.Executive Engineer Executive Engineer
52
SECTION-4
CONTRACTDATA
Contractor Dy.Executive Engineer Executive Engineer
53
Contract Data
Items marked “N/A” do not apply in this Contract Clause
Reference
with
respect to
Section - 3
1. The Employer is Executive Engineer, Public Works Division Pandharkawda Name :
Address :
[Cl.1.1]
2. The Engineer is Executive Engineer, Public Works Division Pandharkawda
3. The Dispute Review Expert appointed jointly by the employer and Contractor is: [Cl.1.1]
* Name : Superintending Engineer, P.W.Circle Yavatmal ?
*Address:
4. The Defects Liability Period is 60 Months from the date of Completion. [Cl.1.1 & 35]
5. The Start Date shall be …. days from the date of issue of the Work Order. [Cl.1.1]
6. The Intended Completion Date for the whole of the Works is …. days including
monsoon period after start of work with the following milestones:
[Cl.1.1,17&28]
Milestone dates: [Cl.2.2,& 49.1]
Physical Works to be completed Period from the start date
i) Milestone 1 : 20% of work 06 months
ii) Milestone 2 : 50% of work
12 months
iii) Milestone 3 : 70% of work
18 months
vi) Milestone 4 : 100% of work
24 months
7. Site Location - Site is located at Pandharkawda Tq. Kelapur in Yavatmal
Dist Yavatmal. in Maharashtra State
[Cl.1.1]
8. The name and identification number of the Contract is:- [Cl.1.1]
Contractor Dy.Executive Engineer Executive Engineer
54
9 The work consist of ...
1. ……………..
2. …………….
3. The works shall, inter alia, include the following, as specified or as
directed:
(A) Road Works
Site Clearance; setting out and layout; widening of existing carriageway and strengthening including camber corrections;
construction of new road/parallel service road; bituminous pavements
remodelling/construction of junctions, intersections, bus bays,
laybyes; supplying and placing of drainage channels, flumes, guard
posts and guard other related items; construction/extension of cross
drainage works, bridges, approaches and other related stones; road
markings, road signs and kilometre / hectometre stones; protective
works for roads/bridges; all aspects of quality assurance of various
components of the works rectification of the defects in the completed
works during the Defects Liability Period; submission of “ As Built”
drawings and other related documents; and other item of work as may
be required to be carried out for completing the works in accordance
with the drawings and provisions of the contract to ensure safety. (B) Bridge Works
Site Clearance; setting out, provision of foundations, piers abutments
and bearings; pre-stressed / reinforces cement concrete
superstructure; wearing coat, hand railing, expansion joints, approach
slabs, drainage spouts / downtake pipes, arrangements for fixing light
posts, water mains, utilities etc. provision of suitably designed
protective works, wing / return walls; provision of road markings, road signs etc. all aspects of quality assurance; clearing the site and
handing over the works on completion; rectification of the defects
during the Defects Liability Period and submission of “ As Built”
drawings and other related documents; and other item of work as may
be required to be carried out for completing the works in accordance
with the drawings and provisions of the contract to ensure safety.
(C) Buildings and Other Items
Any other items as required to fulfil all contractual obligations as per
the Bid documents
[Cl.1.1]
10. The following documents also form part of the Contract:.......................
[ Cl. 2.3(9) ]
11. The law, which applies to the Contract, is the law of Union of India. [ Cl. 3.1 ]
12. The language of the Contract documents is English [ Cl. 3.1 ]
13. Limit of subcontracting – 50 % of the Initial Contract Price [ Cl. 7.1 ]
14. The Schedule of Other Contractors – [ Cl. 8 ]
15. The Schedule of Key personnel - As per Annex-II to section I [Cl. 9]
16. The minimum insurance cover for physical property, injury and death is Rs.5
lakhs per occurrence with the number of occurrences limited to four. After each
occurrence, Contractor will pay additional premium necessary to make insurance valid for four occurrences always.
[Cl. 13]
17. Site investigation report – To be assessed by the contractor [Cl. 14]
18. The site possession Dates shall be same day from issue of Work order to proceed with the work.
[Cl. 21]
Contractor Dy.Executive Engineer Executive Engineer
55
19. Fees and types of reimbursable expenses to be paid to the Dispute Review Board
(To be inserted later)
[Cl. 25]
20. Appointing Authority for the Dispute Review Expert-Council, Indian Roads
Congress, New Delhi [Cl. 26]
21. The period for submission of the programme for approval of Engineer shall be 21
days from the issue of letter of Acceptance [Cl. 27.1]
22. The period between programme updates shall be … day. [Cl. 27.3]
23. The amount to be withheld for late submission of an update programme shall be
Rs. ……
[Cl. 27.3]
24. The following events shall also be Compensation Events: [Cl. 44]
Substantially adverse ground conditions encountered during the course of
execution of work not provided for in the bidding document –
(i) Removal of underground utilities detected subsequently
(ii) Significant change in classification of soil requiring additional
mobilisation by the contractor e.g. ordinary soil to rock excavation
(iii) Removal of unsuitable material like marsh, debris dumps etc. not caused
by the contractor
(iv) Artesian conditions.
(v) Seepage, erosion, landslide
(vi) River training requiring protection of permanent work
(vii) Presence of historical, archaeological or religious structures, monuments
interfering with the works
(viii) Restriction of access to ground imposed by civil. judicial, or military
authority.
25. The currency of the Contract is Indian Rupees [Cl. 46]
26. The Proportion of payments retained (retention money) shall be 6 % from each
bill subject to a maximum of 5 % of final contract price.
[Cl. 48]
27. Amount of liquidated damages for delay in
completion of works (I) for Whole of work [Cl. 49]
(1/2000)th of the initial contract
price rounded off to the nearest
thousand per day
(II) for sectional completion
28. Nature of Advances Amount (Rs.)Conditions to be
fulfilled
(Whatever specified in Item 6
of Contract Data) - (1/200)th of
initial contract price for section
of work under
(i) milestone I rounded off to
the nearest thousand per day.
(ii) milestone II rounded off to the nearest thousand per day
i.e. Rs.200000/- (Rs. Two lakh
only)per day.
28 Maximum limit of liquidated damages for
delay in completion of work.
10 percent of the Initial
contract Price rounded off to
the nearest thousand. i.e. (Rs.
only)
[Cl. 49]
Contractor Dy.Executive Engineer Executive Engineer
56
29. The amounts of the advance payment are. [Cl. 51 &
52]
Nature of advance Amount (Rs.) Conditions to
be fulfilled
ii. *EQUIPMENT
DELETED
90% for new and 50% of depreciated value
for old equipment.
Total amount will be
subject to a maximum
of 5 % of the Contract
Price.
After equipment is brought to site (provided the Engineer is satisfied that the equipment is required
for performance of the contract) and on submission
of unconditional Bank Guarantee for amount of
advance.
i. *EQUIPMENT
90% for new and 50%
of depreciated value
for old equipment.
Total amount will be
subject to a maximum
of 5 % of the Contract
Price.
After equipment is brought to
site (provided the Engineer is
satisfied that the equipment is
required for performance of the
contract) and on submission of
unconditional Bank Guarantee
for amount of advance.
ii. Secured advance for
non-perishable materials brought to
site
75% of Invoice Value a) The materials are in
accordance with the
specification for works.
b) Such materials have been
delivered to site, and are
properly stored and protected
against damage or deterioration
to the satisfaction of the
Engineer. The Contractor shall
store the bulk material in
measurable stacks;
c) The Contractor’s records of
the requirements, orders,
receipt and use of materials are
kept in a form approved by the
Engineer and such records shall
be available for inspection by
the Engineer.
d) The contractor has submitted
with his monthly statement the
estimated value of the materials
on site together with such
documents as may be required by the Engineer for the purpose
of valuation of the materials
and providing evidence of
ownership and payment
thereof.
e) Ownership of such materials
shall be deemed to vest in the
Employer for which the
Contractor has submitted an
Indemnity Bond in an acceptable format, and
f) The quantities of materials
are not excessive and shall be used within a reasonable time
as determined by the Engineer
[Cl. 45]
29. Repayment of Secured advance
The advance shall be repaid from each monthly payments to the extent materials
[for which advance was previously paid pursuant to Clause 51.4 of G. C. C. ]
have been incorporated into the works.
[Cl. 51.4]
30. The Securities shall be for the following minimum amounts equivalent as a
percentage of the Contract Price:
Performance Security for 2% (Two percent) of contract price plus
Rs....................... (to be decided after evaluation of the bid) as additional security
in terms of ITB Clause 29.5
The Standard form of Performance Security acceptable to the Employer shall be
an unconditional Bank Guarantee of the type as presented in Section 8 of the
Bidding Documents.
[Cl. 52]
Contractor Dy.Executive Engineer Executive Engineer
57
36. Star Rates :-
The Star Rates for Bitumen, Steel and Cement are as follows.
1. Bitumen V.G. 30 Grade - Rs. 32410/- per M.T.
2. Bitumen V.G. 10 Grade - Rs. 26130/- per M.T.
3. Cement Rs. 4200/- per M.T.
4. Steel Rs. 33425/- per M.T.
The difference between purchase price of contractor and the Star Rate shall be Recoverable / Payable to
/ from the contractor
37. Price Adjustment :-
Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels
and lubricants excluding bitumen, cement and steel in accordance with the following principles and
procedures and as per formula given in the contract data. The price variation clause to be included shall be
read as follows:
(a) The price adjustment shall apply for the work done from the start date given in the contract data upto end
of the initial intended completion date or extensions granted by the Engineer and shall not apply to the work
carried out beyond the stipulated time for reasons attributable to the contractor. (b) The price adjustment shall
be determined during each month from the formula given in the contract data. (c) Following expressions and
meanings are assigned to the work done during each month:
R = Total value of work done during the month. It would include the amount of secured advance
granted, if any, during the month, less the amount of secured advance recovered, if any during the month. It
will exclude value for works executed under variations for which price adjustment will be worked separately
based on the terms mutually agreed.
To the extent that full compensation for any rise or fall in costs to the contractor is not covered by
the provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall be
deemed to include amounts to cover the contingency of such other rise or fall in costs.
The formula (e) for adjustment of prices are: R = Value of work
Adjustment for labour component (i) Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance with the
following formula:
(ii) VL= 0.85 x P1/lOO x R x (LI- Lo )/Lo
(iii) VL= increase or decrease in the cost of work during the month under consideration due to changes
in rates for local labour.
(iv) Lo= the consumer price index for industrial workers for the State on 28 days preceding the date of
opening of Bids as published by Labour Bureau, Ministry of Labour, Government of India.
(v) LI= The consumer price index for industrial workers for the State for the under consideration as
published by Labour Bureau, Ministry of Labour, Government of India.
(vi) PI= Percentage of labour component of the work.
Adjustment of POL (fuel and lubricant) component
(v) Price adjustment for increase or decrease in cost of POL (fuel and lubricant) shall be paid in accordance
with the following formula:
Vf = 0.85 x P/100 x R x (F, - F)/Fo
31. The Schedule of Operating and Maintenance Manuals ................N/A [Cl. 58]
32. The date by which “as-built’ drawings (in scale as directed) in 2 sets are required
is within 28 days of issue of certificate of completion of whole or section of the
work, as the case may be.
[Cl. 58]
33. The amount to be withheld for failing to supply “as-built” drawings by the date
required is Rs. ………. Lakh.
[Cl. 58]
34. The following events shall also be fundamental breach of contract : “The
Contractor has contravened Sub-Clause 7.1 and Clause 9 of GCC.”
[Cl. 59.2]
35. The Percentage to apply to the value of the work not completed representing the
Employer’s additional cost for completing the Works shall be 20 percent.
[Cl. 60]
Contractor Dy.Executive Engineer Executive Engineer
58
Vf = Increase or decrease in the cost of work during the month under consideration due to changes in rates
for fuel and lubricants.
Fo = The official retail price of High Speed Diesel (HSD) at the existing consumer pumps of IOC at nearest
center on the day 28 days prior to the date of opening of Bids.
F, = The official retail price of HSD at the existing consumer pumps of IOC at nearest center for the 15th day
of month of the under consideration.
P, = Percentage of fuel and lubricants component of the work. Note: For the application of this clause, the price of High Speed Diesel oil has been chosen to represent fuel
and lubricants group.
Adjustment of Other materials Component (Excluding bitumen, steel and cement )
(vii) Price adjustment for increase or decrease in cost of local materials other than cement, steel, bitumen and
POL procured by the contractor shall be paid in accordance with the following formula:
Vm = 0.85 x Pm /100 x R x (MI - M0 )/M0
Vm= Increase or decrease in the cost of work during the month under consideration due to changes in rates
for local materials other than cement, steel, bitumen and POL.
M,= The all India wholesale price index (all commodities) on 28 days preceding the date of opening of Bids,
as published by the Ministry of Industrial Development, Government of India, New Delhi.
M, = The all India wholesale price index (all commodities) for the month under consideration as published
by Ministry of Industrial Development, Government of India, New Delhi.
Pm= Percentage of local material component (other than cement, steel, bitumen and POL of the work.
The following percentages will govern the price adjustment for the entire contract:
1. Labour - Pl 31.00 %
2. POL - Pf 02.00 %
3. Other materials - Pm 67.00 %
Note :- Price adjustment will be given for Petrol / Oil / Lubricants (POL), Labour and material other
than bitumen, cement and steel. However the maximum amount due to price variation will be
restricted to 5% of the accepted contract value excluding the compensation payable for the materials
(bitumen, steel and cement) which have been directly given difference in purchase price and star rate.
Contractor Dy.Executive Engineer Executive Engineer
59
Scope of Work
Name of Work - : CONSTRUCTION OF COURT BUILDING AT PANDHARKAWDA, TQ.
KELAPUR DISTT. YAVATMAL
Following provisions are made in this estimate.
GF + FF + SF Total Built up Area 5939.43 Sqm
R.C.C Framed structure
i) Excavation in soils of all types
ii) Soling 80mm
iii) P.C.C. 1:4:8
iv) M-25 RCC Conc. : For Raft, for Column upto Plinth, Plinth beam
v) M-20 RCC Conc. : For Column above plinth, Lintel beam, Floor Beam
vi) II nd class BB masonry for foundation & super str.
vii) Flooring
Granite : At Enterance, Corridoor
Vetrified: Court hall & other rooms
Ceramic : For Toilets Dado and Skirting
Chequred: For Ramp
Kotah : Kitchen, Store
Ultra tiles : Court yard
viii) Plaster
6mm Plaster: For Ceiling with putty finish
12mm/20mm Plaster: For internal Walls with putty finish
Sand Faced: For external Walls
Wall Cladding For external Walls
ix) Painting
Internal : Plastic emulsion paint
External : External Weather proof Paint
x) Doors & Windows
Doors :
- Double leaf Panelled door CCTW 60 x 100
frame :- for Enterance door
- Single leaf Panelled door with
Pressed steel sheet door frame
- Granite door frame for Toilet
with PVC shutter
Window : Three track Aluminium/ UPVC Window
Ventilators :- Aluminium/ UPVC louvered ventilators xi) Water Supply and Sanitary fitting
Provision made for water supply and sanitary fittings
B:- Compound Wall
RCC Frame with Column beam footings of M-20 grade
Sand face plaster & Water proof cement paint
Entrance MS Grill Gate with Security Cabin
Contractor Dy.Executive Engineer Executive Engineer
60
C:- Sump Tank & Pump House
Sump tank: 2.50m x 5.00m x 2.50m
Pump House 2.50m x 3.0
RCC Frame with Column, beam, raft of M-20 grade
Sand face plaster & Water proof cement paint
Concrete flooring of 40mm thick
D:- Bore well
150mm dia 80m depth
PVC Casing 50m
E:- Internal Road
75 mm thick MPM, 20 mm thick OGC with Liquid Seal Coat.
4 Wheeler and 2 Wheller Parking Shed
F:- Box Cell
M-25 grade Raft Slab, Ballast walls and Deck Slab
M-15 cut off walls, apron
Contractor Dy.Executive Engineer Executive Engineer
61
SECTION 5
TECHNICAL SPECIFICATIONS
Contractor Dy.Executive Engineer Executive Engineer
62
TECHNICAL SPECIFICATIONS
GENERAL CONDITIONS OF CONTRACT
1) Authority of the Engineer-in-charge.
1.1) So far as it is legally or physically impossible, the contractor shall execute, complete and
maintain the works in strict accordance with the contract under the directions and to the entire
satisfaction of the Engineer-In-Charge and shall comply with and adhere strictly to the Engineer-In-
Charge’s instructions, and directions on any matter (whether mentioned in the contract or not)
pertaining to this works.
1.2) The Engineer-In-Charge shall decide all questions which may arise as to quality and acceptability of
materials furnished and work executed, manner of execution, rate of progress of the works,
interpretation of the plans and specifications and acceptability of fulfillment of the contract on the
part of the contractor. He shall determine the amount and quality of the work performed and
materials furnished and his decision and measurements shall be final. In all such matters and in any
technical questions which may arise touching the contract, his decision shall be binding on the
contractor.
1.3) The Engineer-in-charge shall have the power to enforce such decision and orders if the contractor
fails to carry them out promptly. If the contractor fails to execute the work ordered by the
Engineer-in-charge may give notice to the contractor specifying a reasonable period therein
and on the expiry of the period proceed to execute such work as may be deemed necessary and
recover the cost thereof from the contractor.
1.4) Authorities of the Engineer-in-charge’s Representative :
The duties of the representative of the Engineer-in-charge are to watch and supervise the
work and to test and examine the materials to be used for workmanship employed in connection
with the works.
1.5) The Engineer-in-charge may from time to time, in writing, delegate to his
representative any of the powers and authorities vested in the Engineer-in-charge and shall furnish to
the contractor a copy of all such delegations of powers and authorities. Any written instruction of
approval given by the representative of the Engineer-in-charge to the contractor within the terms of
such delegations (but not otherwise) shall bind the contractor and the department as through, it had
been given by the Engineer-in-charge, provided always as follows :
a) Failure of the representative of the Engineer-in-charge to disapprove any work or
materials shall not prejudice the power of the Engineer-in-charge thereafter to disapprove such
work or materials and to order to pulling down, removal or breaking up thereof.
b) If the contractor is dis-satisfied with any decision of the representative of the Engineer-in-
charge, he shall be entitled to refer the matter to the Engineer-in-charge, who shall there upon
confirm, reverse or vary such decision.
2) Other conditions for submission of Tender.
2.1) The Contractor shall be deemed to have carefully examined the work and site conditions
including labour, the general and the special conditions, the specifications, schedules and drawings
and shall be deemed to have visited the site of the work and to have fully informed himself
regarding the lead conditions including tide and water level, wind and current velocity and sub-soil
conditions and carried out his own investigation to arrive at the rates quoted in the tender. In this
regard he will be given necessary information to the best of knowledge of department but without
any guarantee about it.
2.2) It is presumed that the contractor has carefully gone through the works specifications,
P.W.D. Handbook, M.O.R.T.& H specifications and the schedule of rates of the division and studied
the site conditions before arriving at the rates quoted by him.
Contractor Dy.Executive Engineer Executive Engineer
63
3) Treasure trove :
In the event of discovery by the contractor or his employees during the progress of the
works of the any treasure, fossils, minerals or any other articles of value or interest, the contractor
shall give immediate intimation there of to the Engineer-in-charge and alongwith make over to the
Engineer-in-charge this representative such treasure or things which shall be the property of
Government.
3.1) Layout of work :
Layout of the work will be done by the Contractor in consultation with the Executive
Engineer, of the Department or his representative. The modern equipments like Theodolite /
Total station shall be deployed by the contractor at his own cost as directed by the Engineer-in-
charge. Some permanent marks should however be established to indicate the demarcation of the
structure or any component there of made to this permanent marks in measurement books and
drawing, signed by the contractor and the departmental officer. Responsibility regarding layout
will be joint. All vegetation / bushes shall be cleared from site before start of work, so as to stack
the material without hindrance to traffic.
4) Agent and work order book :
4.1) The contractor shall himself engage an authorized all time agent on the work
capable of managing and guiding the work and understanding the specifications and contract
condition. A qualified and experienced Engineer be provided by the contractor as his agent for
technical matters in case the Engineer-in-charge consider this as essential for the work and so directs
the contractor. Agent will take orders as will be given by the Executive Engineer or his
representative and shall be responsible for carrying them out. The agent and/or site Engineer shall
not be changed without prior intimation to the Executive Engineer and his representative on the
work site. The Engineer-in-charge have the unquestionable right to ask for changes in the quality
and strength of Contractors supervisory staff and to order removal from work of any of such staff.
The contractor shall comply with such order and effect replacements of the satisfaction of the
Engineer-in-charge.
4.2 A work order book shall be maintained on site and it shall be the
property of Government and the contractor shall promptly acknowledge the order given therein by
the Engineer or his authorized representative or his superior officer, and comply with them. The
compliance shall be reported by contractor to the Engineer-in-charge in good time so that it can be
checked. The blank work order book, with machine numbered pages in quadruplicate with
perforated sheets for three copies to be detached, will be provided by the department for this
purpose. Whenever any instructions are written in the work order book the contractor will be
supplied with the first carbon copy.
5) Initial measurement for record :
Where for proper measurement of the work it is necessary to have an initial set of levels or
other measurement taken the same as recorded in the authorized field book or M.B. of Government
by the Engineer or his authorized representative will be signed by the contractor who will be entitled
to have a true copy of same made at his cost. Any failure on the part of the contractor to get such
level etc. recorded before starting the work will tender him liable to accept the decision of the
Engineer as to the basis of taking measurements. Likewise the contractor will not cover any work
which will render its subsequent measurement difficult or impossible without first getting the same
jointly measured by himself and the authorized representatives of the Engineer. The record of such
measurements on the Government side will be signed by the contractor and he will be entitled to
have a true copy of the same made at his cost.
Contractor Dy.Executive Engineer Executive Engineer
64
6) Custody of work:
All work and materials before being finally taken over by Government will be the entire
liability of the contractor for guarding, maintaining and making good any damages of any magnitude. It is
however, to be understood that before taking over such work. Government will not put it to regular use as
distinct from casual or incidental use, except as specially mentioned elsewhere in this contract or as mutually
agreed to.
7) Co-ordinations :
When several agencies for different sub works of the project are to work simultaneously on
the project site, the contractor shall render full co-ordination for achieving proper co-ordination
between different contractors to ensure timely completion or the whole project smoothly. The
scheduled dates for completion specified in each contract shall, therefore, be strictly adhered to.
Each contractor may make his independent arrangements for water, power, access, housing etc. but
if they so desire he will be at liberty to come to mutual agreement with other contracting agencies in
this behalf and make joint agreement with the approval of the Engineer-in-charge. The contractor
shall not take or cause to be taken any steps or action that may cause disruption, discontent or
disturbance to work, labour or other arrangements etc. of other contractors in the project localities.
Any action by the Contractors which the Engineer-in-charge in his unquestioned discretion,may
consider infringement of the above would be considered as a breach of the contract conditions and
shall be dealt with as such.
In case of any dispute or disagreement between the various contractors, the Engineer-
in-charge’s decisions regarding the coordination, co-operation and facilities to be provided by any
of the contractor shall be final and binding on the contractor concerned & such a decision or
decisions shall not vitiate contract nor absolve the contractor of his obligations under the contract,
nor form the grounds for any claim or compensation.
8) Patented Devices, Materials and Process :
Whenever the contractor desires to use any designed device, material or process covered
by letter of patent copy right, the right for such use shall be secured by suitable legal arrangement
and agreement with patent owners and the copy of their agreement shall be filed with Engineer-in-
charge.
9) Relation with Public Authorities :-
The contractor shall comply with all rules, regulations, by law and directions, given from
time-to-time by any local or public authority or body in connection with this work and shall himself
pay fees or charges which are leviable on him with out any extra cost to Government.
10) Indemnity :
The contractor shall indemnify the Government against all action, suits, claims and
demands brought or made against it in respect of anything done or committed to done by the
contractor in execution of or in connection with the work of this contract any against any loss or
damage to the Government in consequences of anything done or committed to be done in the
execution of the work of this contract. The Government may, at its discretion and entirely at the
cost of contractor, defend such suit either jointly with the contractor or singly, in case the letter
chooses not to defend the case.
11) Stacking, Storage and guarding of materials:
11.1) The stacking and storage of materials at site shall be in such a manner as to prevent
determination or intrusion of foreign matter and to ensure the preservation of their quality,
properties and fitness for the work. Suitable precautions shall be taken by the contractor to protect
against atmospheric actions, fire and other hazard. The materials likely to be carried away by wind
shall be stored in suitable stores or with suitable barricades and where there is likelihood of
subsidence of soil, heavy materials shall be stored on paved platforms. Suitable separating
Contractor Dy.Executive Engineer Executive Engineer
65
barricades and enclosures as directed shall be provided to separate materials brought by contractor
and obtained from different sources of supply.
11.2) The contractor shall at his own expenses, engage watchmen for guarding the materials
and plant and machinery and the work during day and night against any pilferage or damage and
also for prohibiting trespassers.
11.3) No materials brought to the site shall be removed from the site without the prior approval
of the Engineer-in-charge.
12) Inspection of work by Engineer-in-charge.
12.1) The contractor shall inform the Engineer-in-charge in writing when any portion of the
work is ready for inspection giving him sufficient notice to enable him to inspect the same without
affection the further progress of the work.
12.2) The contractor shall provide at his cost necessary ladders and such arrangements as are
considered safe by the Engineer-in-charge for proper inspection of all parts of the work by the local
representatives, M.L.A’s and officers etc. No compensation shall be paid to the contractor on this
account.
13) Precaution to be taken by contractor:
13.1) The work shall be carried out by the contractor without causing damage to the
existing Government property and/or private property. If any such damage are caused, the
contractor shall pay for restoration of the property to the original conditions, and any other
consequent damages.
13.2) In the event of an occurrence of an accident, involving serious injury or death of any
person, at site of work or quarry or at any place in connection with the work the same shall be
reported in writing within twenty four hours of the occurrence to the Engineer-in-charge
and the Commissioner of Workmen’s compensation.
14) Clearance of site on completion of works:
The contractor after completion of work shall clean the site of all debris and remove all
unused materials other than those supplied by the department and all plant and machinery,
equipments, tools etc., belonging to him within one month from the date of completion of the work,
or otherwise the same will be removed by the department at his cost or disposed off as per
departmental procedure. In case the material is disposed off by department, the sale proceeds will
be credited to the `contractor’s account after deducting the cost of sale incurred. However, no claim
of contractor regarding the price of amount credited will be entertained afterwards. In case of road
work the vegetation on road formation and slopes shall be cleared at the time of completion by
contractor at his own cost.
15) Removal of Constructional plant with prior permission:
All constructional plant, provided by the contractor shall when brought on the site be
deemed to be exclusively intended for the construction and the contractor shall not remove the same
or any part thereof (Save of the purpose of moving it from one part of the site to another) without
the consent in writing of the Engineer-in-charge who shall record the reasons for withholding the
consent.
16) Restrictions because of local traffic:
As there is Local traffic by the side of construction, the contractor will have to take proper
precautions such as proper barricading, fencing, lighting, information and cautionary boards for safe
and smooth flow of traffic, and keeping the concerned authorities informed about the work in
progress.
Contractor Dy.Executive Engineer Executive Engineer
66
17) Completion Certificate:
17.1) The work shall not be considered to have been completed in accordance
with the terms of the contract until the Engineer-in-charge shall have certified in writing to that
effect. No approval of material or workmanship or approval of part of work during the progress of
execution shall bind the Engineer-in-charge or in any way prevent him from even rejecting the work
which is claimed to be completed and to suspend the issue of his certificate of completion until such
alteration and modification or reconstruction have been effected at the cost of the contractor as shall
enable him to certify that the work has been completed to his satisfaction.
17.2) After the work is completed the contractor shall give notice of such completion
to the Engineer-in-charge and within 30 days of receipt of such a notice the Engineer-in-charge
shall inspect the work and if there is no defect in the work, shall furnish the contractor with a
certificate indicating the date of completion. However, if there are any defects which in the opinion
of the Engineer-in-charge are rectifiable he shall inform the contractor the defects noticed. The
contractor after rectification of such defects shall then inform the Engineer-in-charge and Engineer-
in charge on his part shall inspect the work and issue the necessary completion certificate within 30
days if the defects are rectified to his satisfaction, and if not, he shall inform the contractor
indicating defects yet to be rectified. The time cycle as above, shall continue.
17.3) In case defects noticed by the Engineer-in-charge which in his opinion are not
rectifiable but otherwise work is acceptable at reduced payment, work shall be treated as completed.
In such cases completion certificate shall be issued by the Engineer-in-charge within 30 days
indicating the un-rectifiable defects for which specified reduction in payment is being made by him.
17.4) The issue of completion certificate shall not be linked up with the site clearance after
completion of work.
17.5) Should the part of construction is put to use at any stage prior to date of issue of completion
certificate, the maintenance period of that part of the work shall be reckoned from the date of actual
use of the facility.
18) Ancillary Works :
The contractor shall submit to Engineer-in-charge in writing the details of all ancillary
works including layout and specifications to be followed for its construction. Ancillary work shall
not be taken up in hand unless approved by Engineer-in-charge. The Engineer-in-charge reserves
the right to suggest modifications or make complete changes in the layout and specifications
proposed by the contractor at any stage to ensure the safety on the work site. The contractor shall
carry out all such modification to the ancillary works at his own expenses as ordered by Engineer-in-
charge.
19) Temporary Quarter :-
The contractor shall at his own expense make his own arrangement for housing his staff
with all necessary amenities. General layout plan for such structures shall be got approved from the
Engineer-in-charge. It will be the responsibility of the contractor to get his layout plan of temporary
structure approved from the local competent authorities.
20) Safety measures and Amenities :
Safety Measures
The contractor shall take all necessary precautions for the safety of the workers and
preserving their health while working on such jobs as required special protection and precaution
where ever required. The contractor shall also comply with the directions issued by the Engineer-in-
charge in this behalf from time to time at all times.
Contractor Dy.Executive Engineer Executive Engineer
67
The following are some of the requirement
i) Providing protective footwear to workers in situations like mixing and placing of
mortar or concrete, in quarries and place where the work is to be done under too much
wet conditions as also for, movements over surfaces infested with oyster growth.
ii) Providing protective hardware to working in quarries etc. to protect them against
accidental fall of materials from above.
iii) Providing handrails at the edge of the floating platforms, barges walkways, ladder etc.
iv) Providing workmen with safety belts, ropes etc. when working on any masts cranes, cribs,
hoists, dredgers etc.
v) Taking necessary steps towards training the workers concerned on the use of machinery
before they are allowed to handle it independently and taking all necessary precautions in
and around the areas where machines, hoists and similar units are working. Wherever
required, the persons handling the machinery shall have requisite licenses, certificate etc.
vi) Preventing over loading and over-crowding of floating and land based machinery and
equipment.
vii) Providing life belts to all men working at such situations from where they may
accidentally fall into water or on the ground, . Equiping the boats with adequate numbers
of life buoys etc.
viii) Avoiding bare live wires etc. as would cause electrocutions.
ix) Making platforms, stagings and temporary structures sufficiently strong and not
causing the workmen and supervisory staff to work under risks.
x) Providing sufficient first-aid trained staff and equipment to be available quickly at the
worksite to render immediate first-aid treatment in case of accident due to suffocation,
drowning and other injuries.
xi) Taking the all necessary precautions wherever drivers are engaged on work.
xii) Providing full length gum boots, leather hand gloves, leather
jackets with fireproof aprons to cover the chest and back
reaching upto knees plain goggles for the eyes to the labour working with hot asphalt
handling, vibrators in cement concrete and also where use of any or all these items is,
essential in the interest of health and well-being of the labourers in the opinion of the
Engineer-in-charge.
21) Medical and Sanitary Arrangements to be provided for labour employed in the construction
by the Contractor :
a) The Contractor shall provide an adequate supply of potable water for the use of labourers on works
and in camps.
b) The Contractor shall construct trenches or semi permanent latrines for the use of labourers.
Separate latrine shall be provided for men and women.
c) The Contractor shall build sufficient number of huts on suitable plot of land for use of the
labourers according to the following specifications.
(1) Huts of Bamboos and Grass may be constructed.
Contractor Dy.Executive Engineer Executive Engineer
68
(2) There should be no over-crowding. The floor space at the rate of 3 sqm. (30 Sq.ft.) per
head shall be provided. Care should be taken to see that the huts are kept clean and in good order.
(3) The contractor must find his own land. If he wants Government land he should apply for
it. Assessment for it, if demanded will be payable by contractor. However the department does not
bind itself for making available the required land.
(4) A good site not liable to submergence shall be selected. High ground remote from
jungle but well provided with trees, shall be chosen wherever it is available. The neighborhood of
tank, jungles, grass or weeds should be particularly avoided. Camps should not be established close
to large cutting of earth work.
(5) The lines of huts shall have open space of at least 10 meters between rows. When a
good natural site can not be procured particular attention should be given to the drainage.
d) The contractor shall construct sufficient number of bathing places. Sufficient number of washing
places should also be provided for the purpose of washing cloths.
e) The contractor shall make sufficient arrangements for draining away the surface and sullage water
as well as water from the bathing and washing places and shall dispose off this waste water in such a
way as not to cause any nuisance.
f) The contractor shall engage a medical officer with a traveling dispensary for a camp containing
500 or more persons if there is no Govt. or other private dispensary situated within 8 kilometers
from the camp. In case of an emergency, the contractor shall arrange at his cost free transport for
quick medical help to his sick workers.
g) The contractor shall provide the necessary staff for affecting the satisfactory conservancy and
cleanliness of the camp to the satisfaction of the Engineer-in-charge. At least one sweeper per 200
persons should be engaged.
h) The Assistant Director of Public Health shall be consulted before opening a labour camp and his
instructions on matters such as water supply. Sanitary convenience, the camp site, accommodation
and food supply shall be followed by the contractor.
i) In addition to above all provisions of the relevant labour act pertaining to basic amenities to be
provided to the labourer shall be applicable which will be arranged by the contractor.
j) The contractor shall make arrangement for anti-malaria measure to be provided for labour
employed on the work. The anti-malaria measures shall be as directed by Assistant Director of
Public Health Officer.
22) The contractor except as provided in special conditions which follow, shall, if necessary
construct at his cost, temporary roads and maintain these in proper conditions till completion of the
work, at his own cost.
23) The contractor except as provided in special conditions which follow shall have to at his
own expenses make all preliminary arrangements for labour, water, electricity, and materials etc.,
immediately after getting the work order. The Government may render necessary assistance in this
regard by way of letters of recommendation, if so requested by the contractor. No claim for any
extra payment or application for extension of time on the grounds of any difficulty in connection
with the above matters will be entertained.
24) Working methods and progress schedules :
24.1) The Contractor shall submit within the time stipulated by the Engineer in writing the
details of actual methods that would be adopted by the contractor for the execution, of any items as
required by Engineer at each of the location, supported by necessary detailed drawing and sketches
including those of the plant and machinery that would be used their locations arrangement for
conveying and handling materials etc. and obtain prior approval of the Engineer-in-charge who
reserves the right to suggest modifications or make corrections in the method proposed by the
Contractor Dy.Executive Engineer Executive Engineer
69
contractor whether accepted previously or not at any stage of the work, to obtain the desired
accuracy, quality, safety and progress of work which shall be binding on the contractor. No claim
on account of such change in method of execution will be entertained by Government so long as
specification of the item remains unaltered.
24.2) The Contractor shall furnish within one month of the order to start the work
programme of work in quadruplicate indicating the date of actual start, the monthly progress
expected to be achieved and the anticipated completion date of each major item of work to be done
by him, also indicating date of procurement of materials and setting up of plants and machinery.
The programme is to be such as to be practicable of achievement towards the completion of the
whole work in the time limit and of the particular items, if any on the due dates specified in the
contract. Planning and programme of works shall be done by the mutual discussion between the
Engineer –in-charge and contractor's representative in charge of work. The progress of work shall
be reviewed every six months and revised programme shall be drawn up, if necessary, No revised
programme shall be operative without the approval of Engineer-in-charge in writing. The Engineer
is further empowered to ask for more detailed schedule or schedules say weekly, for any item or
items in case of urgency of work as will be directed by him and the contractor shall supply the same
and when asked for. Acceptance of the programme or the revised programme, by the Engineer-in-
charge shall not relieve the contractor of his responsibility to complete the whole of the work by the
prescribed time or the extended time if any.
24.3) The Contractor shall furnish sufficient plant, equipment and labour as may be
necessary to maintain the progress schedule. The working and shift hours restricted to one shift a
day for operations to be done under the Government supervision shall be such as may be approved
by the Engineer-in-charge. They shall not be varied without prior approval of the Engineer. Night
work which requiring supervision shall not be permitted except when specifically allowed by
Engineer-in-charge if requested by contractor. The contractor shall provide necessary lighting
arrangement etc. for night work as directed by Engineer without extra cost of Government.
24.4) The contractor shall submit report on progress of work in forms and statement etc. as
periodical intervals in the form of progress charts, forms, statements and/or reports as may be
approved by the Engineer. Forms for sending reports about progress will be supplied by the
Executive Engineer.
24.5) The contractor shall maintain proforma, chart, details regarding machinery equipment,
labour, material, periodical returns thereof in proforma to be approved from the Engineer-in-charge.
25) Payment :
The Tenderer must understand clearly that the rates quoted are for completed work and
include all cost due to labour, all leads and lifts involved and if further necessitated scaffolding
plants, supervision, service works, power etc. and to include all to cover the cost of night and round
the clock work as and when required and no claim for additional payment beyond the prices or rates
quoted will be entertained and the tenderers will not be entitled subsequently to make any claim on
the ground of any representation or on any promise by and person (whether tender in the
employment of any Public Works Deptt. or not) or on the ground of any failure on his part to obtain
all necessary information for the purpose of making his tender and fixing the several prices and rates
therein relieve him from any risks or liabilities arising out of or consequence upon the submission
of the tender.
Payment to the contractors will be made by cheque drawn on any treasury within the
Division, provided the amount to be paid exceeds Rs. 300/- smaller amount will be paid in cash.
27.6) Controlled concrete :
Acceptance criteria shall be as per IS: 456 – 2000
27.7) Ordinary concrete :
Contractor Dy.Executive Engineer Executive Engineer
70
Acceptance criteria shall be as per IS: 456 – 2000
28) Assistance in procuring priorities, permits etc. :
28.1) The Engineer-in-charge on written request by the contractor, will if in his opinion the
request is reasonable and in the interest of work and its progress, assist the contractor in securing the
police protection and the priorities for deliveries, transport, permits, for controlled materials permits
for quarries and other similar permits including labour liscence etc. where such are needed. All cost
in this behalf shall be borne by the contractor. The department will not, however, be responsible for
the non-availability of such facilities or delays in the behalf and no claims on account of such failure
or delays shall be allowed by the department.
28.2) The contractor will have to make his own arrangement for machinery required for the
work. However, if such machinery is conveniently available with the department it may be spared
on hire as per department’s rules in force if requested by the contractor in writing. For such
arrangement a separate agreement in the prescribed form will have to be signed by the contractor.
Such an agreement shall be independent of this contract and the supply or non-supply of machinery
shall not form a ground for any claim or extension of time limit for this work.
29) Water supply :
29.1) Availability of adequate water for work and sources thereof shall be confirmed by the
contractor before submitting the tender.
29.2) The Contractor shall make his own arrangements at his own cost for entering into
contract with concerned authorities for obtaining the connection and carry the water upto the work
site as required by him. The location of the pipe line with respect to the road shall be decided by
Engineer-in-charge and shall be binding on the contractor. The department shall not bear any
responsibility in respect of any problem and contractor shall not be liable for getting any
compensation on any ground. The progress of work shall not hamper for the above reasons.
29.3) The contractor is advised to provide water storage tanks of adequate capacity to take care of
possible shut down of water supply system.
29.4) The contractor shall have to supply water required by the department for its
establishment at work site free of cost.
30) Electricity :
30.1) The contractor will have to make his own arrangement at his own cost for obtaining or
providing electric supply at work site. The Department shall not bear any responsibility in respect
of any problem and contractor shall not be liable for getting any compensation on any ground. The
progress of work shall not hamper for the above reasons.
30.2) Electrical supply for the Departments use at work site shall be provided by the contractor at
mutually agreed terms. The contractor may not abide by these conditions when power supply at the
site fails.
31) Telephone facilities :
Contractor will have to make his own arrangement at his own cost for telephone connection
at work site, if required.
32) Material Sources:
32.1) The tenderers shall make their own independent investigations into the availability as well
as suitability of the various materials required for construction as referred to in this para.
32.2) If any quarry is in the possession of the department the contractor will be allowed to use the
same on usual conditions. In other cases, the contractor will have to make his own arrangement for
procuring quarries or the quarry permits, necessary assistance of which will be given by the
department.
Contractor Dy.Executive Engineer Executive Engineer
71
32.3) Lime stone shall not be permitted for any concrete work.
33) Land:
3.1) The contractor shall make all efforts to obtain land required for the ancillary works. In case the
contractor is unable to obtain land and if requested then the department may requisite land at his
cost.
33.2) Land as available with the department or requisitioned by the department at the request of the
contractor will be handed over to the contractor for such use as will be necessary for ancillary work
required on payment of rent to the department. Plot development, if any, will have to be done by the
contractor at his own cost. The development shall be in conformity with the regulations of the local
authority.
33.3) If for the purpose of construction it becomes necessary of the contractor to occupy land not in
possession of the department the contractor will have to
make his own arrangement with the land owners and pay such compensations as mutually agreed
between them.
33.4) On completion of work, all land mentioned in para 34.1., 34.2, 34.3 shall be handed over back to the
owners, or the department, as the case may be, after clearing the land as directed by the Engineer-in-
charge. Dismantling of building on Government or department land shall be done only after the
approval of the Engineer-in-charge.
34) Floods or Accidents :
The contractor shall take all precautions against damages by floods or from accidents etc.
No compensation will be allowed to the contractor on this account or for correction and repairing
any such damages to the work during construction.
The contractor shall be liable to make good at his cost any plant or materials belonging to
the Government lost or damaged by floods or from any other causes while in his charge.
35) Urgent Works: If any “Urgent Works” become necessary and contractor is unable or unwilling to
carry it out at once, the Engineer-in-charge may by his own or through other people have it carried
out as he may consider necessary. If the "Urgent Work" shall be such as in the opinion of the
Engineer-in-charge the contractor is liable under the contract to carry out at his expenses, all
expenses incurred on it by the department shall be recoverable from the contractor, and be adjusted
or set off against any sum payable to him.
36) Cement Concrete Work.
Theoretical consumption of Cement for the Concrete work.
Sr.No. Volumetric mix of concrete Consumption of cement in
bags/Cum
1 C.C. 1:4:8 3.40 bags/Cum
2 C.C.M-10 4.40 bags/Cum
3 C.C.M-15 6.27 bags/Cum
4 C.C.M-20 7.10 bags/Cum
5 C.C.M-25 7.50 bags/Cum
6 C.C.M-30 8.00 bags/Cum
7 C.C.M-35 8.30 bags/Cum
Contractor Dy.Executive Engineer Executive Engineer
72
8 C.C. M-40 8.50 bags/Cum
Note : The weight per bag of cement is considered as 50 Kg.
The rate of consumption of cement for various grades of concrete referred above is a
theoretical rate of consumption assumed for the estimate purpose. The contractor will have to obtain
an economic mix design for various grades of concrete and get it approved from the Engineer-in-
charge. The specification for controlled cement concrete shall be as per standard specification No.
B-7 Page 38, and IS 456-2000.
The minimum cement content for plain and reinforced concrete for various grade of concrete shall
be as specified in IS 456-2000
Immediately upon the receipt of the award of the contract, the contractor shall inform the
Engineer the exact location of the sources of the acceptable material. The concrete mix to be used
shall be got designed in all Govt. laboratory, by the contractor with a optimum quantity of cement to
give the specified strength in the preliminary tests and the proportion got approved by the engineer
in writing. These proportions shall be used so long as the materials continue to be of the same
quality and from the same sources subject only to slight changes in the relative quantities of fine and
course aggregate for the purpose of promoting workability provided the work tests and shows the
required strength.
If such preliminary tests involve change in cement consumption upto 2% on the higher or
lower side, no adjustment in the cost of the item to be paid to the contractor shall be made. If such
alterations, changes, theoretical consumption of cement by more than 2% on the higher or lower
side, the sources and quality of aggregate remaining the same, payment will be adjusted for or
against the contractor in whatever amount the total cost of cement to the contractor has been
increased or decreased by more than 2%. The amount of such increase or decrease shall be
calculated on the basis of quantity of cement determined and prescribed in the special provisions. In
adjusting the cost only the cost of cement shall be considered and not handling or other charges,
which shall be treated as incidental to the terms. If during the progress of work the contractor
wishes to change the material, the proportions shall be fixed on the basis of fresh preliminary tests to
give the required strength after the Engineer is satisfied that the material satisfy the specifications.
No adjustment of the cost shall be made for a change of proportions of cement fixed in the original
preliminary tests.
37) Contractor to inform himself fully :
The Contractor shall be deemed to have carefully examined the work and site conditions
including labour, the general and the special conditions, the specifications, schedules and drawings
and shall be deemed to have visited the site of the work and to have fully informed himself
regarding the local conditions including water levels, winds, current velocities and sub-soil
condition and carried out his own investigation to arrive at the rates quoted in the tender. In this
regard he will be given necessary information to the best of knowledge of department but without
any guarantee about it.
If he shall have any doubts as to the meaning of any portion of these general conditions, or the
special conditions to the scope of working of the specifications and drawing, or any other matter
concerning the contact, he shall in good time before submitting his tender set forth the particulars
there of and submit them to the Engineer in writing in order that such doubt may be clarified
authoritatively before tendering. Once a tender is submitted the matter will be decided in
accordance to the tender conditions in absence of such authentic clarification.
38) Errors, Omissions And Discrepancies :
a) In case of errors, omissions and/or disagreement between written and scaled dimensions
in the drawing or between the drawings and specifications etc. the following order of preference
shall apply :
Contractor Dy.Executive Engineer Executive Engineer
73
i) Between actual scaled and written dimensions or description or description on a drawing the latter
shall be adopted.
ii) Between the written or shown description or dimensions in the drawing the corresponding one in
the specifications, the latter, shall apply.
iii) Between the quantities shown in the schedule of quantities and those arrived at from the drawing
the latter shall be preferred.
b) In all cases of omissions and/or doubts or discrepancies in the dimension or description of any
item or specifications a reference shall be made to the Engineer, whose elucidation, elaboration or
decision shall be considered as authentic. The contractor shall be held responsible for any errors
that may occur in the work through lack of such reference and precautions.
c) The contractor should not sublet any part of work without written permission of the Engineer-in-
charge.
39) Samples and Testing of Materials :
i) All materials to be used on work such as cement, lime, brick, aggregates, steel, stone,
asphalt, wood, tiles etc. shall be got approved in advance from the Engineer-in-charge and shall pass
the tests and analysis required by him which will be (a) as per specifications of the items
concerned and or (b) as
specified by the Indian Road Congress standard specification and code of practice for road and
bridges or (c) I.S.I. specification whichever and wherever applicable (d) as per specification
Ministry of Surface Transport for Roads and bridges section 900 quality control for road work or
(e) such recognized specification acceptable to the Engineer-in-charge as equivalent there to or
in the absence of such authorized specification (f) such representative in the order of precedence
given above.
i) The contractor shall at his risk and cost make all arrangements and/or shall provide for all such
facilities as the Engineer-in-charge may require for collecting, preparing and forward required
number of samples for tests or for analysis to the nearest approved laboratory and bear all
charges and cost of testing. Such samples shall also be deposited with the Engineer-in-
charge till sent for testing.
iii) The contractor shall, if and when required, submits at his cost the samples of materials to be tested
or analyzed and if so directed, shall not make use or incorporate in the works any materials to be
represented by the sample until the required test or analysis have been made and after this test
results of the materials finally accepted by the Engineer-in-charge.
iv) Frequency of testing of the construction material and the percentage of testing from the Government
laboratory shall be as under.
a) Where the field laboratory certified by the concerned Executive Engineer is established for the work
at work site 70% tests as per total frequency required shall be carried out in the said field laboratory
& 30% tests shall be carried out at the Vigilance & Quality Control Laboratory for the materials
mentioned in Annexure-I here under for the material not covered in Annexure- I, 50% tests shall be
carried out in the field laboratory and remaining 50% tests need to be carried out in the Vigilance &
Quality Control Laboratory of P.W.D. Govt. of Maharashtra. The entire responsibility of the sample
testing as per required frequency including testing charges will be borne by the Contractor.
b) Where field laboratory is not established at works site 100% tests as per frequency shall be carried
out in the Vigilance & Quality Control Laboratory.
c) Testing of cement and steel 100% in V.Q.C.C. Laboratory at Amravati is compulsory.
Contractor Dy.Executive Engineer Executive Engineer
74
d) It is mandatory to submit the test report of materials used for the work as per the frequency along
with the bill. If the test results are not submitted along with the bill,an amount equal to five times the
testing charges shall be deducted form the bill.
v) For providing Electric wiring duct tubes of the required diameters and length shall be provided
through walls, beams and floors, slab as when diverted without any extra cost.
vi) a) The contractor will make his own arrangement for receiving all
materials, tools, etc. required for the work.
b) No extra charge for the carriages of work be allowed.
c) The rates for all items are inclusive of all charges such as carting,
lifting etc. No extra payment for any lead and lift will be paid for
any item.
d) The contractor should not be sublet any part of work without
written permission of the Engineer-in-charge.
e) The condition in the tender notice will be binding on the
contractor and tender notice will form a part of agreement.
f) Frequency of testing shall be as per relevant specifications. In case
such frequency is not specified in work specifications then the I.S.
Code will be referred and for other cases where I.S. Code do not
stipulate the frequency of testing it will as directed by Engineer-in-
charge.
40) Weigh Batching: The following instructions shall be followed as regards to preliminary designs of
mix and methods of batching of plain cement concrete and reinforced cement concrete. The
preliminary mix design and batching for various grades of concrete shall be governed by the
following guidelines as per IS 456–2000/ Mix Design- It will be the responsibility of the contractor
to obtain the mix design for various cement concrete grades at his cost from the recognized
institution.
41) Miscellaneous:
41.1) Competency of Tender:- The work will be awarded only to those contractors who are considered to
be responsible bidders, capable of performing the class of work to be completed. Before passing the
final award any or all bidders may have to show that he has the necessary experience, facilities,
ability, and financial resources to execute the work in satisfactory manner and also within the
stipulated time. The bidders may also be required to furnish to the Department a statement in respect
of their experience and final resources.
41.2) Eraser : Person tendering are informed that no erasers or any alterations by them in the text
of the documents set herewith will be allowed and any such eraser on an alteration will be
disregarded, if there is any error in writing no overwriting should be done but the wrong words
or figures should be struck out and the correct one written above or near it in an unambiguous way.
Such corrections should be initiated and dated.
41.3) Acceptance : Intimation of acceptance of tender will be given by a telegram or a letter sent
by registered post to the address given below the signature of
Contractor Dy.Executive Engineer Executive Engineer
75
the tenderer in the tenders. The tenders which do not fulfill any of the conditions for those in the
form and which are incomplete in any respect shall be liable for rejection.
41.4) Precautions to be taken by the contractor to prevent accident.
i) No live electric lines should be allowed to run along the ground in the blasting zone and
they should be at least 3 meter above ground if not more.
ii) The wiring cable should be taken near the live electric line and it should be
preferably short firing cable as supplied by the supplier of explosives. If such cable
is not available a substitute cable made up of several pieces properly jointed and tapped be
used.
iii) The blasting shed from where the exploder is to finally operated should be at least 500
Ft. away from the area to be blasted. It should have a strong roof which can
withstand the impact of flying stones at his range.
iv) Only trained hands should be allowed to handle explosives, cable detonators etc.
41.5) Police Protection:- For the special protection of the camp of the contractors work, the Deptt.
will help the contractors as far as possible to arrange for such protection with the concerned
authorities. The cost shall be borne by the contractor.
41.6) For providing electric wiring or water line etc. recesses shall be provided if necessary
through walls, slabs beams etc. and later on refilled it with bricks or stones, chippings cement mortar
without any extra cost.
41.7) In case it becomes necessary for the due fulfillment of contract for the contractor to occupy
land outside the Department limits the contractor will have to make his own arrangements with the
landowners and pay such rents, if any, which are payable as mutually as agreed between them.
41.8) The contractor shall duly comply with the provisions of the Apprentices Act.1961 (iii) of
1960 and the rules and orders made there under 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.
41.9 It is presumed that the contractor has gone carefully through the standard specification (vol.
I & II 1981 edition) of Govt. of Maharashtra P.W.D condition/MORT & H specifications of latest
edition and the schedule of rate of the Division, and studied of site conditions before arriving at rates
quoted by him. The special provisions and detailed specification of wording of any item shall gain
precedence over the corresponding contract. Decision of Engineer-in-charge shall be final in case of
interpretation of specification.
41.10 If the standard specifications fall short for the items quoted in the schedule of this contract
reference shall be made to the latest Indian Standard specifications, I.R.C. codes, and MORT & H
specification if any of items of this contract do not fall in reference quoted above, the decision and
specifications as directed shall be final.
42) Load Testing :
Contractor Dy.Executive Engineer Executive Engineer
76
The Engineer-in-charge is empowered to order load testing of the building, bridges or their
component whenever there is a doubt about the workmanship or the safety of the building
component or whenever there is a need to confirm the workmanship and the safety of the structure
by carrying out load test. The load testing shall be carried out as per the specifications B.R. 58 of
the book of standard specifications published by Govt. of Maharashtra P.W.D. with such
specifications as ordered by Engineer-in-charge.
i) The load for such test shall be full dead load (excluding self load of the member under test) plus
125% maximum design live load (including impact) in cases of R.C.C. Bridges.
ii) The load testing will be carried out by the Department through a suitable Competent Agency. Test
result from such agency as will be fixed by Department will be binding on the contractor.
iii) If the result of the load test are not found to be satisfactory, the contractor shall strengthen the
already cast member of reconstruct the members at his cost and also bear the cost of load test. The
decision of the Engineer-in-charge will be final in this case.
43) Special Conditions:
43.1) The contractor should ensure that all safety precautions are observed by their labours,
working closed to the State Highway and while closing the State Highway precautions are taken
including insurance etc. for their labours at the cost of the contractor etc. If any accident occure to
the labour etc, no claim in this regard on whatsoever account shall be entertained and this decision
of the department will be final and conclusive.
43.2) During the execution if there is any change in:
(i) Span Arrangement.
(ii) Height of substructure and superstructure above ground level.
(ii) Change in the depth of foundation, change in plinth height, tendered rate for respective
items will hold good and no extra claims shall be entertained on this account.
43.3) Contractor shall observe the rules and regulations imposed by traffic police for smooth flow
of traffic on the diversion road and shall not be entitled for claim any compensation arising thereof.
44) Mix Design
44.1) The following instructions shall be followed as regards preliminary design of mix methods of
batching of plain cement concrete and reinforced cement concrete. These instructions should be
treated as supplementary to the relevant provision in the specifications for the respective items
contained in the book of standard specifications and will override the provisions contained therein
wherever they are contrary to the following instructions. The preliminary mix design and batching
for various grades of concrete shall be governed by the following guidelines.
Concrete Grade Guidelines
2 M-20 Preliminary mix design must be carried out for these
mixes. However, weight batching shall be insisted
for cement only.
3 M-25 and above. Preliminary mix design must be prepared for such
mixes, Weight batching shall be compulsory for
cement, fine aggregate and course aggregate.
Contractor Dy.Executive Engineer Executive Engineer
77
44.2) For the grades of concrete M-20 and above the preliminary mix design shall be carried in the Govt.
laboratory.
(i) The charges for preliminary design of concrete mix shall be entirely
borne by the contractor.
(i) For grades of concrete M-20 and above where cement is to be
used by weight, the cost of extra cement required to make up the under weight bags shall
be borne by the contractor.
(ii) For the items of concrete of grades lower than M-20 other items in
the agreement where cement is not to be used by weightment. The cement bags shall
contain cement of 50 Kg. net weight.
44.3) The admixtures such as plasticizers/super plasticizers for concrete grade M-20 and above
shall be used as directed by Engineer-in-charge depending upon specific requirements. No extra
payments on this account will be admissible.
45.0 STANDARD CEMENT CONSUMPTIONS
1 C.C. 1:4:8 3.40 bag/cum
2 C.C. M-10 /1:3:6 4.40 bag/cum
3 C.C.M-15/ 1:2:4 6.27 bag/cum
4 C.C. M-20 7.10 bag/cum
5 C.C. M-25 7.50 bag/cum
6 C.C. M-30 8.00 bag/cum
7 C.C. M-35 8.30 bag/cum
8 C.C. M-40 8.50 bag/cum
9 Providing uncoursed rubble masonry of trap stones in cement mortar 1:6 in
foundations and plinth
1.60 bag/cum
10 Providing uncoursed rubble masonry of trap stones in cement mortar 1:6 in
superstructure
1.60 bag/cum
11 Providing 2nd class Burnt Brick masonry with conventional/I.S. type bricks
in cement mortar 1:6 in foundations and plinth
1.42 bag/cum
12 Providing 2nd class Burnt Brick masonry with conventional/I.S. type bricks
in cement mortar 1:6 in super structure
1.42 bag/cum
13 Providing second class Burnt Brick masonry with conventional / I.S. type
bricks in cement mortar 1:4 in half brick thick wall
0.25 bag/Sqm
14 Providing internal cement plaster 6 mm thick in a single coat in cement
mortar 1:4 without neeru finish to concrete surface in all positions including
scaffolding and curing.
0.07 bag/Sqm
Contractor Dy.Executive Engineer Executive Engineer
78
15 Providing internal cement plaster 12 mm thick in a single coat in cement
mortar 1:5 without neeru finish to concrete or brick surface
0.09 bag/Sqm
16 Providing internal cement plaster 12 mm thick in a single coat in cement
mortar 1:4 without neeru finish to concrete or brick surface
0.10 bag/Sqm
17 Providing internal cement plaster 12 mm thick in a single coat in cement
mortar 1:3 without neeru finish to concrete or brick surface
0.11 bag/Sqm
18 Providing internal cement plaster 20 mm thick in a single coat in cement
mortar 1:5 without neeru finish to concrete or brick surface
0.14 bag/Sqm
19 Providing sand faced plaster for external portion in cement mortar using
Kharsalia/ Kasaba or similar type of sand,
0.25 bag/Sqm
20 Providing exterior stonecrete facing of approved colour and dressing with
base coat of 12 to 15mm thick in cement mortar 1:3 using water proofing
compound at 1kg/bag
0.30 bag/Sqm
21 Providing and laying cement concrete flooring 40 mm thick with 1:2:4
cement concrete
0.30 bag/Sqm
22 Providing and laying cement concrete flooring 40 mm thick with 1:2:3
cement concrete
0.36 bag/Sqm
23 Providing and laying cement concrete flooring 50 mm thick with 1:2:3
cement concrete
0.44 bag/Sqm
24 Providing sills of polished Kota stone 20mm to 25mm thick, on a bed of
cement mortar 1:4
0.290 bag/Sqm
25 providing and laying hand cut polished kota stone for Flooring 20 mm to 25
mm thick
0.270 bag/Sqm
26 providing and laying hand cut polished kota stone for dado & skirting 20
mm to 25 mm thick
0.290 bag/Sqm
27 providing and laying ceramic tiles for flooring in C.M. 1:4 0.27 bag/Sqm
28 providing and laying ceramic tiles for dado & skirting in C.M. 1:4 0.29 bag/Sqm
29 Providing and laying polished Kota Stone slabs 20mm to 25 mm thick for
treads and risers of steps and staircases,in C.M. 1:4
0.290 bag/Sqm
30 Providing and laying gray cement base marble mosaic tiles 25cm x 25 cm
and 20 mm thick of approved colour and pattern with white and coloured
marble chips upto maximum size 6mm for flooring
0.270 bag/Sqm
31 Providing and fixing Gray cement base marble mosaic tiles 25 cm x 25 cm
and 20 mm thick of approved colour and pattern with white and coloured
marble chips upto maximum size mm/12mm/20mm for dado and skirting
0.290 bag/Sqm
32 Providing water proofing treatment to newly laid fully cured concrete slab of
terraces for slanting length upto 5.0 m)
0.458 bag/Sqm
33 Providing water proofing treatment to newly laid fully cured concrete slab of
terraces for slanting lengths more than 5.0 m)
0.672 bag/Sqm
34 Providing water proofing treatment to old terraces by removing existing
treatment, sealing of cracks by non
0.458 bag/Sqm
Contractor Dy.Executive Engineer Executive Engineer
79
35 Providing water proofing in W.C and bath including B.B. coba in all position
consisting of specialised approved
2.110 bag/cum
36 Providing water proofing treatment to Bath and W.C. sunk by applying first
coat of polymer modified
0.322 bag/Sqm
Contractor Dy.Executive Engineer Executive Engineer
80
ADDITIONAL TECHNICAL CONDITIONS
1. The work shall be carried out in the best workmanship like manner and in strict accordance with
P.W.D. hand book Volume I & II 1960. Edition supplemented by specification attached and as per
Standard Specifications Book of Government of Maharashtra of 1979 and as per specific order of
the Executive Engineer or his representative from time to time.
2. The orders issued by the Government in P.W. Department C.E. S.E. and the Engineer in charge
from time to time regarding construction procedure shall be binding on the contractor in addition to
the specification contained in P.W.D. hand book Volume I & II and book of standard specification
of P.W. Department and the specifications enumerated above.
3. The contractor shall submit day to day account of the materials issued to him its use and also
monthly progress and programme of work.
4. a) DELETED
b) DELETED
5. The items provided with watering for curing include continuous watering operations through out
the day including lunch hours and also during holidays. For this purpose contractor shall have to
construct tank of appro. 5000 liters capacity near each building and provided necessary Booster
Pumps etc. to ensure adequate curing and wetting. Hold fasts coming in contact with R.C.C.
columns shall be of size 30cm x 4 cm to be fitted with two rows, nails fixed properly in concrete.
6. For all sand covering items, use of washed sand (with sand washing machine) is obligatory. No
separate claim in this regard will be entertained.
7. Material testing requirement frequency and type of testing is enclosed separately. Material to be
used shall be tested accordingly and cost shall be borne by contractor.
8. For R.C.C. centering plywood and M.S. sheet of approved quality shall be used and adjustable
props and fasteners shall be used.
9. The execution of any work form external side of the building ‘H’ frame steel scaffolding shall be
used. No separate payment for claims in this regard shall be entertained.
10. The scaffolding shall not be supported on existing external walls of the building by making holes
in it and also the scaffolds shall not rest on any part of the building.
Contractor Dy.Executive Engineer Executive Engineer
81
ADDITIONAL SPECIFICATION / CONDITIONS 1) Arrangements for the curing of C.C.foundation muffing;brick masonry work etc shall be done
by clean and soft water at site by the contractor at his own cost.
2) While executing the E.I.work the agency shall provide Generator for Electrical Drill machine at
his own cost.
3) The agency shall follow the ISI specification, Relevant standards,IER 1956 during the excution
of work.
4) The Agency shall obtaine the permission of local Authority (N.O.C) for digging the road if
necessary.
5) If during the execution of work, shut doen from M.S.E.D.C.Ltd. side is necessary. In that case it
is solely responsibility of agency to take necessary shut down with permission of local
M.S.E.D.C.ltd. authority.
6) The Agency will have to use necessary T & P while execution of work at his own cost.
7) After completion of work. The agency shall have to carry necessary IR test and earth test with
calibrated meggar & earth tester and the test report of same shall be submitted.
8) If necessary the agency shall have to arrange the inspection of E.I. from Electrical Inspector
and accordingly N.O.C. shall be obtained however the necessary inspection fee will be paid by
the agency.
9) The work insurance and insurance of worker / labour shall be done by agency under the
insurance act at his own cost.
10) The complete responsibility of safely of worker during the execution of work is solely of
agency. The agency will have to follow all the safety rules during the execution of work. If any
accident occurred during the execution of work. The responsibility of compensation will be of
agency. In any case this Department will not be responsible for any compensation.
11) Any Fees/ charges/taxes or penalties towards payment of Government/semi-Govt./Local/Private
bodies arising during the execution of the work is to be borned by the agency.No compensation
or refunds will be paid for this.
12) R.C.C.Design. 1. The agency shall submit the detailed R.C.C. design conforming to IS
456-2000,IS 1993,2002 & Design Circle’s note seismic Zone II and got
approved from the competent authority at his own cost.
2. The detailed architectural drawings are attached with the tender such
as general layout of plan & building drawing. There are no structural type design with details of
reinforcement readily available with department. The contractor shall provide the detail
structural design and drawings based on the standard practice of P.W.D. Maharashtra, after
award of contract and shall got it approved from competent authority i.e. Superintending
Engineer, P. W. Circle, Yavatmal
No separate payments on this account will be made and no extra time will be allowed for
preparation,proof checking and approval of design and drawings. .
i) General R.C.C.layout with approximate orientation of structural member and
approximate concrete sizes and lives loads considered.
(ii) After approval of the above, the detail structural design and drawings shall be prepared
and got approved.
iii) R.C.C.design shall include
a) Columns footing, Columns upto plinth level with plinth level,beams and slabs.
a) Columns, Superstructure/ Beams of slabs at typical floor level
and roof level slabs at all floor levels.
3) The contractor shall carry out concreting for R.C.C. work with concrete mixer having
automatic batching and automated water dispensing arrangement of appropriate capacity as
directed by Engineering-in-charge.
Contractor Dy.Executive Engineer Executive Engineer
82
ADDITIONAL SPECIFICATION / CONDITIONS
13) Arrangements for the curing of C.C.foundation muffing;brick masonry work etc shall be done
by clean and soft water at site by the contractor at his own cost.
14) While executing the E.I.work the agency shall provide Generator for Electrical Drill machine at
his own cost.
15) The agency shall follow the ISI specification, Relevant standards,IER 1956 during the excution
of work.
16) The Agency shall obtaine the permission of local Authority (N.O.C) for digging the road if
necessary.
17) If during the execution of work, shut doen from M.S.E.D.C.Ltd. side is necessary. In that case it
is solely responsibility of agency to take necessary shut down with permission of local
M.S.E.D.C.ltd. authority.
18) The Agency will have to use necessary T & P while execution of work at his own cost.
19) After completion of work. The agency shall have to carry necessary IR test and earth test with
calibrated meggar & earth tester and the test report of same shall be submitted.
20) If necessary the agency shall have to arrange the inspection of E.I. from Electrical Inspector
and accordingly N.O.C. shall be obtained however the necessary inspection fee will be paid by
the agency.
21) The work insurance and insurance of worker / labour shall be done by agency under the
insurance act at his own cost.
22) The complete responsibility of safely of worker during the execution of work is solely of
agency. The agency will have to follow all the safety rules during the execution of work. If any
accident occurred during the execution of work. The responsibility of compensation will be of
agency. In any case this Department will not be responsible for any compensation.
23) Any Fees/ charges/taxes or penalties towards payment of Government/semi-Govt./Local/Private
bodies arising during the execution of the work is to be borned by the agency.No compensation
or refunds will be paid for this.
Contractor Dy.Executive Engineer Executive Engineer
83
ADDITIONAL SPECIFICATIONS
The contractor shall achieve that following requirements in respect of quantity of work and his
contract rate shall provided for the same.
1.1 ADMIXTURES :-
Whenever necessary the admixture should be used to achieved the required workability. The type
of admixture should be got approved from Engineer-in-charge. The rate is inclusive of all
admixtures etc. if found necessary.
1.2 CEMENT IN CONCRETE :
For this purpose the conditions mentioned in additional specifications on Page 144 to 148 shall
also be applicable.
1.3 WATER / CEMENT RATIO :
For high quality concrete of low permeability, the water/cement ratio shall be as per IS456 2000
and mix design & not more than 0.45 and preferably 0.40 or less subject to the attainment of
adequate workability.
1.4 CURING FOR CONCRETE :
Special attention shall be paid to curing of concrete in order to ensure maximum
durability and no minimize cracking. Concrete shall be cured with fresh water whenever it is
possible to ensure that the concrete surface can be kept wet despite wind, etc. care shall be taken
on avoid rapid lowering of concrete temperatures caused by applying cold water to hot concrete
surface (thermal shock). Where there is doubt about the ability to keep concrete surface
permanently wet for the whole of the curing period heavy duty membranes curing compound shall
be used.
1.5 CONCRETE COVER TO REINFORCEMENT :
(i) The cover concrete must be of the same quality, impermeability and strength as the rest of the
concrete. Special mix design should be carried out for the concrete to be used for making concrete
cover blocks.
(ii) The concrete cover must develop sufficient alkalinity, and protect the steel. The alkalinity
developed shall not be less than 0.04 N and shall not more than 0.08 N.
(iii) The cover must be uniform throughout and it's thickness shall be exclusive of plaster or other
decorative finishes.
(iv) The concrete cover shall be as per the relevant clause of IS codes. In the case of poles the
cover thickness shall be separately decided by the Engineer in charge.
1.6 DETAILING OF MISCELLANEOUS ITEM :
Binding Wires : All ends of binding wires shall be carefully turned inwards so that they do not
project out of concrete and start rusting action. Plastic coated galvanised wires shall be used.
Wherever possible polythene binding string and polythene bar grips shall be used, after making
sure that these do not result in loss of bond or chemical reaction with concrete. The use is subject
to approval of Engineer-in-charge.
1.7 BAR SPACING : As per relevant I.S. codes and as detailed design drawing or as directed
by Engineer-in-charge.
Contractor Dy.Executive Engineer Executive Engineer
84
1.8 HOLLOWS IN CONCRETE : After concreting is complete the concrete surface particularity where
there is congestion of reinforcement, shall be tested by light hammering or if possible by Schmidtz
hammer. Any portion showing signs of hollowness should be grouted immediately.
SPECIFICATION FOR FORMWORK AND STEEL, CENTERING :-
I) FORMWORK :-
1.1 Formwork :- Formwork shall include all temporary forms of moulds required for forming the
concrete which is cast-in-situ, together with all temporary construction required for their support. Unless
otherwise stated all formwork shall conform to I.S. Specification.
1.2 Design of Formwork :- Formwork including complete false work shall be designed by the
contractor in accordance with I.S.: 2750 (1964), 4041 (1987) and all other relevant I.S. codes without any
extra cost to the Government and these shall be got approved from the Engineer in charge before erecting
the same
1.3 The contractor shall entirely be responsible for the adequacy and safety for false work not-
withstanding any approval or review by the Engineer of his drawing and design. Proprietary system of
formwork if used a detailed information shall be furnished to the Engineer for approval. Use of telescopic
props & acro spans is mandatory.
2. QUALITY OF SHUTTERING : The shuttering shall have smooth and even surface
and its joints shall not permit leakage of cement slurry.
2.1 Ply-board shuttering materials to be used shall be steel shuttering/marine plywood well seasoned
free from projecting nails, splits or other defects that may mark on the surface of concrete. It shall not be
so dry as to absorb water from concrete, or so green or wet as to shrink after erection. Mild steel plates or
plywood shall be used for slab and beam bottoms.
2.2 The timber shall be accurately spawned planed on the sides and the surface coming in contact with
concrete. .
2.3 So far as practicable, clamps shall be used to hold the forms together. Where use of nails is
unavoidable minimum number of nails shall be used and these shall be left projecting so that they can be
easily with drawn, use of double headed nails shall be preferred.
3. TOLERANCE ;-
3.1 The formwork shall be made so as to produce finished concrete true to shape, lines, levels plumb and
dimensions as shown on the drawings, subject to the following tolerance unless otherwise specified in
these documents or drawings or as directed by the Engineer:
a) Section dimension = 5 mm
b) plumb = 1 in 1000 of height
c) Levels = 3 mm before any deflection takes place.
3.2 Tolerance given above are specified for local aberrations in the finished concrete surface and should
not be taken as tolerance for the entire structure taken as a whole or for the setting and alignment of
formwork which should be as accurate as possible to the entire satisfaction of the Engineer, Errors if
noticed in any lift/ tilt of the structure after stripping of forms, shall be corrected in the subsequent work to
bring back the surface of the structure to its true alignment.
4. SPECIAL PROVISION :- Whenever the concreting of thinner members in required to be carried
out within shutters of considerable depth, temporary openings in the side of the shutters shall, if so
directed by the Engineer be provided to facilitate the poring and consolidation of the concrete. Small
temporary openings shall be provided as necessary at the bottom of shutters of walls and deep beams to
permit the expulsion of rubbish etc.
Contractor Dy.Executive Engineer Executive Engineer
85
5. REMOVAL OF FORMWORK :- The formwork shall be so removed that it shall not cause damage
to concrete. Centering shall be gradually and uniformly lowered in such a manner as to avoid any shock or
vibrations. Supports shall be removed in such a manner as to permit the concrete to take stresses due to its
own weight uniformly and gradually.
The whole of the formwork removal should be planned and definite scheme of operation shall be
worked out. Under no circumstances forms be struck until the concrete reaches a strength of at least twice
the stress to which the concrete may be subjected at the time of striking but not before the period as
mentioned in IS:456-2000 where ordinary portland cement is used.
II) STEEL CENTERING ;-
1. Work include :- Erecting steel centering with contractor's material comprising of standard
steel adjustable props and standard steel trusses / joists / spans, centering place for bottom of slab and
steel plats for bottom of beams etc. of adequate strength properly balanced for obtaining adequate rigidity
to with stand all loads coming on it including permanent and temporary fixtures and fastenings etc
complete for R.C.C. member like beams slabs and canopy including its removal after the specified period,
stacking making good the damaged parts / its replacement before its next use with all leads and lift (all
centering material shall be contractor.)
2. For R.C.C. works formwork shall be of marine plywood of adequate thickness and grade only.
The centering and supporting arrangement such as standard steel trusses/ joists/ spans standards
adjustable/ fixed props. H type frames etc shall be designed by the Contractor and approved from the
Engineer before commencement of its erection.
The Contractor with the prior approval of the Engineer shall use standard steel centering
arrangement which may be manufactured by the reputed firm.
3. The supporting arrangement designed by the contractor shall conform to the relevant I.S. code
and Standard practice adopted in this type of work. The centering arrangement shall be adequately braced
and properly secured by using appropriate type of fastenings and fixtures to ensure stability and rigidity of
the centering to withstand all loads coming on it. The entire responsibility for design, erection,
maintenance and safety etc. will exclusively rest with the contractor. The Engineer reserves right to call
detailed design calculations of the entire centering or part there of to verify its stability and also reserve
tight to reject entire centering arrangement or part there of and any material used for the centering in the
event of which the contractor shall have to arrange for its replacement at his own cost.
Contractor Dy.Executive Engineer Executive Engineer
86
SPECIFICATIONS FOR CONCRETE WORKS :-
1 DESIGN OF CEMENT CONCRETE MIXES :
a) All the cement concrete of grade; M-20 and higher strength the mix design shall be got done from
the Govt. Laboratory and shall confirm to the durability and other requirements of IS 456 2000. The
mix design shall be got approved from the Executive Engineer from time to time whenever there is
change in the source and type of cement and aggregates and change in the gradation of aggregates.
b) The design of concrete mixes for various concrete items in the work shall be obtained by the
contractor at his cost from the Govt.laboratory. The contractor shall submit in advance details of
such design to the Engineer-in-charge for his prior approval.
c) For concrete of Grade M-25 & M-30
Preliminary mix design must be carried out from the Govt. laboratory, for subsequent changes field
mix design shall be acceptable. However incase the Executive Engineer has got difficulty in
acceptance of the field mix design, laboratory mix design shall be got done by the contractor from
the Govt. laboratory at his own cost. Cement, find aggregate and coarse aggregate must be used by
weight only according to the requirement of the approved mix design.
d) The concrete mix design shall give target strength of 1.33 times the working strength.
e) The minimum size of aggregate permissible shall be as per para A-7 of Page - 8 f of standard
specification book of 1979 Edition Vol. 1.
f) The provision of the specification No. B-7 at page - 38 to 40 of Vol. 1 1979 Edition of standard
specification book for controlled concrete shall be applicable for all the structural concrete items.
The maximum water cement ratio shall be 0.45. The mix design shall be done accordingly.
g) All the expenses of preliminary mix design, subsequent field/ laboratory mix design, work tests,
shall be borne by the contractor.
2. FROMWORK FOR CONCRETE WORK :- The forms of concrete shall be of the materials as
directed by the Executive Engineer-in-charge and shall preferably be of steel or plywood. Forms
shall be of the required shape, profile and lines. Suitable devices shall be used to hold corners,
adjacent ends, edges of panel or other forms together in accurate alignment, the forms and joints
shall tight enough. Forms used for circular curved or structures of unusual shape, petal dome etc.
shall be of such a character that will result in smooth concrete surface and exact shape. They shall be
prepared such that they will not warp or distort during erection or while placing concrete. Their
design and layout shall be got approved form the Executive Engineer-in-charge in advance.
3. ERECTION AND REMOVAL OF FORM WORK :- The centering and strutting shall be of steel
or plywood board exclusively for concreting. The design and drawing should be got approved in
advance from the Department. For minor members the Engineer-in-charge may, at his discretion,
permit use of wooden shuttering. The centering and shuttering shall be close and tight to prevent
leakage of cement slurry The centering shall have the necessary props, bracing and edges
sufficiently strong and stable which shall not yield or displace while or after laying of concrete.
They shall be made in such way that they can be slackened and removed gradually and slowly
without distributing the concrete. Centering and shuttering shall not be removed before the design
strength is achieved.
4. MIXTURE OF CONCRETE :- Design mix concrete as well as nominal mix concrete shall be
mixed by following the provision in Standard specification at B. 6.4 unless otherwise directed by the
Engineer unless otherwise agreed by Engineer concrete shall be mixed in a batch type mixer of such
other type of mixer as the Engineer may approve.
During hot weather the Contractor shall ensure that the constituent materials are sufficiently cool
to prevent the concrete from stiffening in the intervals between its discharge from the mixer and its
final position.
Contractor Dy.Executive Engineer Executive Engineer
87
5. TRANSPORTATION, PLACING AND COMPACTION OF CONCRETE :- The method of
transportation placing and compaction of concrete shall be followed as per section B.6.6, 6.7 and 6.8
of Standard Specification unless otherwise directed by the Engineer. The compaction shall be done
with surface float vibrators for slabs and with pin vibrators for columns and beams. Vibrators of
adequate vibrating capacity shall be employed for all types of works.
6. CURING :- Curing shall be done by following provision of Section B.6.9 of Standard Specification
and as directed by the Engineer.
7. WORKING IN EXTREME WEATHER : During windy weather sufficient protection shall be
provided to prevent the cement from being blown away during the process of proportioning and
mixing. During wet weather, the concrete shall be adequately protected as soon as it is placed in
position.
No concreting shall be carried out during period of continuous heavy rains unless, it is completely
covered during mixing, transporting and placing. In extreme hot weather, concreting shall be
restricted to morning and evenings The time between mixing and placing of concrete shall be kept to
the minimum and formwork shall be cooled by sprinkling with water.
8. FINISHING : Finishing work shall comply with requirement of section B.6.10 of Standard
Specification unless otherwise specified herein below :
Immediately on removal of forms, the R.C.C. work shall be examined by the Engineer before any
defects are made good.
a) The work that has sagged or contains honey combing to an extent detrimental to structural safety or
architectural concept shall be rejected.
b) Surface defects of a minor nature shall be rectified generally as indicated below by the contractor.
i) Surface defects which require rectification when forms are removed usually consist of bulges due to
movement of forms, ridges at form joints, honeycombed areas, damage resulting from the stripping
of forms and bolt hole. Bulges and ridges shall be removed by careful chipping or tooling and the
surface is then rubbed with a grinding stone. Honey combed and other areas shall be chipped out,
the edges being cut as straight as possible and perpendicular to the surface, or preferably slightly
under cut to provide a key at the edge, of the patch. Bolt holes shall be closed by cement mortar to
ensure thorough filling.
ii) Shallow patches shall be treated with a coat of thin grout composed of one part of cement and one
part of sand and then filled with mortar similar to that used in concrete. The mortar is placed in
layers not more than 10 mm thick and each layer shall be given a scratch finish to secure bond with
the succeeding layer. The last layer shall be finished to match the surrounding concrete by floating,
rubbing or tooling on formed surfaces by pressing the form material against the patch while the
mortar is still plastic.
iii) Large and deep patches requires filling up with concrete held in place by forms. Such patches shall
be reinforced and carefully dowel led to the hardened concrete.
iv) The same amount of care to cure the material in the patches shall be taken for the whole structure.
Curing shall be started, as soon as possible after the patch is finished to prevent early drying. Damp
Hessian cloth may be used. But in some locations it may be difficult to hold it in place, a membrane
curing compound in these cases will be most convenient.
9. CONSTRUCTIONS JOINTS : Construction joints shall be provided and treated following the
provisions of Specification and as directed by the Engineer-in-charge.
10. DURABILITY :- Minimum cement contents for different exposures and sulphate attack are given
in Tables 4 and 5 o I.S. 456, 2000 shall be followed for design mix.
11 TESTS AND STA-NDARD OF ACCEPTANCE :-
Contractor Dy.Executive Engineer Executive Engineer
88
11.1 Tests and Standard o: acceptance criteria of design mix concrete and nominal mix concrete shall be
as follows:
Sampling and testing of Concrete shall be done as per provision of section B.6.12 of Standard
Specifications. Acceptance criteria for strength of concrete shall be as per IS 456-2000. Case falling
outside the above limit shall be examined by the Engineer on Merits in each case.
11.2 DEFECTIVE CONCRETE : Any concrete which gives substandard results, or is severely
damaged due to cracking or shows excessive honey combing and exposure of reinforcement, if
exhibits any fault which in the opinion of the Engineer, seriously impairs its function. may be
declared as defective concrete. Such non acceptable concrete shall be removed from the site and
replaced by fresh concrete of the specified quality by the contractor at his own expenses.
Alternatively in case of acceptable concrete, the Contractor shall carry out whatever other remedy
the Engineer may reasonably suggest "Small rendering shall be done by the Contractor without extra
cost."
12 KEEPING RECORDS : The record of mix design, mixing, slum, testing of C.C. cubes etc. shall be
maintained in accordance with Section B-6.13 of the Standard Specification.
12.1 DIARY:
Contractor shall maintain, throughout the construction period, a diary in the from of a register
regarding the following :-
i) Daily presence of all categories of labours, ii) Daily availability and use of machinery and
equipments on work. iii) Daily procurement. Consumption and balance of materials on site. iv)
Daily record of various visiting authorities alongwith name of the officers visited and timing, v)
Details, of work executed per day. The register shall be closed on daily basis and signature of
Engineers in charge or his representative should be taken over it.
Contractor Dy.Executive Engineer Executive Engineer
89
ADDITIONAL TENDER CONDITIONS
1) Construction Machinery/Equipment.:
1.1) The methodology and equipment to be used on the project shall be furnished by the
contractor to the Engineer well in advance of commencement of work and approval of the
Engineer obtained prior to its adoption and use.
1.2) The contractor shall give a trial run of the equipment for establishing its capability to
achieve the laid down specifications and tolerance to the satisfaction of the Engineer before
commencement of work, if so desired by the Engineer-in-charge.
1.3) All equipment provided shall be proven efficiency and shall be operated and maintained at
all times in manner acceptable to the Engineer-in-charge.
1.4) No equipment or personnel will be removed from site without permission of Engineer-in-
charge.
2) Work Programme and Methodology of Construction:
The Contractor shall furnish his programme of construction for execution of the work within the
stipulated time schedule together with methodology of construction of each type of work and obtain
the approval of the Engineer-in-charge.
3) Revised Programme of work in case of slippage :
In case of slippage from the approved work programme at any stage, the contactor shall furnish
revised programme to make upto slippage within the stipulated time schedule and obtain the
approval of the Engineer-in-charge.
4) Action in Case of disproportionate progress :
In case of extremely poor progress of the work or any item at any stage of work which in the opinion
of the Engineer can not be made good by the contractor considering his available resources, the
Engineer will get it accelerated to make up the lost time through any other agency and recover the
additional cost incurred, if any, in getting the work done from the contractor after informing him in
writing about the action envisaged by him.
5) Setting Out :
Setting out the work as spelt out in clause 109 of Ministry’s Specification for Road and Bridge
Works (2nd
Revision) will be carried out by the Contractor.
6) Public Utilities:
Action in respect of public utilities will be taken by the contractor as envisaged in clause 110 of
MORT&H Specification of Road and Bridge work (2001).
Contractor Dy.Executive Engineer Executive Engineer
90
7) Arrangement for traffic during construction:
Action for arrangement for traffic during construction will be taken by the contractor as envisaged in
the contract documents and spelt out in clause 112 of M.O.R.T.&H. Specification of Road and
Bridge work (2001)
8) Quality Control :
The responsibility of achieving quality of work will be on the contractor who will take actions as
stipulated in P.W.D. Standard Specifications of Buildings and as per Schedule ‘C’ of Tender
Document.
9) Govt. of Maharashtras, PWD, Standard Specifications :
PWD Standard Specifications, Govt. of Maharashtra will form part of the contract documents and
the contractors will be legally bound to the various stipulation made therein unless and other wise
specifically relaxed or waived wholly or partly through a special clause in the correct documents.
9.1) MORT&H specification for Road and Bridge work (2001) Fourth Revision:
MORT&H Specification of road and Bridge work (2001) will form part of the contract documents and the
contractors will be legally bound to the various stipulation made therein unless and other wise specifically
relaxed or waived wholly or partly through a special clause in the correct documents.
9.2) Applicable in case of Road Work only:
The details of the paver, specified in the M.O.R.T.&H. clause 504.3.5 third revision be relaxed in the case of
bituminous macadam MORT&H–IVth Revision (Clause 504) where it is going to be covered by any wearing
course other than semidense Bituminous macadum (Clause 507)/ Bituminous concrete (Clause 509) with the
provision that it can be laid by means of self propelled mechanical paver with suitable screeds capable of
spreading, temping and finishing the mixture to the specified lines grades and cross section.
10) Insurance of Contract work.
Contractor shall take out necessary Insurance Policy/Policies (Viz contractors all risk Insurance
policy, Erection all risk, Insurance policy etc. as decided by the Directorate of Insurance) so as to
provide adequate insurance cover for execution of the awarded work for total contract value and
complete contract period compulsorily from the, “Directorate of Insurance, Maharashtra State,
Mumbai” only. Its postal address for correspondence is “264, MHADA, First Floor, Opp.
Kalanagar, Bandra (East) Mumbai-400051”. (Telephone Nos. 26590403/26590690 and Fax Nos.
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 effected Insurance with any
Insurance Company, the same will not be accepted and the amount of premium calculated by the
Government Insurance Fund will be recovered directly from the amount payable to the Contractor
for the executed contract work and paid to the Directorate of Insurance Fund Maharashtra State,
Mumbai. The Director of Insurance reserves the right to distribute the risk of insurance among the
other resources.
10(A) INSURANCE
The contractor shall provide in the joint names of the Employer and the contractor insurance
through Director of insurance Govt.of Maharashtra from the start date to the end of the Defects
Liability Period for the following events which are due to the Contractors risks . The Contractors all
Contractor Dy.Executive Engineer Executive Engineer
91
risk policy and the workmen insurance policy shall be within the Maharashtra insurance Fund only
as stated above.
i) Loss of or damage to the work, plant and materials
ii) Loss of or damage to Equipment
iii) Loss of or damage of property (except the work, plant, materials and
Equipment) in connection with the contractor and
iv) Personal injury or death
Policies and certificates for insurance shall be delivered by the contractor to the Engineer for the
Engineer’s approval before the start date. All such insurance shall provide for compensation to be
payable in the types and proportions of currencies required to rectify the loss or damage incurred.
If the contractor does not provide any of the policies and certificates required, the Employer may
effect the insurance which the contractor should have provided and recover the premiums the
Employer has paid from payments otherwise due to the contractor preferably from first running bill
of 1% of the contract amount or, if no payment is due, the payment of the premiums shall be a debt
due.
Alteration to the terms of an insurance shall not be made without approval of the Engineer.Both
parties shall comply with any conditions of the insurance policies.
10(B) Labour Licence :- It is obligatory on the part of the contractor that offer issue of work order Labour
Licence from concerned Labour department has to be obtained within 60 days.
11) The contractor shall provide, furnish, maintain and remove on completion of the work a suitable site
office-cum-laboratory on the work site for use of Executive Engineer’s representative. The site office
cum laboratory shall be separate rooms of sufficient area. It shall preferably be 68 sqm as per drawing
attached with Tender Document. It may have brick wall & asbestos or corrugated sheet roof with false
ceiling, paved floor should be 0.45 mtr. above ground level, laboratory shall have working platform,
necessary electrical provision and water supply arrangement. Arrangement of display of drawing should
also be made. He should provide suitable latrines, urinals and keep them clean daily. This will be
included in his offer. Necessary laboratory equipment, office furniture shall be provided by the
contractor at his own cost, After completion of work it will be property of contractor. It should be
removed from site of work at his own cost.
12) The contractor should produce the no objection certificate obtained from the Maharashtra Pollution
Control Board before starting Crusher/Drum Mix Plant on the work site.
13) Supply of Colour Record Photographs and Album :
The contractor shall arrange to take colour photograph at various stages/Facts of the work including
interesting and novel features of the work as desired by the Engineer-in-charge. Photographs shall
be of acceptable quality. Each photograph taken shall be standard post card size, marked in albums
of acceptable quality. Also the C.D. or the same shall be supplied for each photograph in the Album
shall be suitably captioned.
The contractor shall arrange for taking video films of important activities of the work as directed by
the Engineer-in-charge during the currency of the project and editing them to a video film of playing
time not less than 60 minutes and up to 180 minutes as directed by the Engineer-in-charge. It shall
Contractor Dy.Executive Engineer Executive Engineer
92
contain narration of the acceptable quality and the film shall be capable of producing colour
pictures.
It shall be considered as incidental to the work and no additional payment, whatsoever will
be made for the same.
In absence of the above requirements and failure of the agency to fulfill them in a
reasonable time the Executive Engineer in charge of the work will get it done from the Mechanical
wing of the P.W. Department and would recover the cost from the amount due to the agency at the
following rates.
i) Reflector Rs. 25/- Per Nos.
ii) Tail Lamp Rs.175/- Per Nos.
iii) Slogan Rs.75/- Per Nos.
15) The decision of the Engineer –in-charge will be binding and conclusive in this matter.
16) After award of contract, contractor will have to provide and fix the information boards showing
name, tender cost, period of completion, Name and Telephone number of agency and Executive
Engineer and other details as directed by Engineer-in-charge as per drawing attached. It is
incidental to work & no Extra payment will made to the contractor.
17) Laboratory Set up
Field Laboratory:-
17.1) The Contractor for the purpose of testing of material shall arrange to provide and maintain fully
furnished and adequately equipped field laboratory of adequate floor area. The field laboratory shall
preferably be located adjacent to site or as directed by the Engineer-in-charge. The field laboratory
shall be provided with amenities like water, electric supply etc. to be arranged by Contractor.
17.2) The floor space requirement shall include office space for Engineer & Contractor’s representative,
storage of samples, installation of equipment, laboratory table, cup boards, working platform of size
1m x 10 m working space for carrying out various tests, curing tank, wash basin, toilet etc. and the
minimum furniture such as office tables & chairs for material engineers, stools, working tables, store
accessories.
17.3) The Cost of Construction of laboratory at work site and cost of furniture, electrical equipments
fittings during the currency of Contract is incidental to work and no separate payment will be made
for the same to the contractor.
17.4) If the contractor fails to establish the laboratory within 60 days from the issue of work order an
amount of Rs. 5.00 lac will be recovered from forth coming bill payable to the Contractor.
17.5) After completion of work the above property will be contractor’s property.
17.6) The laboratory established by the contractor shall be manned by a qualified materials Engineer/Civil
Engineer assisted by experienced technicians and the setup shall be got approved from the Engineer-
in-charge.
17.7) The Contractor shall prepare printed proforma for recording readings and results of each type of
tests. Such formats shall be got approved from the Engineer-in-charge. The Contractor should keep
a daily record of all the tests carried out by him. Two copies of the test results should be submitted
to Engineer-in-charge within 7 days from the date of testing for examination and approval One copy
of test results will be returned to the Contractor by the Engineer-in-charge for keeping the record of
test results in acceptable manner at site of work.
Contractor Dy.Executive Engineer Executive Engineer
93
17.8) All quality Control register/records shall be maintained by the Contractor and checked by the
Engineer-in-charge or his representatives regularly.
17.9 After completion of work the laboratory equipments will be the property of the contractor. The
contractor shall clean all site by dismantling site office/laboratory and remaining all the debries from
the site of work,after completion of the work.
18) Set up of equipments:
18.1) The contractor shall have at least following equipments calibrated to the latest date in the
laboratory so established. The Contractor will have to carry out the calibration of the equipments
from the approved agency as and when directed by the Engineer-in-charge at his own cost in cases
where the calibration validity stands expired.
General:
i) Balance – 20 Kg. Capacity (self indicating)
1 No.
ii) Electronic Balance 5Kg capacity accuracy 0.5gm 1 No.
iii) Thermometer:
(1) Mercury in glass 0° to 250°
(2)Mercury in Steel with 30 cm.stem upto 300°C (Dial
type)
2 Nos.
2 Nos.
iv) Kerosene or Gas stove/electric hot plate 1 No.
v) Set of IS sieves 45 cm. Dia. G.I. Frame, 125 mm, 100mm,
90mm, 80mm, 63mm, 53mm, 50mm, 45mm, 40mm,
37.5mm, 26.5mm, 25mm, 22.4mm, 20mm, 19mm, 13.2mm,
11.2mm , 9.50mm, 5.6mm, 4.75mm, 4.25mm, 6.3mm,
6mm, with lid and pan (coarse sieve)
1 Set of 23 Nos. sieves.
vi) Set of IS fine sieves 20 cm. dia. brass Frame, 2.8 mm,
2.36mm, 1.18mm, 0.60mm, 0.30mm, 0.15mm, 0.75mm, 425
micron , 300 micron, 180 micron, 150 micron, 90 micron,
75 micron with lid and pan, (fine sieves)
1 Set of 13 Nos. sieves.
vii) Glass ware, spatulas, wire gauges, steel scales, measuring
tape, enameled tray, porcelain dish, requirement plastic
bags, gunny bags, digging tolls etc.
As per requirement
viii) First aid kit 1 No.
ix) Measuring Jar for silt testing 2 Nos
a) Aggregate & Soil testing
i) Aggregate impact value test apparatus. 1 Set
ii) Flakiness and elongation test gauge 1 Set
iii) Standard measures of 5, 3 and 1 litre 1 Set
vi) Measuring Jars for silt testing 2 Set
Contractor Dy.Executive Engineer Executive Engineer
94
v) Measuring Cylinders 500 ml and 100 ml. 1 No. each
b) Cement Concrete Testing
i) Compression testing machine of 200 tone capacity with two
dial gauges.
1 No.
ii) Vicat’s apparatus for testing setting time 1 No.
iii) Fineness of cement 1 set
vi) Soundness of cement 1 set
v) Slump cone apparatus 2 Nos.
vi) Cube moulds 15cmx 15cmx15cm 12 Nos.
vii) Needle vibrator 2 sets
1)
CONDITIONS FOR MATERIALS TO BE PROCURED BY THE CONTRACTOR
CEMENT :-
Cement to be used for works shall comply of the following with the prior approval of
Engineer.
a) Ordinary Portland cement 43 grade Conforming to IS: 8112 used in the manufacture of
exposed surface of concrete of any element of a structure shall be from the same factory.
Independent testing of cement used shall be done by the contractor at site and in the
laboratory approved by the Engineer before use. Any cement with lower quality than
those shown in manufacture’s certificate shall be debarred from use. In case of finally
ground cement or imported cement , the Engineer may direct the contractor to satisfy
him as to the acceptability of such cement, especially with regard to creep and shrinkage
effect. Any consignment or part of a consignment of cement which has deteriorated in
any way shall not used in the works and shall be removed from the site by the contractor
without charge to the employer.
Cement shall be transported, handled and stored on the site in such manner as to avoid
deterioration, contamination. Each consignment shall be stored separately, so that it may
be readily identified and inspected and cement shall be used in the sequence in which
delivered at site. The contractor shall prepare and maintain proper records on site in
respect of the delivery, handling storage and use of cement and these records shall be
available for inspection by the Engineer at all times.
b)Use of Portland Pozolana Cement Conforming to IS : 1489 ( Part-I 1991) permissible,
subject to the following conditions :-
i) For the concrete containing PPC Cement, the curing period shall not be less
than 14 days.
ii) The stripping time for removal of form work shall be as under.
Minimum period before
striking form work .
(a) Vertical formwork to columns, walls,
beams.
48 hrs.
(b) Soffit formwork to slabs ( Props to be
refixed immediately afrer removal of
formwork)
10 days
Contractor Dy.Executive Engineer Executive Engineer
95
(c) Soffit formwork to beams ( Props to be
refixed immediately after removal of
formwork)
14 days
(d) Props to slabs
i) Spanning up to 4.5 m
ii) Spanning over 4.5 m
10 days
21 days
(e) Props to beams and arches.
i) Spanning up to 6 m
ii) Spanning over 6 m
21 days
28 days
2) Sand
Silt content of sand shall not more than permissible limit. If it is found more than the
permissible limit, it should be washed at site by contractor at his own cost.
3) T.M.T. STEEL/HYSD STEEL
High Yield Strength Deformed ( T.M.T.) bars shall comply with IS :1786 grade Fe-415
and mild still bars shall comply I.S. 432.
All reinforcements shall be free from rust, loose mill scale or coats or oil, paints etc.
placing in position for concreting. The Agency should use the Steel manufactured by the
Main Producers or authorised conversion agents only. No rerolled steel shall be
incorporated in the work.
4) Bulk/Packed Bitumen
i) Only VG 30 grade bitumen shall be used.
ii) Bitumen brought on site shall conform to I.S.73 of latest
edition
iii) Testing has to be arranged by contractor from recognized
Govt. laboratory at his own cost for all tests mentioned in IS-73
of latest edition
iv) The Contractor shall use Bulk Bitumen obtained from any
Government Refinery only.
v) The material brought by agency will be open to check by
Executive Engineer or his representative at all time. He
should submit bill from refinery itself only. No other bill than
refinery’s unit will be accepted by department and no claim
of contractor will be admissible.
vi) For other activities storage weighments specification No. Rd.
42 Pg.217 of Standard Specification of P.W.D. will be referred.
Contractor has to arrange own static tank for storage of bulk
Contractor Dy.Executive Engineer Executive Engineer
96
bitumen.
vii) If it is decided to procure bulk bitumen the contractor shall
intimate Engineer-in-Charge well in advance. Consignment
will not be allowed to unload until it’s weight is checked on
weigh bridge by Departmental persons.
5) Rejection of Materials Not Conforming to Specification.
Any stock or batch of materials (s) of which samples (s) does not confirm to the
prescribed test and quality shall be rejected by Engineer or his representative and such
material shall be removed from site by the contractor at his own cost. Such materials shall
not be made acceptable by modifications.
Materials not corresponding in character and quality with approved samples will be
rejected by the Engineer or his representative and shall be removed from site immediately
and will not be allowed to use for any component of work.
Contractor Dy.Executive Engineer Executive Engineer
97
ADDITIONAL CONDITIONS FOR MATERIAL
BROUGHT BY THE CONTRACTOR
1) All the material required for construction for work shall be arranged by the contractor at his own
cost. The samples of material to be procured shall be got approved by the Engineer-In-Charge, Material as
per approved samples shall only be procured.
2) The contractor shall submit periodically as well as on completion of work, an account of all
materials brought by him in a manner as directed by Engineer-In-Charge. The contractor shall also furnish
monthly account of materials. A separate register shall be maintained on site for recording daily item wise
receipt and consumption of Cement, Steel and Asphalt used by him, also item wise consumption of other
materials used. This register shall be signed daily by the contractor or his representative and
representative of Engineer-in-Charge.
3) All the materials required for the work shall be brought by the contractor at his own cost. In each
case, certificate for its quality and quantity shall be produced by the contractor and samples of each
material shall be got tested from Government Laboratory as mentioned in condition at serial No. 39(4)(1)
(General condition) by the contractor at his own cost and the test results of samples shall be supplied to
the Department. The material not conforming to the required standard shall be removed at once from the
site of the work by the contractor at his own cost.
4) Testing of all construction material shall be carried out as per required frequency and specifications.
and the charges for testing shall be borne by the Contractor.
5) The contractor shall construct shed/sheds as per direction of the Engineer-In-Charge of the work for
storing the materials brought at site. The material shall be taken out for use in the presence of the
departmental representative only.
6) The contractor shall make his own arrangement for the safe custody of the materials which are
brought for construction of work.
7) The contractor shall not transfer any material once brought at work site without prior written
permission from Engineer-In-Charge.
8) In case the materials brought by the contractor become surplus owing to the change in the design of
the work, the materials should be taken back by the contractor at his own cost after prior permission of the
Engineer-In-charge.
9) The charges for conveyance of materials from the place of delivery to the site of work and the actual
spot on work site shall be entirely borne by the contractor. No claim on this account shall be entertained.
10) The contractor shall furnish the account of asphalt brought by him at each time before placing
orders for further supply. Also the same should submit on completion of the work, final account of the
material used by him to the Department. This account will be scrutinized by the Engineer-In-Charge.
11) Contractor should bring the bitumen from Govt. refinery only
Contractor Dy.Executive Engineer Executive Engineer
98
12) All empty asphalt drums shall be the property of contractor and the same shall be removed
immediately after completion of work.
13) Agency shall ensure the laying temperature of hot mix material as specified & accordingly he shall
make necessary arrangement for preventing loss of temperature of hot mix material during transit from
location of drum mix plant to work site.
14) The agency should use the steel manufactured by the main producer only.
15) The contractor shall procure the RCC pipes if required for this work from M.S.S.I.D.C. only. Proof
of purchasing of pipe should be submitted.
16) The contractor should inform the schedule of arrival of Bouzers to the Engineer-in-charge time to
time.
17) The contractor shall also arrange to provide field laboratory at plant site along with all necessary
equipment & materials for testing the grade of bitumen procured by him.
Contractor Dy.Executive Engineer Executive Engineer
99
ANNEXURE-I
QUALITY CONTROL TESTS & THEIR FREQUENCIES
Sr.No. Material Test Frequency of Testing Remarks
1 Sand i) Fineness Modules At the beginning & if
there is change in source
2 Metal
i) Crushing Value One test per 200 Cum or
part hereof
P.W.D. hand book
I.S.2386 Part -IV ii) Impact Value
iii) Abrasion Value
iv) Water Absorption
v) Flakiness Index
vi) Stripping value
vii) Gradation
3 Cement Concrete Compressive Strength Upto 5 Cum – 1 set M.O.R.T.& H.
Specification. 1716
(Fourth revision 01) 6-15 – 2 sets
16-30 – 3 sets
31-50 – 4 sets
51 & Above – 4 sets +
1 additional 50 Cum or
part thereof
4 Cement i) Compressive Strength One test for each
consignment of 50 MT
(1000 bags) or part
thereof.
I.S. 8112 - 1989
ii) Initial Setting Time
iii) Final Setting Time
iv) Specific Gravity
v) Soundness
vi) Fineness
5 Steel i)Weight per meter One test for every 5.0
M.T. or part thereof for
each diameter.
I.S. 432
IS 1786-1985 ii) Ultimate Tensile Stress
iii) Yield Stress
iv) Elongation
6 Granular Sub-
Base
i) Gradation One test per 200 cum MORT&H specification
Table 900-3 (Fourth
Revision 2001) ii) Aturberg limits One test per 200 cum
iii) Moisture content prior
to compaction
One test per 250 cum
Contractor Dy.Executive Engineer Executive Engineer
100
iv) Density and compacted
layer
One test per 500 Sqm
7 Water Bound
Macadam
i) Aggregate impact value
One test per 200 cum MORT&H specification
Table 900-3 (Fourth
Revision 2001)
ii) Gradation One test per 100 cum
iii) Flakiness index &
Elongation index.
One test per 200 cum
iv) Atterberg limits of
binding material.
One test per 25 cum of
binding material.
v) Atterberg limits of
portion of aggregates
passing
425 Micron.
One test per 100 cum of
aggregate
8
Open graded
premix
surfacing/ Close
graded premix
surfacing
i) Quality of Binder Same as per Sr.No.8 MORT&H specification
Table 900.4
(Fourth Revision 2001)
ii) Impact Value/Los
Angle’s Abrasion value
Same as per Sr.No.9
iii) Flakiness &
Elongation Index
Same as per Sr.No.9
iv) Stripping value Same as per Sr.No.9
v) Water Absorption
Same as per Sr.No.9
Same as per Sr.No.9
vi) Water sensitivity of
mix
vii) Gradation. Same as per Sr.No.9
viii) Soundness. Same as per Sr.No.9
ix) Temp. of binder At regular close intervals,
x) Binder content 1 test per 500 Sqm. and
not less than 2 tests per
day.
xi) Rate of spread of
materials
Regular control through
checks of layer thickness.
xi) Percentage of fractured
faces
Same as per Sr.No.9
Contractor Dy.Executive Engineer Executive Engineer
101
9
Bituminous
Macadam/ BBM
i) Quality of Binder Same as per Sr.No.8
MORT&H specification
Table 900.4. (Fourth
revision 2001)
Fo BBM- Annexture-A
on page 102.
ii) Impact/ Abrasion value Same as per Sr.No.9
iii) Flakiness/ Elongation
Index
Same as per Sr.No.9
iv) Stripping value
Same as per Sr.No.9
v) Water sensitivity of mix
Same as per Sr.No.9
vi) Water absorption
Same as per Sr.No.9
vii) Soundness
Same as per Sr.No.9
viii) Percentage of
fractural faces
Same as per Sr.No.9
ix) Gradation 2 tests per day per plant
both on individual
constituents and mixed
aggregates from dryer.
x) Binder content & aggrt.
Grading
Periodic subject to
minimum of 2 tests per
day plant.
xi) Control of temp of
binder & aggregates for
mixing & of the mix at the
time of laying & rolling.
At regular close intervals.
Contractor Dy.Executive Engineer Executive Engineer
102
xii) Density of compacted
layer
Regular control through
check of layer thickness.
As directed by the
Engineer-in-charge.
10 Bitumen (Pure) i) Penetration
ii) Ductility
iii) Softening point
iv) Flash/fire point
v) Specific gravity
2 test per lot as per I.S. 73
Contractor Dy.Executive Engineer Executive Engineer
103
ANNEXURE- II
S P E C I F I C A T I O N
Item : Providing and casting in situ M-20 grade (controlled) cement concrete trap metal of approve quality
for RCC slab at desired places as per detailed designs and drawings or as directed including centering, form
work, compaction, finishing the formed surfaces with cement mortar of sufficient minimum thickness to give
a smooth and even surface including smooth finish wherever necessary or roughing them if special finish is
to be provide (excluding reinforcement) and curing etc. complete.
The item referes to controlled cement concrete required for RCC terrace slab and such other slabs in
building construction and is to be executed as per detailed specification enclosed.
The salient and specific points in the specifications are as follows
i) Water cement ratio shall not exceed 0.45
ii) Minimum cement content shall not be less than 355 kg. per cubic meter.
iii) Admixture such as water reducing admixtures/ Air entraining admixtures and
superplasticizer of required property ,product like melamine based supercon-100 etc. to
improve workability, durability and to reduce permeability etc. as directed by
Engineer-in-charge.
iv) Maximum size of aggregate shall not exceed 20 mm.
v) Provision of cover blocks of the same strength of the concrete or manufactured to the
specified dimension of the other approved construction material such as plastic to be at
30 cm. centre to centre.
vi) Compaction shall necessarily be done by Mechanical Vibrators such as plate vibrators
& needle vibrators.
vii) Placement of Plastic paper or polythene sheet on centering is necessary before placing
concrete mix to avoid leakage of cement slurry from gaps of centering.
Annexure III
The following additional specifications/procedure shall be followed for providing shuttering and
centering arrangement for relevant tender items in various parts of this building.
FORM WORK :
In general the formwork should be of marine ply wood plates. Only for slab bottom the form work
of M.S. plates can be allowed on merit basis based on the condition of M.S plates if they are suitable
designed for the purpose. It will not be binding on the part of the Engineer- in-charge to allow for M.S.
formwork. The thickness of Marine ply wood should be 12 mm minimum and grade as approved by
Engineer –in-charge . Marine ply wood with damage surface or of varying thickness will not be used. The
surface of the formwork should be treated properly to prevent adhesion to the forms. Burnt oils will not be
allowed as a de-shuttering agent.
The marine ply wood shuttering plates shall be braced suitable with angle iron or wooding frames to
withstand the loads to be imposed on the formwork and to prevent bending, deflection, deformation in size or
dispoacement of the member. The formwork should be watertight to prevent leakage of concrete water or
cement slurry from the section.
CENTERING :
Contractor Dy.Executive Engineer Executive Engineer
104
For centering, M.S. tubular props and struts with adjustable heights should only be used. The total
supporting arrangement shall be designed by the contractor, confirming the relevant I.S. code and standard
practice being adopted in this type of work. The centering arrangement shall be adequately braced and
properly fixed by using appropriate type of fastening and fixtures to ensure stability and stay of the centering
to withstand all loads coming on it. Before commencement of this item the total arrangement of centering and
work design should be got approved from the Engineer- In-charge. The entire responsibility for design,
errection, maintenance and safety measure will exclusively rest with the contractor. The Engineer-In-charge
reserves right to reject entire centering arrangement or part thereof any material used for the
centering/formwork in the event of which the contractor shall have to arrange for its replacement at his own
cost and claims, what so ever on this account will not be entertained by the Department.
ANNEXURE – IV
Item Providing water proofing treatment in W.C. and bath including B.B. coba in all
position consisting of specialized approved water proof compound and materials
as per manufactures specification and covering ten years guarantee on court fee
stamps paper of 100/- including all lead, lift and including ponding test etc.
complete.
GENERAL The item pertains to the provision and laying waterproof layer on terrace and other
floor including W/C and bath
MATERIALS i) The water proofing compound shall confirm to relevant
IS 2645-1964 with its test edition, especially as regard to
permeability test.
ii) Brick Bat Coba- The bricks shall confirm to standard
specification A-9. The brick bats shall be from 70 mm
to 100 mm.
iii) Fine Aggregate – Shall confirm to standard
specification A-6
iv) Cement – Cement shall confirm to IS 269-1967 and all
test shall be carried out as specified.
Item Preparing existing surface. All material on the existing
Surface slab/terrace/Raft shall be removed and surface
shall be cleaned to receive the treatment. All surface shall
be cleaned.
INJECTION The new water proofing treatment shall be started by
injecting Cement slurry with water cement ratio as 40 to 45
with approved water proofing compound at the rate of 2%
by weight of cement.
The holes of injection shall be fixed in such a staggered pattern that 11 inherent
holes, cavities voids, honey combing etc. shall be sealed properly and whole
structure to be treated shall be consistant, homogeneous, and resistant to water
leakages, seepage, dampness and moisture etc. The drainage plan taking into
consideration the existing water spouts shall be prepared and got approved. The
slab ahall then be overlayed with brick bat coba to single course and in compact
manner in cement mortar 1 : 5 using manufacture specifications or as directed by
Engineer Incharge. The necessary gradient for easy flow to drain off water shall be
maintained meticulously through the existing rain water drainage system. The
treatment shall be continued along inner side of the parapets of ever adjoining
walls upto the height of 30 cm. (or as directed) and corners shall be rounded off
Contractor Dy.Executive Engineer Executive Engineer
105
properly. Finally the top surface shall be covered with jointless water proofing
plaster in cement mortar 1:3 of 12 to 18 mm average thickness, finished smooth
with travel in cement colour and marked into 30 cm. false square, if so directed.
The average thickness of the complete treatment shall not be less than 112 mm
and shall be rendered hard and tough to with stand the weathering and normal
domestic use.
The finished terrace shall be watered for a period of not less than ten days. All test for
leakages shall be carried out without any extra cost. The leakages if any shall be
rectified forth with. The work shall not be accepted unless the rectifications work,
if required, in carried out satisfactorily and results of ponding test are satisfactory.
ITEM TO INCLUDE i) Cleaning the surface, removing all local material such as debris old
treatment coba I.P.S. flooring etc.
ii) Preparing surface by removing all debris etc. removing any uneven on
local humps etc.
iii) All necessary labour, material, scaffolding, tools and equipment for
satisfactory completion of the item.
iv) Testing of floor by paneling method or any other
method as specified.
v) Guarantee for 10 years against any leakages and rectification there of
within guarantee period.
vi) Cost of cement required for grouting as per actual use.
vii) All safety measures such as sign boards red cloth, indications etc.
safeguard against any accident or damages to the users.
viii) Curing at least for 10 days.
MODE OF MEASUREMENT
The contract rate shall be for the actual cubical content treated between edge of parapet
walls. The separate rate shall be paid for vertical treatment to parapet on Sq. meter
area basis. In case, extra thickness of coba is require to be provided to achieve the
required gradient, the same shall be provided only if be directed. The work shall
however, be executed as directed above except final finishing of the top surface.
ANNEXURE- V
i) The contractor at his shall have to make his own arrangement for bringing the water from
outside.
ii) For R.C.C. items, the wording, finishing the formed surface with C.M.1:3 of sufficient
minimum thickness to give a smooth and even surface is meant only for repairing the
honeycombed surfaces and it does not include plastering of the whole of the surface.
iii) Claim for change in (i) depth of foundation (ii) height of storey (iii) plinth height shall not
be paid to the contractor.
Contractor Dy.Executive Engineer Executive Engineer
106
ANNEXURE-VIII
GENERAL SPECIFICATIONS FOR CIVIL WORKS
(1) MATERIALS:
(1) WATER:
Water shall be tree from deleterious materials, dean and from Municipal or filtered water or any other
source to be approved by the Consultant. Storage accommodation for the water shall be of sufficient size as
directed by consultant. The contractor will arrange for and get necessary permission of the Local Authority
for the storage of water. The Contractor shall allow the use of his water for other works on the site and the
cost shall be apportioned by the consultant.
(2) SAND
Sand shall be sharp coarse clean river or pit sand of approved quality and free from salt, earth dust or other
impurities.
Washed and Screened River sand shall be used in plain and reinforced cement concrete.
Washed and screened River sand shall be used for the undercoats and me finishing coat sand faced cement
plaster
River sand will be used for all other work requiring use of sand. unless otherwise specified in bill of
quantities.
All sand required to be used for any item of work shall necessity be washed on the my Sand Washing
Machine of approved make and supplier.
The silt content after such washing sand shall be exceed 2% In any case.
3) CEMENT :
Cement shall be ordinary setting cement of approved Indian manufacture and shall comply with relevant
Indian standard Specifications for time being In force for such cement Compression tests on cement-sand
cubes shall be made as well as tensile tests. All cement shall be fresh when delivered. Cement shall be
delivered in sound and property secured bags barrels or other packages ready for immediate use and shall be
used direct from bag or barrel.
Cement shall be stored in a perfectly watertight well ventilated and otherwise suitable shed or godown, which
will have a wooden floor. The wooden floor shall be raised not less than I5cm from the ground. The
Contractor shall maintain sufficient stock of cement to ensure continuity of the work and each consignment
shall be stacked so as to permit of easy access for inspection and identification
(4) BRICKS:
Bricks shall be table moulded of quality approved by the Consultant, free from grit. well burnt sound, hard,
square and with sharp and square arises and shall give a ringing sound when struck with a mallet. They shall
Contractor Dy.Executive Engineer Executive Engineer
107
be of uniform size and shape. No bricks after 24 hours immersion water shall absorb more water than 15% of
its weight
(5) GLAZED TILES :
White glazed tiles shall conform in every respect to the requirement I.S. :777 :1970.
Tiles shall be 6mm thick of approved make. Any tiles which is warped or in which edges are not straight
shall be rejected.
(6) GLAZING :
Unless other wise specified the glazing shall be patent flattened sheet glass or the best quality Plain or
ground, and shall be free from flaws, specks or bubbles, It shall be 4mm thick upto a size of 60cm x 60cm
and above 5mm thick
(7) BRICK WORK:
Every brick shall be thoroughly soaked in water before use till the bubbles cease to come up. No broken
bricks (bats) shall be used except as closures. The courses shall be truly horizontal and the work strictly
plumb. Joints shall be broken vertically and they shall not exceed 12 mm in thickness. The bricks shall not
be raised by more than 12 single course per day. Tables shall be formed at every 13th
courses and kept full
of water. The bricks shall be laid with their dents on the top side when the brickwork is in cement mortar.
Bricks shall be thoroughly bedded and flushed with mortar. The brickwork shall be grouted at every fourth
course String courses cornices and mouldings shall be set straight and true by projecting brick work with
properly cut and shaped bricks wherever necessary with as fine joints as possible.
The walls shall be carried up regularaly in all cases when the nature of work will admit of, not leaving any
part 1 meter lower than another. When circumstances render it necessary to carry on the same section of a
building in uneven courses, the bricks shall be raked back, so as to maintain a uniform and effectual bond.
In all brick arches and other circular work, the brick shall be shaped to slope, joints radiating correctly to the
centre from front to back of the wall and more than 10 cm thick. The face brick shall be of uniform colour
and with the sharp arises.
The work shall be well watered three times a day for 10 days and afterwards twice a day for a month.
The brick work shall be protected during the rains and inclement weather.
Double scaffoldings shall be provided on both sides of the walls and work carried on by employing masons
on both sides of wall of 23cms and greater thickness. Half brick and brick on edge partitions may be
constructed by employing mason on one side. The scaffoldings shall be constructed without horizontal
runners piercing through the wall. For all brick work in cement mortar, the joints of all surfaces which are to
be finished in plaster shall be raked out to a depth of 20mm as the work progresses and before the cement
mortar has set.
The rate for brick work shall be inclusive of all necessary materials and labour, scaffolding watering and
cutting of bricks, arches, corbels etc.
The measurements of the work shall be product of the length height and thickness, the thickness being taken
as 60 cms, 45cms, 35 cms and 23 cms for walls, 3, 2.5, 2, 1.5 and 1 bricks thick Half brick, and brick on edge
walls shall be measured in square meter. Brick work of specified thickness may also be measured in square
meter. Deductions shall be made for all openings and lintels and columns occupying the whole thickness of
the walls.
Contractor Dy.Executive Engineer Executive Engineer
108
(8) PLASTER:
The joints of all masonry work shall be raked out to 20mm. The surface of all concrete and reinforced
concrete work shall be dented in the manner specified for reinforced concrete work before plaster is applied.
All the surfaces shall be thoroughly washed and well watered before plaster is applied.
Long straight edge shall be freely used to ensure a perfectly even surface. All comers and angles shall be
perfectly plumb and true and soffits or arches shall be true arcs of circles. All exposed angles with door and
window frames shall be carefully finished. Internal angles shall be rounded if so ordered and arises shall be
rounded., splayed or beaded as ordered without any extra.
(a) CEMENT PLASTER :
The plaster on walls shall consist of two coats. The first undercoat about 10 mm thick shall be of one part
cement and 4 parts coarse sand and shall be dashed against wall and roughly leveled. The second undercoat
shall be about 10 mm thick and shall be of 1 part cement and 4 parts sand. It shall be uniformly applied and
shall be floated and the surface shall be made even.
Plaster to concrete ceilings shall be as thin as possible It may be finished in two coats, the first coat
of I part of cement and 4 parts of sand dashed and floated to make the surface uniform and even. The surface
shall be scratched as hereinabove specified to form key for the finishing coat . The second or finishing coat
shall be a thin coat of cream of lime puty evenly applied and trowelled smooth, to produce a perfectly
smooth and even surface.
Plaster to other concrete surfaces shall be as for walling.
Adequate time interval shall be allowed between the application of successive coats for hardening. The coat
shall be kept moist by watering and shall not be allowed to dry out.
Three coats of lime white and colour wash shall be applied to all plastered surfaces without any extra
charges.
(b) SAND FACED PLASTER:
Cement mortar shall consist of I part of cement to 3 parts of screened and washed sand . It shall be made in 2
coats. The undercoat shall be made similar to the undercoats for cement plaster Where the Bill of Quantities
mention about use of ‘Kharsalia' sand for external plaster, the sand shall be from approved source and
location and of approached gradation. This sand is available from sources near Ahmedabad and Godhra in
Gujarat State. The surface of the undercoat shall be scratched by special wire tools for forming the key for
the finishing coat before the mortar has set and hardened.
(9) Wood Work
All teak wood work in curved pieces shall be measured as a piece out of which the work may be cut.
All carpentry work shall be measured in cubic meter/cubic feet.
(10) JOINERY:
All teak wood specified for all joinery work shall be best quality Balarsha well seasoned C.P. Teak.
(A) DOORS & WINDOWS :
(a) FRAMES :
These shall be made from best quality country Teak wood /Indian superior teak wood as specified. Door and
window frames shall be of 15cms x 10 cms and scantlings, unless otherwise specified. They shall be properly
framed and mortised and tenonned together and shall be built in solid in masonry by means of wrought iron
hold fasts.
Ends of the horizontal and/or vertical scantlings shall not project beyond the frame, and no part of timber
scantlings shall be built into the brick or concrete work. Where frames are to be erected flush with plain or
Contractor Dy.Executive Engineer Executive Engineer
109
reinforced concrete structural members, they shall be fixed in to concrete with three 12 mm diameter 15cms
long coach screws and white bronze or lead rawlplugs for each jamb. The heads of the screws shall be sunk
25 mm into the timber and the holes shall be plugged with timber plugs.
The visible surfaces shall be wrought smooth and even. The parts in contact with the masonry shall be well
tarred. The frames shall be rebated 12 mm on one side if there is a single shutter and the full thickness of the
shutter and shall be moulded on the other side as shown in drawings and details. The frames shall be rebated
on both sides if there be double shutters.
Three hold fasts to each door jamb shall be provided and two hold fasts to each window jamb shall be
provided. Holdfasts shall be flat wrought iron bar 50mm x 6mm by 30 cms long, one end turned up 75 mm
drilled and counter sunk for two screws, the other end formed swallow- tail for building into brick work and
shall be dipped into tar while hot.
The frames shall be protected during the progress of the works by necessary boxing or as may be directed by
the Consultant.
(b) PANELLED SHUTTERS :
These shall be made from best quality country Teak wood scantlings. The styles and rails shall be 37.5 mm
thick unless otherwise specified and mortised together in workmanlike manner. The styles and rails shall be
moulded or provided with Selection moulds and of width as shown in the drawings and details. Each panel
shall be in one plank 37.5mm thick unless otherwise specified and moulded as shown in the drawings and
details.
(c) FLUSH DOORS :
Flush doors shall be "solid cored" and shall be 32 to 35 mm thick. They shall be covered on both sides with
teak veneer. The door shall be lipped and edged with sisum or teak wood strips on the sides. The flush doors
shall be of approved quality and shall be obtained from firm approved by the Consultant and shall be of best
quality.
(d) GLAZED SHUTTERS:
These shall be similar to panelled shutters except that:
Such parts as directed shall be glazed with plain or ground glass Styles and rails in the glazed shutters shall
be rebated 12mm to receive the glass. Sash bare shall be moulded and mitered and rebated on one side to
receive the glass. Glass panes shall be fixed by means of teak beads and double putty, i.e., putty first applied
in the rebate and then over the glass pane.
(e) VENETIANED SHUTTERS:
These shall be similar to panelled shutters except such parts as are directed shall be venetianed.
The blades in the venetianed shutters shall be 10mm thick and 90mm wide sloped down and fixed as per
details and rounded at the edges. The ends of the blades shall have rounded pins in the centre 10mm diameter
and 20mm long and round holes shall be made in the sides of the rails to receive them.
(f) FITTINGS & FASTENINGS FOR SHUTTERS OF ALL KINDS :
Each door leaf shall be hung with three S.S.mat finish or parliamentary hinges. Each door shall be provided
with two flush or barrel bolts, one S.S.mat finish latch, one S.S.mat finish aldrop and two S.S.mat finish
handles.
Each window leaf shall be hung with two S.S.mat finish or parliamentary hinges and shall be provided with
two S.S.mat finish flush or barrel bolts, one S.S.mat finish fastening (hook and eye or casement stay) and one
S.S.mat finish handle,
Each fanlight or ventilator shutter shall be hung with two S.S.mat finish butt hinges and shall be provided
with three S.S.mat finish fastenings.
Contractor Dy.Executive Engineer Executive Engineer
110
Each centre hung fanlight or ventilator shutter shall be provided with two S.S.mat finish pivots and one
S.S.mat finish spring latch or two S.S.mat finish stoppers.
(g) ROLLING STEEL SHUTTERS
These shall be constructed with curved slats from steel metal 18 W.G. with dimensions of 62.5 mm between
centers of interlock, and bridge depth of 16 mm. These curved slats shall slide into one another forming a
continuous hinge throughout their length and shall be fitted with alternating end lock. They shall coil at the
head of the opening, with the weight of the shutter at all positions counterbalanced by springs. Guides shall
be 2.5 inches. The springs shall be of best quality tempered steel. The shutter when coiled up shall be housed
in a box of 18 gauge sheet metal. They shall be opened from the outside and locking arrangement shall be
provided at the bottom of the shutter on both ends. It shall be painted with one coat of red lead and two coats
or aluminimum paint.
The shutters shall be measured in meter/feet superficial of the clear opening to which they are to be fitted.
The price shall be inclusive of guides, locking arrangement, metal box at top of opening for housing coiled
shutter and paint.
(b) ROLLING STEEL GRILLES SHUTTERS :
These shall be constructed with internal horizontal steel tubes, connected by malleable vertical links to form
approved patterns. They are installed and operated in the same manner as rolling steel shutters. They shall be
provided with 62.5 mm guides, locking arrangement at bottom on both ends and when coiled shall be housed
in 18 gauge steel metal box. They shall be operated from outside.
They shall be painted with one coat of red lead and two coats of aluminimum paint.
They shall be measured in meter/feet superficial of the dear opening to which they are to be fitted. The price
shall be inclusive of guides, locking arrangement, metal box at head of the opening for housing coiled
shutters and paint.
11.DRAINAGE PIPING & INSTALLATION :
CAST IRON PIPES & FITTINGS :
The pipes and fittings will be of Sand Cast Iron made from Pig Iron. All the pipes and fittings shall be
approved make "BIC" or equivalent conforming to IS: 1729. They shall be free from any air bubbles, cracks,
sand-holes or any other defects.
The pipes as delivered from the supplier shall have a thick coat of bituminous / mastic paint and they shall be
so stacked as not to come in contact with wet bed and/or soil.
The drainage pipes shall be fixed in a manner that the outer-most part of the pipe and/or the fitting shall be at
least 40 mm away from the final finished level of surface finish to the wall. The space / gap shall be ensured
by fixing the pipe clamps on wooden gutties dipped in cold bitumen, fixed to the wall, and the gutties shall be
of size as directed by the department
The pipes shall be joined after dry alignment is checked for its plumbness in a manner as directed by the
department
If so required by the department standard smoke test shall be carried out by the Contractors, to ensure that
there are no flows in the joints and/or connections.
The rate per lineal measure, as in the Bills of Quantities, shall include totalised linear measurements of the
straight and inclined length, bends, junctions, offsets etc. No special rates will be paid for fittings and
fixtures separately.
Contractor Dy.Executive Engineer Executive Engineer
111
All the plumbing and sanitary installations shall be carried out through an agency of "Licensed Plumber- as
required by the Municipal Corporation, and necessary certificates of completion whenever required, will be
furnished by the Licensed Plumber so employed for such work.
12. SAFETY CODES
12.1 All workers on site and working on scaffold and at roof/terrace areas shall be provided with hard hats,
safety gear, gloves, goggles, safety harness etc to ensure safety standards. There should be at all
times, fire extinguishers at site and personnel training in using these. Watch and ward and lighting of
site at night should be adequately provided by the Contractor.
12.2 First aid appliance including adequate supply of sterilised dressings and cotton wool shall be
maintained in a readily accessible place. An injured person shall be taken to a public hospital without
loss of time, in cases where the injury necessitates hospitalisation.
12.3 Safe and strong scaffolds should be provided for workmen for all works that cannot safely be done
from ground level.
12.4 No portable single ladder shall be over 8 meters in length. The width between the side rails shall not
be less than 30 cm (clear) and the distance between two adjacent rungs shall not be more than 30 cm.
When a ladder is used an extra mazdoor shall be engaged for holding the ladder.
12.5 The excavated material shall not be placed within 1.5 meters of the edge of the trench or half of the
depth of trench whichever is more. All trenches and excavations shall be provided with necessary
fencing and lighting.
12.6 Every opening in the floor of a building or in working platform be provided with suitable means to
prevent the fall of persons or materials by providing suitable fencing or railing whose minimum
height shall be one metre.
12.7 No floor, roof or other part of the structure shall be so overloaded with debris or materials as to
render it unsafe.
12.8 Workers employed on mixing and handling material such as asphalt, cement mortar or concrete and
lime mortar shall be provided with protective footwear and rubber hand gloves.
12.9. Those engaged in welding works shall be provided with Welder's protective eye shields and gloves.
12.10 (i) No paint containing lead or lead products shall be used except in the form of paste or readymade
paints.
(ii) Suitable facemasks should be supplied for use by the workers when the paint is applied in the
form of spray or surface having lead paint dry rubbed and scrapped.
12.11 Overalls shall be supplied by the Contractor to the paints and adequate facilities shall be provided to
enable the working painters to wash during the periods of cessation of work.
12.12 Hoisting machines and tackle used in the works, including their attachments, anchorage and supports
shall be in perfect condition.
12.13 The ropes used in hoisting or lowering material or as a means of suspension shall be of durable quality
and adequate strength and free from defects.
13) SPECIEICATION FOR WATERPROOFING
Rates for respective items shall include for the additional specifications:
1. The work or waterproofing described in the following items shall be carried out by the contractor
only through a renowned specialist water proofing agency using cement waterproofing compounds,
as approved in writing by the Engineer-in-charge.
Contractor Dy.Executive Engineer Executive Engineer
112
2. The contractor shall give before execution, detailed specifications for each item of work
waterproofing to be executed according to the specifications of the specialist agency he proposes to
employ for approval. The work shall not be started unless approval in writing is given by the
Engineer-in-charge to the said specifications.
3. The contractor shall give a Guarantee Bond on requisite stamp paper for a minimum period of Ten
Years for all the items of waterproofing done. During the guarantee period the contractor shall
entirely be responsible to rectify, any defect at his own cost maintain the work in waterproof
condition. The waterproofing contractor shall also have to make good all the suroundings disturbed
by him during the rectification work at his own cost The form written guarantee shall be all legal
stamped agreements acceptable to the Government. The guarantee shall be given within in one
month from the date of completion of waterproofing treatment but any delay in frnishing the
guarantee shall not relieve the contractor from the implications of this clause.
4. 10% (ten Percent) of the cost of the waterproofing work executed shall be retained as “Retention
Money" for a period of 10 years covering the guarantee, And the same shall be released only after
satisfactory performance of the treatment during guarantee period of 10 years. The amount may be
converted into any approved interest bearing security (for ten years after completion of defect
liability period). in the name of Executive Engineer, Special Project Division, Amravati on receipt
of such written request from the contractor.
5. The waterproofing agency as approved by Engineer-in-charge shall provide and install at his own
cost the following for his own use and remove the same after completion of the Work.
I. Two pumps electrical/diesel operated for watering and curing at any level in
the building. Curing shall be carried out for a minimum period of 14
days,
II. Temporary mild steel water storage tanks.
III. temporary galvanised iron pipings and fittings for water line,
IV. Flexible hose lengths.
6. Injection to reinforced cement concrete slab, wherever required, have to be undertaken by the
contractor free of cost.
7. before starting the waterproofing work, the surface receiving the treatment shall be cleaned
properly.
8. The item of waterproofing as given in the Schedule 'B' applies for work in any portion and on any
floor and at any height. The lift of materiais shall not form any Criteria for the extra payment.
9. After carring out the work of water proofing, the water proof area shall be ponded with a depth of
water of at least 50 mm for a period of 72 hours or as directed by the Engineer in charge. If any leakage/s
is/are noticed, the water proofing treatment will have to be redone as per instruction of Engineer in
charge.
14. CONSERVATION SPECIFICATIONS FOR DEMOLITION. DISMANTLING AND REMOVAL
The Contractor shall take all precautions to see that the demolition is done in such a sequence and manner as
to prevent all damage to usable and any damage to nearby property or injury to life. To this effect the
Contractor may be required to erect suitable barricades around the work as directed for which no claims for
extra payment will be allowed.
The register shall be opened by the contractor on the work site to show a day-to-day account of turnout or
salvaged materials. This register should also show whether dismantled material is properly stacked or wasted.
It shall be signed by the representative of the contractor and by the Engineer-in-charge on site.
The structure shall be dismantled carefully and the materials removed without causing damage to the
serviceable materials and the part of the structure to be retained, and any properties or structure nearby. Any
damage to nearby property or structure shall be made good by the contractor without extra claims. The
contractor shall be responsible for any injury to the workers or the public. Removal of overlaying adjacent
materials if required for dismantling of the structure, shall be included in the item.
Contractor Dy.Executive Engineer Executive Engineer
113
Before demolishing any part of the structure, the contractor shall provide supports and struts to the existing
structure as and when directed by the Engineer in charge. All struts and support shall not be removed by the
contractor until written permission is obtained from the Engineer in charge. No extra claims for such skirting
or supports shall be paid for, it shall be included in the tender under respective items for demolishing. All
scaffolding will be in steel and will have rubber ends, so as not to damage any part of the structure.
Unless otherwise provided, excavated materials shall be used in back filing the excavation made removing
the structure, In leveling ground or otherwise disposed of as directed free of cost. The dismantled material
shall be immediately removed by the contractor from the work site so as not to hamper the progress of work
of main building.
Contractor Dy.Executive Engineer Executive Engineer
114
SECTION 6
FORM OF BID
Description of the works :- CONSTRUCTION OF COURT BUILDING AT PANDHARKAWDA, TQ. KELAPUR
DISTT. YAVATMAL
To, . . . . . . . . . . . . . . .
Address : . . . . . . . . . . . . . . . . . .
1) We offer to execute the works described above and remedy any defects therein in
conformity with the condition of contract, specification, drawings, Bill of Quantities and
Addenda for the sum(s) of
( . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .)
2) We undertake, if our Bid is accepted, to commence the works as soon as is reasonably possible after the receipt of the Engineer’s notice to commence, and to complete the whole
of the works comprised in the Contract within the time stated in the document.
3) We agree to abide by this Bid for the period of 120 days from the date fixed for receiving
the same, and it shall remain binding upon us and may be accepted at any time before the
expiration of that period.
4) Unless and until a formal Agreement is prepared and executed this Bid, together with your
written acceptance thereof, shall constitute a binding contract between us.
5) We understand that you are not bound to accept the lowest or any tender you may receive.
6) We accept the appointment of Shri. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
as the Dispute Review Expert.
(OR)
We do not accept the appointment of Shri. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
as the Dispute Review Expert and propose instead that Shri. . . . . . . . . . . . .. . . . . . . . . . . . .
be appointed as Dispute Review Expert, whose BIO-DATA is attached.
Dated this . . . . . . . . . . . . day of . . . . . . . . . . . .20. . . . . . . . . .
Signature . . . . . . . . . . . . . . . . . . . . . . . . . in the capacity of . . . . . . . . . . . . . . . . . . .duly
authorised sign bids for and on behalf of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
(in block capitals or typed)
Address
. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .
Witness
. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .
Address
. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .
Occupation
. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .
Note :- The bidder will submit this form .online without his financial offer. The bidder shall fill the
rates online In the BOQ sheet provided In the e-tender portal only
Contractor Dy.Executive Engineer Executive Engineer
115
SECTION 7
BILL OF QUANTITIES
Contractor Dy.Executive Engineer Executive Engineer
116
BILL OF QUANTITIES
Preamble
1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, Conditions of
Contract, Technical Specifications and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional, and are given to provide
a common basis for bidding. The basis of payment will be the actual quantities of work ordered and
carried out, as measured by the Contractor and verified by the Engineer and valued at the rates and
prices tendered in the priced Bill of Quantities, where applicable, and otherwise at such rates and
prices as theEngineer may fix within the terms of the Contract.
3. The rates and prices tendered in the priced Bill of Quantities shall, except in sofar as it is otherwise
provided under the Contract, include all constructional plant, labour, supervision, materials,
erection, ·maintenance, insurance, profit, taxes and duties, together with all general risks, liabilities
and obligations set out or implied in theContract.
4. The rates and prices shall be quoted entirely in Indian Currency.
5. A rate or price shall be entered against each item in the Bill of Quantities, whether quantities are
stated or not. The cost of Items against which the Contractor has failed to enter a rate or price shall
be deemed to be covered by other rates and prices entered in the Bill of Quantities.
6. The whole cost of complying with the provisions of the Contract shall be included in the items
provided in the priced Bill of Quantities, and where no Items are pro-vided the cost shall be deemed
to be distributed among the rates and prices entered for the related Items of Work.
7. General directions and descriptions of work and materials are not necessarily re-peated or
summarized in the Bill of Quantities. References to the relevant sections of the contract
documentation shall be made before entering rates or prices against each item in the Bill of
Quantities.
8. The method of measurement of completed work for payment shall be in accordance with the
specification for Road and Bridge Works published by the Ministry of Surface Transport (edition).
9. Errors will be corrected by the Employer for any arithmetic errors pursuant to Clause 29 of the
Instructions to Bidders.
10. Rock is defined as all materials which, in the opinion of the Engineer, require blasting' or the use of
metal wedges and sledgehammers, or the use of compressed air drilling for its removal, and which
cannot be extracted by ripping with a tractor of at least 150 kw with a single rear mounted heavy
duty ripper.
Note: The bidder shall fill the rates online in the BOQ sheet provided in the e-tender portal
only
Contractor Dy.Executive Engineer Executive Engineer
117
BILL OF QUANTITIES
Sr.
No.
Description of Item (with
brief specification and
reference to book of
specification)
Quantity Unit Rate Amount
In Figures In
Words
Note:
1. Item for which no rate or price has been entered in will not be paid for by the Employer
when executed and shall be deemed covered by the other rates and prices in the bill of
quantities (Refer: ITB Clause 13.2 and GCC Clause 43.3)
2. Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB Clause 14]
3. Where there is a discrepancy between the rate in figures and words, the rates in words will
govern. [ITB Clause 27.1(a)]
4. Where there is a discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by quantity, the unit rate quoted shall govern [ITB Clause 27.1(b)]
Contractor Dy.Executive Engineer Executive Engineer
118
SECTION – 8
SECURITIES AND OTHER FORMS
Contractor Dy.Executive Engineer Executive Engineer
119
BID SECURITY (BANK GUARANTEE)
WHEREAS, _____________________________ [Name of bidder] (hereinafter called “the Bidder”
) has submitted his Bid dated ______________ (date) for the construction of __________________
[name of Contract hereinafter called “the Bid”]
KNOW ALL PEOPLE by these presents that We ___________________________ [name of Bank]
of ________________________ [ name of Country] having our registered office at
_____________________________________ (hereinafter called “the Bank”) are bound unto
_______________________ [name of Employer] (hereinafter called “the Employer”) in the sum of
______________________ * for which payment well and truly to be made to the said Employer the
Bank itself, his successors and assigns by these presents.
SEALED with the Common Seal of the Said Bank this __________ day of ________ , 20 __
THE CONDITIONS of this obligation are :
1. If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified
in the Form of bid.
OR
2. If the Bidder having been notified to the acceptance of his bid by the Employer during the
period of bid validity :
(a) Fails or refuses to execute the Form of Agreement in accordance with Instructions
to Bidders, if required; or
(b) fails or refuses to furnish the performance Security, in accordance with the
Instructions to Bidders ; or
(c) does not accept the correction of the Bid Price pursuant to Clause 27
We undertake to pay to the Employer up to the above amount upon receipt of his first
written demand, without the Employer having to substantiate his demand, provided that in his
demand the Employer will note that the amount claimed by him is due to him owing to the
occurrence of one or any of the three conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date -
____________ ** days after the deadline for submission of bids as such deadline is stated in the
Instructions to Bidders or as it may be extended by the Employer, notice of which extensions(s) to
the Bank is hereby waived. Any demand in respect of this guarantee should reach the Bank not later
than the above date.
Contractor Dy.Executive Engineer Executive Engineer
120
DATE ______________ SIGNATURE _________________
WITNESS _____________ SEAL __________________
-------------------------------------------------------------------------------------------------------------
[ Signature, name and address]
* The Bidder should insert the amount of the guarantee in words and figures denominated in
Indian Rupees. This figure should be the same as shown in Clause 16.1 of the Instructions
to Bidders.
** 45 days after the end of the validity period of the bid Date should be inserted by the
Employer before the Bidding documents are issued.
Contractor Dy.Executive Engineer Executive Engineer
121
PERFORMANCE BANK GUARANTEE
To,
_____________________________ [name of Employer]
_____________________________ [address of Employer]
_____________________________
WHEREAS ________________________________ [name and address of Contractor]
(hereafter called “The Contractor”) has undertaken, in pursuance of Contract No. ___________
dated __________ to execute _________________ [name of Contract and brief description of
Works] (hereinafter called “the Contractor”)
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee.
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on
behalf of the Contractor, up to a total of ______________________ [amount of guarantee]*
________________________(in words), such sums being payable in the types and proportions of
currencies in which the Contract Price is payable, and we undertake to pay you, upon your first
written demand and without cavil or argument, any sum or sums within the limits of
____________________________ [amount of guarantee] as aforesaid without your needing to
prove or to show ground or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed thereunder or of any of the Contract documents which
may be made between your and the Contractor shall in any way release us from any liability under
this guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid 28 days from the date of expiry of the Defect Liability Period.
Signature and Seal of the Guarantor ________________
Name of Bank _________________________________
Address ______________________________________
Date __________
* An Amount shall be inserted by the Guarantor, representing the percentage the contract price
specified in the Contract including additional security for unbalanced Bids, if any and
denominated in Indian Rupees.
Contractor Dy.Executive Engineer Executive Engineer
122
INDENTURE FOR SECURED ADVANCES
FROM 31
(For use in cases in which the contract is for finished work and the contractor has entered into an
agreement for the execution of a certain specified quantity of work in a given time.)
This indenture made the ____________ day of ___________, 20 _______ BETWEEN
_______________ (hereinafter called the contractor which expression shall where the context so
admits or implies be deemed to include his executors, administrators and assigns) or the one part
and the employer of the Other Part.
Whereas by an agreement dated ______________ (hereinafter called the said agreement)
the contractor has agreed.
AND WHEREAS the contractor has applied to the Employer that he may be allowed
advanced on the security of materials absolutely belonging to him and brought by him to the site of
the works the subject of the said agreement for use in the construction of such of the works as he
has undertaken to executive at rates fixed for the finished works (inclusive of the cost of materials
and labour and other charges)
AND WHEREAS the Employer has agreed to advance to the Contractor the sum of Rupees
__________________________________________ on the security of materials the quantities and
other particulars of which are detailed in Accounts of Secured Advances attached to the Running
Account bill for the said works signed by the Contractor on ___________ and the Employer has
reserved to himself the option of making any further advance or advance on the security of other
materials brought by the Contractor to the site of the said works.
Now THIS INDENTURE WINTNESSE that in pursuance of the said agreement and in
consideration of the sum of Rupees _________________ on or before the execution of these
presents paid to the Contractor by the Employer (the receipt where of the Contractor doth hereby
acknowledge) and of such further advance (if any) as may be made to him as a for said the
Contractor doth hereby covenant and agree with the President and declare as follows :
(1) That the said sum of Rupees ______________________________ so advanced by
theEmployer to the Contractor as aforesaid and all or any further sum or sums advanced as aforesaid
shall be employed by the Contractor in or towards expending the execution of the said works and
for no other purpose whatsoever.
(2) That the materials details in the said Account of Secured Advances which have been offered to
and accepted by the Employer as security are absolutely the Contractor’s own propriety and free
from encumbrances of any kind the contractor will not make any application for or receive a further
advance of the security of materials which are not absolutely his own property and free from
encumbrances of any kind and the contractor indemnified the Employer against all claims to any
materials in respect of which an advance has be made to him as aforesaid.
(3) That the materials detailed in the said account of Secured Advance and all other materials on
the security of which any further advance or advance may hereafter be made as aforesaid (hereafter
Contractor Dy.Executive Engineer Executive Engineer
123
called the said materials) shall be used by the Contractor solely in the execution of the said works in
accordance with the directions of the Engineer.
(4) That the Contractor shall make at his own cost all necessary and adequate arrangements for the
proper watch, safe custody and protection against all risks of the said materials and that until used in
construction as aforesaid the said materials shall remain at the site of the said works in the
Contractor’s custody and on his own responsibility and shall at all times be open to inspection by
the Engineer or any officer authorised by him. In the event of the said materials or any part thereof
being stolen, destroyed or damaged or becoming deteriorated in a greater degree than is due to
reasonable use and wear thereof the Contractor will forthwith replace the same with other materials
of like quality or repair and make good the same required by the Engineer.
(5) That the said materials shall not be any account be removed from the site of the said works
except with the written permission of the Engineer or an officer authorized by him on that behalf
(6) That the advance shall the Employer of the price payable in full when or before the Contractor
receives payment from the Employer of the price payable to him for the said works under the terms
and provisions of the said agreement. Provided that if any intermediate payment are made to the
Contractor on account of work done than on the occasion of each such payment the Employer will
be at liberty to make a recovery from the contractor’s bill for such payment by deducting there from
the value of the said materials than actually used in the construction and in respect of which
recovery has not been made previously, the value for this purpose being determined in respect of
each description of materials at the rates are which the amounts of the advances made under these
presents were calculated.
(7) That if the Contractor shall at any time make any default in the performance or observance in
any respect of any of the terms and provisions of the said agreement or of these presents the total
amount of the advance or advances that may still be owing of the Employer shall immediately on
the happening of such default be repayable by the Contractor to be the Employer together with
interest thereon at twelve percent per annum from the date or respective dates of such advance or
advances to the date of repayment and with all costs, charges, damages and expenses incurred by
the Employer in or for the recovery thereof or the enforcement of this security or otherwise by
reason of the default of the Contractor and the Contractor hereby covenants and agrees with the
Employer to reply and pay the same respectively to him accordingly.
(8) That the contractor hereby charges all the said materials with the repayment to the Employer of
the said sum of Rupees _________________________ and any further sum or sums advanced as
aforesaid and all costs, charges, damages and expenses payable under these presents PROVIDED
ALWAYS and it is hereby agreed and declared that notwithstanding anything in the said agreement
and without prejudice to the power contained therein if and whenever the covenant for payment and
repayment here-in-before contained shall become enforceable and the money owing shall not be
paid in accordance there with the Employer may at any time thereafter adopt all or any of the
following courses as he may deem best :
(a) Seize and utilise the said materials or any part thereof in the completion of the said
works on behalf of the contractor in accordance with the provisions in that behalf
contained in the said agreement debiting the contractor with the actual cost of effecting
Contractor Dy.Executive Engineer Executive Engineer
124
such completion and the amount due to the contractor with the value of work done as if
he had carried it out in accordance with the said agreement and at the rates thereby
provided. If the balance is against the contractor, he is to pay same to the Employer on
demand.
(b) Remove and sell by public auction the seized materials or any part thereof and out of
the moneys arising from the sale retain all the sums aforesaid repayable or payable to
the Employer under these presents and pay over the surplus (if any) to the Contractor.
(c) Deduct all or any part of the moneys owing out of the security deposit or any sum due
to the Contractor under the said advance shall not be payable.
(9) That except in the event of such default on the part of the contractor as aforesaid interest on the
said advance shall not be payable.
(10) That in the event of any conflict between the provisions of these presents and the said
agreement the provisions of these presents shall prevail and in the event of any dispute or difference
arising over the construction or effect of these presents the settlement of which has not been here-in-
before expressly provided for the same shall be referred to the Employer whose decision shall be
final and the provision of the Indian Arbitration Act for the time being in force shall apply to any
such reference.
Contractor Dy.Executive Engineer Executive Engineer
125
Letter of Acceptance
(Letterhead paper of the Employer)
To,
________________________ [name and address of the Contractor]
________________________
________________________
Dear Sirs,
This is to notify you that your online bid dated ____________ for execution of the
______________________________________ (name of the contract and identification number, as
given in the Instructions to Bidders) for the Contract Price of Rupees
___________________________ (______________) (amount in words and figures), as corrected
and modified in accordance with the Instructions to Bidders1 is hereby accepted by our agency.
We accept / do not accept that _____________________ be appointed as the
Adjudicator2. You are hereby requested to furnish Performance Security, in the form detailed in
Para 34.1 of ITB for an amount equivalent to Rs. _____________ within 07 days of the receipt of
the letter of acceptance valid up to 28 days from the date of expiry of defects Liability Period i.e. up
to _______________and sign the contract, failing which action as stated in Para 34.2 of ITB will be
taken.
Yours faithfully,
Authorised Signature
Name and title of Signatory
Name of Agency
1 Delete “Corrected and” or “and modified” if only one of these actions applies. Delete as corrected
and modified in accordance with the Instructions to Bidders, if corrections or modifications have not
been affected.
1 To be used only if the contractor disagrees in his Bid with the Adjudicator proposed by the
Employer in the “ Instructions to Bidders”.
Contractor Dy.Executive Engineer Executive Engineer
126
Issue of Notice to proceed with the work
(Letter head of the Employer)
__________________(Date)
To,
________________________ [name and address of the Contractor]
________________________
________________________
Dear Sirs,
Pursuant to your furnishing the requisite security as stipulated in ITB Clause 34.1 and signing of the
Contract for the work of………………………………………………………………………..
Bid Price of Rs.____________ .
You are hereby instructed to proceed with the execution of the said works in accordance
with the documents.
Yours faithfully,
(Signature, name and title of Signatory
Authorised to sign on behalf of Employer)
Contractor Dy.Executive Engineer Executive Engineer
127
AGREEMENT FORM
Agreement
This agreement, made the ___________ day of _____________between __________(name
and address of the Employer) [hereinafter called “the Employer] and ______________________
(name and address of contractor) hereinafter called “the Contractor” of the other part.
Whereas the employer is desirous that the Contractor execute
_______________________(name and identification number of Contractor) (hereinafter called “the
Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion
of such Works and the remedying of any defects therein, at a
cost of Rs____________
NOW THIS AGREEMENT WITNESSTH as follows :
(1) In this Agreement, words and expression shall have the same meanings as are respectively
assigned to them in the conditions of contract hereinafter referred to and they shall be
deemed to form and be read and construed as part of this Agreement.
(2) In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to all aspects
with the provisions of the contract.
(3) The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying the defects wherein Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in
the manner prescribed by the Contract.
(4) The following documents shall be deemed to form and be ready construed as part of this
agreement viz.
i) Letter of Acceptance
ii) Notice to proceed with the works
iii) Contractor’s Bid
iv) Condition of contract : General and Special
v) Contract Date
vi) Additional condition
vii) Drawings
viii) Bill of Quantities and
ix) Any other documents listed in the Contract Data as forming part of the Contract.
In witnessed whereof the parties there to have caused this Agreement to be executed the day
and year first before written.
The Common Seal of __________ was hereunto affixed in the presence of :
Signed, Sealed and Delivered by the said ___________________________
in the presence of :
Binding Signature of Employer _______________________________________________
Binding Signature of Contractor ______________________________________________
Contractor Dy.Executive Engineer Executive Engineer
128
UNDERTAKING
I, the undersigned do hereby undertake that our firm M/s. _________________
________________________________ agree to abide by this bid for a period _______ days for the
date fixed for receiving the same and it shall be binding on us and may be accepted at any time
before the expiration of that period.
____________________________________
(Signed by an Authorized Officer of the Firm)
___________________
Title of Officer
____________________
Name of Firm
______________
DATE
Contractor Dy.Executive Engineer Executive Engineer
129
SECTION 9
DRAWINGS
(Seperately Attached)
Contractor Dy.Executive Engineer Executive Engineer
130
SECTION 10
DOCUMENTS TO BE FURNISHED BY BIDDER
(Attached)
131
Contractor Dy.Executive Engineer Executive Engineer