Upload
ngohanh
View
220
Download
2
Embed Size (px)
Citation preview
1
Contractor No. of corrections Executive
Engineer
STANDARD BIDDING DOCUMENT
PROCUREMENT OF CIVIL WORKS
PART-I
COMPLETE BIDDING DOCUMENT
NAME OF
WORK :
Reconstruction & Extension of
Existing Jetty and Civil Work
(Reclamation Bund, Terminal
Building and other onshore work) at
Malvan Port, Tal-Malvan, Dist-
Sindhudurg.
E-TENDER
B-II TENDER FORM
2
Contractor No. of corrections Executive
Engineer
GOVERNMENT OF MAHARASHTRA
AGREEMENT NO---------------
NATIONAL COMPETITIVE BIDDING
(CIVIL WORKS)
Name of work : Reconstruction & Extension of Existing Jetty and Civil Work (Reclamation Bund, Terminal Building and other onshore work) at Malvan Port, Tal-Malvan, Dist-Sindhudurg.
Tender Issue Date : Date.08.05.2018 at 10.00 hrs.
Time and date of pre-bid
conference
: Date. 18.05.2018 at 15.00 hrs, Maharashtra Maritime
Board, Indian Mercantile Chamber, 3rd floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai-400 001.
Opening Date
(If possible)
: Date. 04.05.2018 at 12.00 hrs Maharashtra Maritime
Board, Indian Mercantile Chamber, 3rd floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai-400 001
Officer inviting bids Chief Executive Officer, Maharashtra Maritime Board, Indian Mercantile Chamber, 3rd floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai-400 001
3
Contractor No. of corrections Executive
Engineer
GOVERNMENT OF MAHARASHTRA
MAHARASHTRA MARITIME BOARD
INVITATIONS FOR BIDS (IFB)
NATIONAL COMPETITIVE BIDDING
The Chief Executive Officer, Maharashtra Maritime Board, Indian Mercantile Chamber, 3rd floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai-400 001. Iinvites online bids for the
construction of work detailed in the table.
Sr. No.
Name of Work Approximate
value of work Rs.
Earnest Money Deposit
(Rs.)
Cost of Document
(Rs.)
Period of completion
1 Reconstruction & Extension of
Existing Jetty and Civil Work
(Reclamation Bund, Terminal
Building and other onshore
work) at Malvan Port, Tal-
Malvan, Dist-Sindhudurg.
5,01,28,000/-
2,51,000/- 3,540/-
18 Months
(Including
monsoon)
E-TENDER TIME SCHEDULE
Please Note: All bid related activities (Process) will be governed by the time schedule given under Key Dates
below:
Sr. No.
Activities Date Hour Mins.
1 Publishing Date 08.05.2018 At 15 00
2 Document Download start Date 08.05.2018 At 15 00
3 Document Download End Date 01.06.2018 Up to 17 00
4 Seek clarification start Date 08.05.2018 At 15 00
6 Seek clarification end Date 18.05.2018 Up to 14 00
5 Pre-Bid Meeting 18.05.2018 At 15 00
7 Bid Submission start Date 22.05.2018 At 10 00
8 Bid Submission closing Date 01.06.2018 Up to 17 00
9 Bid Opening Date *(If Possible) 04.06.2018 At 12 00
4
Contractor No. of corrections Executive
Engineer
*Dates mentioned here, are scheduled dates for Bid Opening Activities. Any changes in dates of opening of technical and commercial tenders shall be notified in 'Press Notice / Corrigendum' section on the e-Tendering sub portal of the department before opening of the same. Note:-
1. All eligible / interested Bidders are required to be enrolled on portal https://mahatenders.gov.in to
participate in e-tendering.
2. Bidders should submit the document related to tender, earnest money and tender document fee under
their digital signature online through payment gateway on the e tendering portal.
3. Other instructions can be seen in the tender form. All or any one of the tender may be rejected by
competent authority without assigning any reason.
PROCEDURE UNDER E-TENDERING INSTRUCTION TO BIDDERS
Tender form, conditions of contract, specifications and contract drawings can be
downloaded from https://mahatenders.gov.in after entering the details payment of
Rs. 3,540/- (Rupees Three Thousand Five Hundred and Forty Only) should be
paid online using payment gateway. The fees of tender document will be non
refundable.
Further information regarding the work can be obtained from the above office.
Affidavit on Rs. 100/- stamp paper in prescribed form given in Annexure I sworn
before Executive Magistrate / Notary, Additional Performance Security Deposit (if
required) scan copy of original should be submitted online. Bids will be opened as per
the Tender Schedule, in the presence of such intending Tenderers or his / their
authorized representatives who may be present at that time.
TENDERING PROCEDURE :
1.1. Blank Tender Forms.
1.1.1 Tender Forms can be downloaded from the e-Tendering portal of Public Works
Department, Government of Maharashtra i.e. https://mahatenders.gov.in after
entering the details of payment towards Tender Fees as per the Tender Schedule.
1.1.2 The tender submitted by the tenderer shall be based on the clarification, additional
facility offered (if any) by the Department, and this tender shall be unconditional.
Conditional tenders will be summarily REJECTED.
1.1.3 All tenderers are cautioned that tenders containing any deviation from the
contractual terms and conditions, specifications or other requirements and
conditional tenders will be treated as non responsive. The contractor should clearly
mention in forwarding letter that his offer (in envelope No.1& 2) does not contain
any condition, deviations from terms and conditions stipulated in the tender.
1.1.4 Tenderers should have valid Class II / III Digital Signature Certificate (DSC)
obtained from any Certifying Authorities. In case of requirement of DSC, interested
5
Contractor No. of corrections Executive
Engineer
Bidders should go to https://mahatenders.gov.in and follow the procedure
mentioned in the document ;Procedure for application of Digital Certificate.
1.1.5 For any assistance on the use of Electronic Tendering System, the Users may call
the below
Toll Free Ph. No. 1800 30702232/7878107985-86
E-Mail : [email protected]
1.2 PRE-TENDER CONFERENCE: -
1.2.1 Pre-tender conference open to all prospective tenderers who have purchased
tender form before the date of Pre-tender Conference, will be held at Mumbai on
Dated.18.05.2018 at 15.00 hrs Maharashtra Maritime Board, Indian Mercantile Chamber, 3rd
floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai-400 001, Phone No. (022)
22694475 wherein prospective Tenderers will have an opportunity to obtain clarifications
regarding the work and the Tender Conditions.
1.2.2 The prospective tenderers are free to ask for any additional information or
clarification either in writing or orally concerning the work, and the reply to the same will
be given by the Chief Engineer / Superintending Engineer / Executive Engineer, in
writing and this clarification referred to as Common Set of Conditions/Deviations
(C.S.D.), shall form part of tender documents and which will also be common and
applicable to all tenderers. The point/points if any raised in writing and/or verbally by the
contractor in pre-tender conference and not finding place in C.S.D. issued after the pre-
bid conference, is/are deemed rejected. In such case the provision in NIT shall prevail. No
individual correspondence shall be made thereafter with the contractor in this regard.
1.2.3 The tender submitted by the tenderer shall be based on the clarification, additional
facility offered (if any) by the Department, and this tender shall be unconditional.
Conditional tenders shall be summarily REJECTED.
1.2.4 All tenderers are cautioned that tenders containing any deviation from the
contractual terms and conditions, specifications or other requirements and conditional
tenders will be treated as non responsive. The contractor should clearly mention in
forwarding letter that his offer (in envelope No. 1& 2) does not contain any conditions,
deviations from terms and conditions stipulated in the tender.
1.3 Special Instructions to the Contractors/Bidders for the e-submission of the bids
online through this tender site : https://mahatenders.gov.in
(1) Bidder must register themselves on https://mahatenders.gov.in portal by clicking
“Online Bidder Enrollment” and then map Digital Signature certificate.
(2) Bidder then login to the site giving user id / password chosen during registration.
(3) The e-token that is registered should be used by the bidder and should not be
misused by others.
(4) The Bidders can update well in advance, the documents such as certificates,
purchase order details etc., under My Documents option and these can be selected
as per tender requirements and then attached along with bid documents during bid
6
Contractor No. of corrections Executive
Engineer
submission.
(5) After downloading / getting the tender schedules, the Bidder should go through
them carefully and then submit the documents as asked, otherwise, the bid will be
rejected.
(6) If there are any clarifications, this may be obtained online through the tender site, or
through the contact details. Bidder should take into account of the corrigendum
published before submitting the bids online.
(7) Bidder, in advance, should get ready the bid documents to be submitted as indicated
in the tender schedule and they should be in PDF/xls/rar/dwf formats. If there is
more than one document, they can be clubbed together.
(8) Bidder should get ready the EMD as specified in the tender. The original should be
posted/couriered/given in person to the Tender Inviting Authority, within the bid
submission date & time for the tender.
(9) The bidder reads the terms & conditions and accepts the same to proceed further to
submit the bids.
(10) The bidder has to submit the tender document online well in advance before the
prescribed time to avoid any delay or problem during the submission process.
(11) After the bid submission, the acknowledgement number, given by the e-tendering
system should be printed by the bidder and kept as a record of evidence for online
submission of bid for the particular tender.
(12) The details of the Earnest Money Deposit document submitted physically to the
Dept and the scanned copies furnished at the time of bid submission online should
be the same otherwise the Tender will be summarily rejected
(13) The Tender Inviting Authority (TIA) will not be held responsible for any sort of
delay or the difficulties faced during the submission of bids online by the bidders.
(14) The bidder may submit the bid documents either by online mode through the site
(https://mahatenders.gov.in) as indicated in the tender.
(15) The tendering system will give a successful bid updating message after uploading
all the bid documents submitted & then a bid summary will be shown with the bid
no, date & time of submission of the bid with all other relevant details. The
documents submitted by the bidders will be digitally signed using the e-token of the
bidder and then submitted.
(16) The bid summary has to be printed and kept as an acknowledgement as a token of
the submission of the bid. The bid summary will act as a proof of bid submission
for a tender floated and will also act as an entry point to participate in the bid
opening date.
(17) Bidder should log into the site well in advance for bid submission so that he submits
the bid in time i.e. on or before the bid submission end time. If there is any delay,
7
Contractor No. of corrections Executive
Engineer
due to other issues, bidder only is responsible.
(18) The bidder should see that the bid documents submitted should be free from virus
and if the documents could not be opened, due to virus, during tender opening, the
bid is liable to be rejected.
(19) The time settings fixed in the server side & displayed at the top of the tender site,
will be valid for all actions of requesting, bid submission, bid opening etc., in the e-
tender system. The bidders should follow this time during bid submission.
(20) All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not viewable by
unauthorized persons during bid submission & not be viewable by any one until the
time of bid opening. Overall, the submitted tender documents become readable only
after the tender opening by the authorized individual.
(21) The confidentiality of the bids is maintained since the secured Socket Layer 128 bit
encryption technology is used. Data storage encryption of sensitive fields is done.
(22) The bidders are requested to submit the bids through online etendering system to the
TIA well before the bid submission end date & time (as per Server System Clock).
(23) The bidder should logout of the tendering system using the normal logout option
available at the top right hand corner and not by selecting the (X) option in the
browser.
(24) The bidder should upload the Technical document in .rar format single file to
upload in Technical cover and then BOQ in .xls format single file to upload in
Finance cover.
(25) For any other queries, the bidders are asked to contact through Mail
8
Contractor No. of corrections Executive
Engineer
SECTION 1 – INSTRUCTIONS TO BIDDERS (ITB)
Section – 1 : Instructions to Bidders
A. GENERAL
1. Scope of Bid
1.1 The Employer (named in Appendix to ITB) invites online 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
The expenditure on this project will be met from the budget of "IWD - 0317"
3. Eligible Bidders
3.1 This invitation for Bids is open to all bidders.
3.2 All bidders shall provide in Tender part-2 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 If the Employer has not undertaken prequalification of potential bidders, 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
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 ;
9
Contractor No. of corrections Executive
Engineer
(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);
(h) Undertaking that the bidder will be able to invest a minimum cash up to 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 concerned and disputed amount ;
4.3 QUALIFICATION CRITERIA
4.3.1 Qualification will be based on Applicant’s meeting all the following minimum pass/fail criteria
regarding the Applicant’s general and particular experience, personnel and equipment capabilities,
and financial position, as demonstrated by the Applicant’s response in the forms attached to the
Letter of Application. Subcontractor’s experience and resources shall not be taken into account in
determining the Applicant’s compliance with the qualifying criteria.
To qualify for more than one contract, the applicant must demonstrate having experience and
resources sufficient to meet the aggregate of the qualifying criteria for each contract given in the
paragraphs 4.3.4, 4.3.5, 4.3.6 and 4.3.9 below.
4.3.2 Base year and escalation: -The base shall be taken as 2017-18
Following enhancement factors will be used for the cost of works executed and the financial figures to
a common base value for works completed in India.
Year
before
Multiplying
factor
One 1.10
Two 1.21
Three 1.33
Four 1.46
Five 1.61
Applicant should indicate actual figures of costs and amount for the works executed by them
without accounting for the above mentioned factors.
In case the financial figures and value of completed works are in foreign currency, the above
enhanced multiplying factors will not be applied. Instead, current market exchange rate (State
Bank of India BC selling rate as on the last date of submission of bid) will be applied for the
purpose of conversion amount in foreign currency in Indian rupees.
4.3.3 General Experience
The applicant shall meet the following minimum criteria
(a) To qualify for award of the contract, each tenderer in his name should have achieved an
Minimum financial turnover of Rs. 2,50,64,000.00 during last three years ( FY 2014-15 , 2015-
16, 2016-17) at the price level of 2017-2018 information should be given in Performa given
This should be duly audited by Chartered Accountant. Year in which no turnover is shown
would also be considered for working out the average turnover.
(b) Satisfactorily completed as a contractor, at least one similar type of work, Construction of
value Rs. 1,50,38,400.00 at the price level of 2017-2018.
10
Contractor No. of corrections Executive
Engineer
-: Definition of Similar works :-
Contractor should have constructed a minimum of 2 or more Bund having
60mtr. length + Buildings having 600 Sq.mtr. area.
(c) The Scan copy of Original copy of Valid GST registration certificate from Goods and Service
Tax Act.
(d) Satisfactorily executed in any one year, out of last 3 years preceding March 2017 the following
minimum quantities of work (Information to be given only in Form No. I enclosed herewith on
Page-14.
Sr
no Item Quantity Unit
I Excavation for foundation 1250.00 Cubic Metre
II RCC Quantity
(M-20& Above) 300.00 Cubic Metre
III Filter layer of 20kg trap
stones 450.00 Cubic Metre
IV Core layer of 200kg trap
stones 1200.00 Cubic Metre
V Sub-armour layer of 300-
500kg trap stones 200.00 Cubic Metre
VI Armour layer of above
1000kg trap stones 500.00 Cubic Metre
The works may have been executed by the Applicants as prime contractor.
Substantially completed works means those works which are at least 90 % completed as on the date of
submission (i.e. gross values of work done up to the last date of submission is 90% or more of the
original contract price) and continuing satisfactorily.
For these, a certificate from employer shall be submitted along with application incorporating clearly
the name of the work, contract value, billing amount, date of commencement of works satisfactory
performance of the Contractor and any other relevant information.
4.3.4 Personal capabilities
The Applicant must have suitably qualified personal to fill the following positions. The Applicant will
supply information on a prime candidate and alternate for each position, both of whom should meet
the experience requirements specified below.
List of Key Personnel to be deployed on Contract Work
Sr.
No. Personnel Qualification No. of Personnel
1 Project Manger B.E. Civil + 15 Years Exp. 1 No.
(5 years as Manager)
2 Site Engineer B.E. Civil + 10 Years Exp. 2 Nos.
11
Contractor No. of corrections Executive
Engineer
3 Electrical
Engineer DEE+3years exp. 1 No.
4 Quantity
Surveyor B.E. Civil + 7 years Exp. or 1 No.
Dip. Civil + 10 years Exp.
5 Survey
Engineer B.E. Civil + 3 years Exp. or 1 No.
Dip. Civil + 5 years Exp.
ITI Civil + 8 years Exp.
Total 6
4.3.5 Equipment capabilities
The Applicant should own or should have assured ownership to the following key items of equipment,
in full working order, and must demonstrate that, best on known commitments; they will be available
for the work in proposed contract.
List of Key Plant &Equipment to be deployed on Contract Work
Sr.No. Type of Equipment
Maximum age as
on 01.4.2017
(Years)
Minimum Requirement
1 Motor Grader 5 1
(Owned/ Hired)
2 Dozer 5 1
(Owned/ Hired)
3 Front end Loader (JCB) 5 1
(Owned/ Hired)
4 Smooth Wheeled Roller 5 2
(Owned/ Hired)
5 Vibratory Roller 5 1
(Owned/ Hired)
6 Water Tanker 5 2
(Owned/ Hired)
7 Concrete Mixes with Integral
Weigh Batching facility 5
1
(Owned/ Hired)
8
Concrete Batching and Mixing
Plant (Minimum capacity – 15
m3/hour)
5 -
Total 9
4.3.6 Financial Position
The Applicant should demonstrate that he has access to, or has available, liquid assets (aggregate of
working capital, cash in hand and uncommitted bank guarantees) and /or credit facilities of not less
than 10 percent of the value of the contract/contracts applied for (construction cash-flow may be taken
as 10 percent of the estimated value of the contract / contracts)
4.3.7 The audited balance sheets for the last five years should be submitted, which must demonstrate the
soundness of the Applicant’s financial position, showing long-term profitability including an
12
Contractor No. of corrections Executive
Engineer
estimated financial projection for the next two years. If necessary, the employer will make enquiries
with the applicant’s bankers.
4.3.8 Litigation History
The Applicant should provide accurate information on any litigation or arbitration resulting from
contracts completed or under execution by him over the last five years. A consistence history of
awards against the applicant may result in failure of the applicant.
4.3.9 Bid Capacity
Applicant who meets the minimum qualification criteria will be qualified only if their available bid
capacity is more than the total bid value. The available bid capacity will be calculated as under:
Assessed Available Bid capacity = (A x N x 2 - B),
Where,
A = Highest turnover of last five years (updated to the current price level ) rate of inflation may be
taken as 10 percentage per year which will taking into account the completed as well as works in
progress.
B = Value at current price level of the existing commitments and ongoing works to be completed
during the next 11 months, and
N = Number of years prescribed for completion of the works for which bids are invited.
4.4 Disqualification
Even though the applicants meet the above qualifying criteria, they are subject to be disqualified if
they have:
➢ made misleading or false representation in the form, statements submitted; and / or
➢ Records of poor performance such as abandoning the works, rescinding of contract
for which the reasons are attributable to the non-performance of the contractor,
consistent history of litigation awarded against the Applicant or financial failure due
to bankruptcy.
4.5 JOINT VENTURE - DELETED (Not Allowed )
5. One Bid per Bidder
5.1 Each bidder shall submit only one online - bid for one package. A bidder who submits or participates in
more than one Bid (other than as a sub contractor or on cases of alternatives that have been permitted
or requested) will cause all the proposals with the Bidder's participation to be disqualified.
6. 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. 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 surrounding and obtain all information that may be necessary for preparing the Bid and
entering into a contract for construction of the Works. The cost of visiting the Site shall be at the
Bidder's own expense.
Additional Requirements
Bidders should provide any additional information required to fulfil the requirements of clause 4 of
the Instructions to the Bidders, if applicable.
(i) Affidavit
13
Contractor No. of corrections Executive
Engineer
(ii) Undertaking.
(iii) Affidavit additional performance security must be enclosed
FORM NO. 1
DETAILS OF SIMILAR ITEMS OF WORK CARRIED OUT IN ANY THREE YEAR BY TENDERER
NAME OF TENDERER:
Sr.
No Name of Work
Amount Put
to Tender
Agreement
No.
Date of
Commencement
Quantities of work
in any one year
Year of
Execution
1 2 3 4 5 6 7
Note : This is only a standard form, details are to be furnished in this format in typewritten statements which shall be
enclosed.
14
Contractor No. of corrections 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
1 Instruction to Bidders
I 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. Complete bidding document containing volumes - I, II, III and IV are available to the bidders on e-
tendering portal https://mahatenders.gov.in Documents to be furnished by the bidder in compliance to
section 2 will be by him and uploaded online as “ in “general document ” (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 biding 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.
15
Contractor No. of corrections Executive
Engineer
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.
9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.
10. Amendment of Biding Documents
10.1. Before the deadline for submission of bids online, 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 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. The uploading of addendum on e-tendering
portal shall deemed to be acknowledgement of receipt of each addendum to the employer. The Employer
will assume no responsibility for non cognizance by the bidders.
10.3. To give prospective bidders reasonable time in which to take an addendum into account in preparing 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.
10.4. BID REJECTION CRITERIA:
The bidders are informed about the bid rejection criteria stated as below
10.4.1. Following bids shall be categorically rejected;
10.4.1.1. Bids received after the tender closing date and time.
10.4.1.2. Bids received without EMD as specified in the tender
10.4.1.3. Following bid rejection criteria may render the bids liable for rejection with the
approval of CEO, MMB.
10.4.1.4. Incomplete / misleading / ambiguous/ conditional bids in the considered opinion of
MMB.
10.4.1.5. Bidders not agreeing to furnish required Security Deposit till completion of the
contract.
10.4.1.6. Validity Period indicated by the bidder is shorter than as specified in the tender
document.
10.4.1.7. Bidders not agreeing to furnish Performance Bank Guarantee till the completion of the
contract.
10.4.1.8. Bids not meeting the qualification parameters stipulated in the tender document.
10.4.1.9. Bidders not furnishing additional security deposit in the correct form and amount.
10.4.2. Following bid rejection criteria may render the bids liable for Rejection with the approval of the
tender committee.
16
Contractor No. of corrections Executive
Engineer
10.4.2.1. Bidder's failure to submit sufficient or complete details for evaluation of the
bids/within the given period depending on the deficiencies noticed in the drawing /
technical data which shall not however conflict with validity period.
10.4.2.2. Incomplete / misleading / ambiguous bids in the considered opinion of tender
committee
10.4.2.3. Bids received without pre-qualification document where required as per the tender.
10.4.2.4. Bids not meeting the pre-qualification parameters stipulated in the tender enquiry.
10.4.2.5. Wherever PVC is allowed as per Tender but the bidder(s) quoted fixed price or vice –
versa
10.4.2.6. Extra Items :
Extra item of Works ; if any, shall be determined supported by a rate analysis on the following
basis:
• Rates derived from similar items of this contract.
OR
• Rates for similar items of work executed through other agencies for MMB
recently.
OR
• Rates mutually agreed.
17
Contractor No. of corrections Executive
Engineer
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 Claus 4.2 of these instructions.
(v) Undertaking that the bid shall remain valid for the period specified in Cl 15.1.
(vi) Acceptance/ non acceptance of Dispute Review Expert proposed in Cl. 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.
12.2 The bidder shall fill and upload the Technical and Financial bid in ‘edit attachment option’ and shall
upload the supporting document in ‘General Document Option’ of e tendering portal and submit the
bid by using his Class III Digital Signature.
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
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 in ‘Rate Column of BOQ Sheet’ in figures only for all items of the Works
described in the Bill of Quantities. Items for which no rate 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.
18
Contractor No. of corrections Executive
Engineer
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.
14. Currencies of Bid and Payment.
The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees. All payments
shall be made in Indian Rupees.
➢ The Rates of Items in schedule "B" / (BOQ) on part II of NIT are including of Taxes, Rates,
Cesses and also inclusive of the livable tax in respect of sale by transfer of property in goods
involved in the execution of works Contract under the provision of rule 58 of the Maharashtra
Value Added Tax Act 2005 for the purpose of levy of
➢ The rates quoted by the Contractor shall be rates excluding sales Tax and all other taxes but
shall include GST that the contractor will have to pay for the performance of this Contract.
➢ GST as per Govt. of Maharashtra Finance Department, Marathi Circular No. GST-2017/case 81/Ûú¸üÖ¬Ö®Ö-1 ¯ÖÏ. ÛÎú. 81 / Ûú¸üÖ¬ÖÖ®Ö-1 Mantralaya, Mummbai-32, Dated. 19.08.2017.
➢ Provisional amount of GST @2% i.e.1% C.G.S.T. + 1% S.G.S.T. will be deducted at Source
(TDS) after the enforcement of Sections 51 of Maharashtra Goods and Services Act. 2017.
15. Bid Validity.
15.1 Bids shall remain valid for a period not less than 120 days after the deadline date for bid submission
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
bidder's 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:
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.
15.5 Hard copy submitting by contractor.
Tenderer must submit the Hard Copy of online submitted copy of the Concerned Executive
Engineer's Office(as specified below)
a) Documents submitted on time in Envelope No. 1 & 2 are put in separate Envelope as Envelope
No.1 (Technical Bid) and Envelope No.2 (Financial Bid) respectively and sealed properly.
19
Contractor No. of corrections Executive
Engineer
b) The above two sealed Envelopes No.1 and 2 shall be again put together in one common cover
and sealed. The name of work, online Tender Number, Name and full address of Tenderer with
Mobile Number shall be mentioned on the said common cover marked sealed. Common cover
properly covers corner.
c) The above Common Cover containing Envelope No. 1 & 2 must be submit to the Concerned
Executive Engineer, Maharashtra Maritime Board, Mumbai. Within 03 working days start
form next day of after Closing of Bid Submission Date (During Office Hours) Only.
d) No Delay on account of any cause will be entertained for the receipt said Hard Copy.
e) If Tenderer Fails or neglect to Submit Hard Copy His On-Line offer (Tender) will be Not be
considered for further tendering procedure.
16. Bid Security
16.1 Earnest money of minimum Rs.2,51,000/- shall be paid via online payment gateway mode. After
Tender opening, the EMD of the unsuccessful bidder will be returned to account provided by the
bidder during the bid preparation as given in challan under Beneficiary Account Number.
16.2 Earnest Money in the form of cheques or any other form except above will not be accepted.
16.3 The amount will be refunded to the unsuccessful tenderers on deciding about the acceptance or
otherwise of the tender. In case of successful tenderer, it will be refunded on his paying initial
Security Deposit and completing the tender documents in form B-2.
16.4 Joint Venture Not Allowed .
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.
16.6 The bid Security may be forfeited.
I/We agree that the offer shall remain open for acceptance for a minimum period of 120 days from
the date fixed for opening of envelope No. 2 (Financial Bid) and thereafter until it is withdrawn by
me/ us by notice in writing duly addressed to the authority opening the tenders and sent by registered
post A.D. or otherwise delivered at the office of such authority. of the sum of Rs.2,51,000/-
representing the earnest money is herewith forwarded. The amount of earnest money shall not bear
interest and shall be liable to be forfeited to the Government, should I/We fail to (I) abide by the
stipulation to keep the offer open for the period mentioned above or (II) Sign and complete the
contract documents as required by the Engineer and furnish the security deposit as specified in item
(d) of the memorandum contained in paragraph (1) above within the time limit laid down in clause (1)
of the annexed General Conditions of contract. The amount of earnest money may be adjusted towards
the security deposit or refunded to me/us if so, desired by me/ us in writing, unless the same or any
part thereof has been forfeited as aforesaid.
16.7 I/We have secured exemption from payment of earnest money after executing the necessary bond in
favour of the Government, a true copy of which is enclosed herewith. Should any occasion for
forfeiture of earnest money for this work arise due to failure on my/our part to (I) abide by the
stipulations to keep the offer open for the period mentioned above or (ii) sign and complete the
contract documents and furnish the security deposit as specified in item (d) of the Memorandum
contained in paragraph (1) above within the time limit laid down in clause (1) of the annexed General
Conditions of Contract, the amount payable by me/us may, at the option of the Engineer, be
recovered out of the amount deposited in lump sum for securing exemption in so far as the same may
extend in terms of the said bond and in the event of the deficiency out of any other payments which
20
Contractor No. of corrections Executive
Engineer
are due or payable to me/us by the Government under any other contract or transaction of any nature
whatsoever or otherwise.
17. 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 mobilization 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. Format and Signing of Bid
18.1 The bidder shall be required to fill and upload the Technical and Financial Bid by using his Class III
Digital Signature of the person who is authorised to submit the Bid, uploaded
18.2 The documents are required to be uploaded in “Edit Attachment Option” online. The bidder is
required to ensure that the size of each document does not exceed 5 MB.
18.3 In case Bidder would like to provide any Supporting Document(s) as a part of the Bid Response, the
Bidder may upload such Supporting Document(s) under “General Document Option” of tender.
18.4 CASHLESS
Vide GR No. Govt. Of Maharashtra , Public Works Department. Mantralaya Nagpur No. Tender
2016/CN20/shikana/Bldg -2 dated 09/12/2016 Contractor shall submit a certificate to the effect that
all the payments to the labour / staff are made in bank accounts of staff should linked to Unique
Identification Number ( AADHAR Card) . The certification shall be submitted by the contractor
within 60 days from the commencement of the contract. If the time period of contract is less than 60
days than such certificate shall be submitted within 15 days from the date of commencement of
contract.
21
Contractor No. of corrections Executive
Engineer
D. SUBMISSION OF BIDS
19. Submission of Bids
19.1 The Bidder shall refer to the "Bidder Manual Kit'' for Preparation and Submission of bid on
'https://mahatender.gov.in' portal.
20. Deadline for Submission of the Bids
20.1 The complete Bids (including Technical and Financial) must be received on e-tendering portal not
later than the date indicated in NIT.
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. Late Bids
21.1 Any bid submitting the Bid Security and Cost of Tender Fee document in Original after deadline
prescribed in NIT will not be accepted and returned. The bid (including technical and financial) will
not be opened. The complete Bids (including Technical and Financial) must be received by the
Employer online not later than the deadline indicated in the schedule.
22. Modification and Withdrawal of Bids
22.1 The bidder may modify or cancel their bid online only before the deadline prescribed in clause 20
i.e..Bid due date.
22
Contractor No. of corrections Executive
Engineer
E. BID OPENING AND EVALUATION
23. Bid Opening
23.1 The Employer will open all the Technical Bids received of those tenderer who has submitted the Bid
Security and Cost of Tender Fee document through online before the deadline prescribed in Tender
Schedule, 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 23.2. 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 The Online "Technical Bid" shall be opened first. The Bid Security and Cost of Tender Fee
documents uploaded online shall be verified with Original documents submitted by bidders as
required as per NIT. 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 5 and paragraph 3), and has not been furnished in the
form specified in Clause 16, the remaining technical bid online will not be opened .
23.3 (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/ online
(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/online
communication, 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.
23.4 At the time of Online opening of "Financial Bid", the names of the bidders who were found
responsive in accordance with Clause 23.3 (iv) will be announced. The bids of only these bidders will
be opened. The remaining bids will be rejected online. The e-tendering system shall communicate to
the rejected bidders along with reasons for their rejection. The responsive Bidder's names, the Bid
prices, the total amount of each bid, will be announced by the Employer at the opening.
23.5 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".
23.6 The Employer shall prepare minutes of the Bid opening, including the information disclosed to those
present in accordance with Sub-Clause 23.4. result of financial bids of all the Bidders shall be made
available e-tendering portal in option “ tender free View”
24. Process to be Confidential
24.1 Information relating to the examination, clarification, evaluation and comparison of Bids and
recommendations for the award of a contractor 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 Employer's processing of Bids or award decisions
may result in the rejection of his Bid.
23
Contractor No. of corrections Executive
Engineer
25. 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 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 Employer in the evaluation of the Bids in accordance with Clause 27
25.2 Subject to sub-clause 25.1, no Bidder shall contact the 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/online.
25.3 Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid comparison
or contract award decisions may result in the rejection of the Bidder's bid.
26. 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. 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. Deleted
24
Contractor No. of corrections Executive
Engineer
29. Evaluation and Comparison of Financial Bids
29.1 The 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
(c) Making appropriate adjustments to reflect discounts or other price modifications offered in
accordance with Sub-Clause 23.6.
29.3 The 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 Engineers estimate of the
cost of work to be performed under the contract, the Employer may require the Bidder to produce
detailed price analysis for any or all items of the Bill of Quantities, to demonstrate the internal
consistency of those prices with the construction methods and schedule proposed. After evaluation of
the price analysis, 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. Deleted.
25
Contractor No. of corrections Executive
Engineer
F. AWARD OF CONTRACT
31. 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. Employers 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. 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 Contractor as 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.
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. Performance Security and Additional Performance Security :
Performance Security/ EMD
(i) If the tenderer has quoted the offer below the estimated cost put to tender, the
tenderer shall have to submit Additional Performance Security in the form of D.D. / F.D.R. /
Bank Guarantee of any Nationalised or Scheduled Bank in favour of the Chief Executive
Officer, Maharashtra Maritime Board, Mumbai, payable at Mumbai.
The scanned copy of the Demand Draft (Additional Performance Security) shall be
uploaded and submitted in envelop no.2 through e-tendering process. It is mandatory to each
tenderer that he shall submit sealed envelope bearing name of agency, name of work and
26
Contractor No. of corrections Executive
Engineer
tender notice number which contains the original D.D. / F.D.R. / Bank Guarantee (for which
the photocopy has been submitted online as above) or Slip mentioning “Not Applicable” (If
offer is not below the estimate cost). The envelope shall be submitted to office of the
Executive Engineer within 5 working days from the last date prescribed for the receipt of
tender. Also a self attested affidavit that additional performance security is enclosed in
envelope No.1 (Technical envelope) If the additional performance security is not found
including in Envelope No.2 ( Financial Envelope). The offer shall be treated as non
responsive.
.
(ii)The person/persons whose tender may be accepted (hereinafter called
the Contractor, which expression shall unless excluded by or repugnant to
the context include his heirs, executors, administrators, and assigns ) shall
(A) within 10 days (which may be extended by Superintending Engineer
concerned up to 15 days if Superintending Engineer thinks fit to do so) of
the receipt by him of the notification of the acceptance of his tender
deposit with the Executive Engineer in cash or Government securities
endorsed to the Executive Engineer (if deposited for more than 12 months)
of the sum sufficient which will made up the full security deposit specified
in the tender or (B) (Permit Government at the time of making any
payment to him for work done under the contract to deduct such as will
amount to * FOUR percent of all moneys so payable such deductions to
be held by Government by way of security deposit. ) Provided always that
in the event of the Contractor depositing a lump sum by way of security
deposit as contemplated at above, then and in such case, if the sum so
deposited shall not amount to FOUR percent of the total estimated cost of
the work, it shall be lawful for Government at the time of making any
payment to the Contractor for work done under the contract to make up the
full amount of FOUR percent by deducting sufficient sum from every
such payment as last aforesaid until the full amount of the security deposit
is made up. All compensation or other sums of money payable by the
Contractor to Government under the terms of his contract may be deducted
from or paid by the sale of sufficient part of his security deposit or from
the interest arising there form , or from any sums which may be due or
may become due by Government to the Contractor under any other
contract or transaction of any nature on any account whatsoever and in the
27
Contractor No. of corrections Executive
Engineer
event of his security deposit being reduced by reason of any such
deduction or sale as aforesaid, the Contractor shall within ten days
thereafter, make good in cash or Government securities endorsed as
aforesaid any sum or sums which may have been deducted from, or raised
by sale of his security deposit or any part thereof. The security deposit
referred to, when paid in cash may, at the cost of the depositor, be
converted into interest bearing securities provided that the depositor has
expressly desired this in writing.
The security deposit will not be accepted in forms of insurance company
bonds as per Government orders contained in No. CCM/PWD/4250
DATED 27/12/1956.
_______________________________________________
Note: This will be the same percentage as that in the tender
If the amount of the security deposit be paid in a lump sum within
the period specified at (A) above is not paid the tender/contract
already accepted shall be considered as cancelled and legal steps
taken against the Contractor for recovery of the amounts. The
amount of the security deposit lodged by a Contractor shall be
refunded along with the payment of the final bill, if the date up to
which the Contractor has agreed to maintain the work in good order
is over. If such date is not over, only 50% amount of security
deposit shall be refunded along with the payment of the final bill.
The amount of security deposit retained by the Government shall be
released after expiry of period up to which the Contractor has
agreed to maintain the work in good order is over. In the event
of the Contractor failing or neglecting to complete rectification
work within the period up to which the Contractor has agreed to
maintain the work in good order, then the amount of Security
Deposit retained by Government shall be adjusted towards the
excess cost incurred by the Department on rectification work.
Additional Performance Security
If the tenderer has quoted the offer below the estimated cost put to tender, the
tenderer shall have to submit Additional Performance Security in the form of Demand
Draft (DD) of any Nationalised or Scheduled Bank in favour of the Chief Executive
Officer, Maharashtra Maritime Board, payable at Mumbai.
The scanned copy of the Demand Draft (DD) (Additional Performance Security)
shall be uploaded and submitted in envelop no.2 through e-tendering process. (Page
No.148) It is mandatory to each tenderer that he shall submit sealed envelope bearing
name of agency, name of work and tender notice number which contains the original
28
Contractor No. of corrections Executive
Engineer
Demand Draft (DD) (for which the photocopy has been submitted online as above) or Slip
mentioning “Not Applicable” (If offer is not below the estimate cost). The envelope shall
be submitted to office of the Chief Executive Officer within 5 working days from the last
date prescribed for the receipt of tender.
The amount of the (Additional Performance Security) Demand Draft (DD) shall be
calculated by the tenderer in accordance with the following manner.
If the Tenderer is below the Scheduled cost more thann1% it is mandatory to upload
online, the Scanned Copy of Original D.D. in the name of The Chie Executive Officer,
Maharashtra Maritime Board, drawn on Nationalized /Scheduled Bank. D.D. should be valid
for 3 months from the date of submission of the tender in ENVELOPE NO.2 against the
Additional Performance Security Deposited. The Amount of D.D. shall be as per
G.R.No.¤ÉÒb÷ÒVÉÒ2016/|É.úGò.2/<¨ÉÉ- 2,ÊnùxÉÉÆEò12.02.2016 & Govt. Corrigendum No ÃÖß‹™üß /2017 /¯ÖÏ.
08 /‡´ÖÖ.-2, פü. ú 29/06/2017 reproduced on page No. 75-77 & Amendment Dt.17.03.2016. The
Original D.D. along with the hard copy of the tender shall be submitted in the office of the
Executive Engineer within 72 Hrs. from time of bid lock of the tender. The details of
performance security deposit for below tender are given in Clause No.1.5 & 1.9.B on page No.
12, 13 & 14 of this D.T.P.
34.1 If the tenderer has quoted below the estimated rates, the Additional Performance Security
shall be paid additionally as mentioned below.
If the offer submitted is below schedule
“B” rates by more than 1% but less than
10% of the estimated cost put to tender
1% of the estimated cost put to tender
If below by more than 10% of the
estimated cost put to tender
1% of the estimated cost put to tender plus an
amount equal to the percentage by which the
offer is below 10% of the estimated cost put to
tender. (e.g. if the offer is 15.31% below, the
Performance Security will be 1%+(15.31-10) =
6.31% of the estimated cost put to tender.
34.2 The Demand Draft (DD) shall be valid upto 3 months from the date of submission of the
tender.
34.3 After opening the envelope no.1, if it is found that the tenderer is not qualified for opening
his envelope no.2, then his Demand Draft (DD) shall be returned within 7 working days.
Also after opening envelope no.2, except the Demand Draft (DD). of 1st and 2nd lowest
bidders, the Demand Draft (DD). of other bidders shall be returned within 7 working days.
34.4 Demand Draft (DD) of the 2nd lowest bidder shall be returned within 3 working days after
issue of work order to the 1st lowest bidder.
29
Contractor No. of corrections Executive
Engineer
34.5 In case it is found that the documents/ Demand Draft (DD) submitted by the tenderer are
false or misleading, his earnest money shall be forfeited. Also the registration of the tenderer
shall be suspended for the period of 1 year. Additionally legal action may be initiated
against the tenderer.
34.6 The work order shall be given to the concerned tenderer after the clearance of the Demand
Draft (DD) submitted by him.
Refund of Additional Performance Security.
34.7 The amount of the Additional performance security shall be refunded as per the G.R.No.
Government of Maharashtra, Public Works Department, Mantralaya, Mumbai No.BDG
2016/C.R.2/Bldg-2, Dated 1/04/2017 (i.e. after Completion of Defect Liability Period).
34.8 Non submission of Additional performance security or submission of less amount of the
Additional Performance Security shall be liable to summarily rejection of his tender.
35. Advance Payment and Security
35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions
of Contract, subject to maximum amount, as stated in the Contract Data.
36. Dispute Review Expert
36.1 Except where otherwise specified in the contract and subject to the powers delegated to him
by Government under the code, rules then in the force, the decision of the Superintending
Engineer of the Circle for the time being shall be final, conclusive and binding on all parties
of the contract upon all questions relating to the meaning of the specifications, designs,
drawings and instruction hereinbefore mentioned and as to the quality of workmanship or
materials used on the work, or as to any other question, claim right, matter or things
whatsoever, if any way arising out of, or relating to the contract, designs, drawings,
specifications, estimates , instructions, orders, or other conditions, or otherwise concerning
the works, or the execution, or failure to execute the same, whether arising during the
progress of the work, or after the completion or abandonment thereof.
36.2 The Contractor may within thirty days of receipt by him of any order passed by the
Superintending Engineer of the Circle as aforesaid appeal against it to the Chief Engineer,
concerned with the contract work or project provided that -
(a) The accepted value of the contract exceeds Rs. 10 lakhs
(Rupees Ten lakhs)
(b) Amount of claim is not less than Rs. 1.00 Lakh
(Rupees One Lakh).
36.3 If the Contractor is not satisfied with the order passed by the Chief Engineer as aforesaid,
the Contractor may, within thirty days of receipt by him of any such order appeal against it
to the concerned Secretary, Public Works Department/Irrigation Department who, if
convinced that Prima-facie the Contractors claim rejected by Superintending Engineer/Chief
Engineer is not frivolous and that there is some substance in the claim of the Contractor as
30
Contractor No. of corrections Executive
Engineer
would merit a detailed examination and decision by the Standing Committee, shall put up to
the Standing Committee at Government level for suitable decision
(Vide PW Circular No. CAT-1086-CR-110/Bldg.2 Dated 7.5.1986).
37. 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 PWDNH 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.
31
Contractor No. of corrections Executive
Engineer
APPENDIX TO ITB
Clause Reference
With respect to
Section – I.
1. Name of the Employer is Chief Executive Officer, Maharashtra
Maritime Board, Indian Mercantile Chamber, 3rd floor, Ramjibhai
Kamani Marg, Ballard Estate, Mumbai-400 001
[ Cl. 1.1]
2. The last five years
2017-2018
2016-2017
2015-2016
2014-2015
2013-2014
3. The Average annual financial turnover amount is Rs 2,50,64,000.00
during last three years ( FY 2014-15 , 2015-16, 2016-17) at the
price level of 2017-2018.
[Cl. 4.3.3(a)]
4.
Value of proposed for Satisfactorily completed as a contractor, at
least one similar type of work, Construction of value Rs.
1,50,38,400.00 at the price level of 2017-2018
[Cl. 4.3.3(b)]
5.
Quantity of work are : As per Section 1- Instructions to Bidders,
Clause No. 4.3.3 (d) Page No. 10.
6.
7.
8.
Liquid assets and/or availability of credit facilities is is Rs. ________
(Rupees ________________________________________ only)
Price level of financial year 2017-18
The Pre-bid meeting at Date.18.05.2018 at 15.00 hrs, Maharashtra
Maritime Board, Indian Mercantile Chamber, 3rd floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai-400 001.
[Cl.4.3.6]
[Cl. 4.3.2]
[Cl. 9.2.1]
9. The technical bid will be opened (if Possible) online at the Office
of the Chief Executive Officer, Maharashtra Maritime Board,
Indian Mercantile Chamber, 3rd floor, Ramjibhai Kamani Marg,
Ballard Estate, Mumbai-400 001 on dt 04.06.2018 at 15.00
Hours.
10. Address of the Employer
Chief Executive Officer,
Maharashtra Maritime Board,
Indian Mercantile Chamber, 3rd floor,
Ramjibhai Kamani Marg,
Ballard Estate,
Mumbai-400 001
11. Identification :
Bid for -
Bid Reference : No. ____________
Do not open before 04.06.2018 up to 15.00 hours
32
Contractor No. of corrections Executive
Engineer
12. The bid should be submitted latest by 01.06.2018 on or before 17.00
hours.
[Cl. 20.1]
13. The Financial bid will be opened after technical scrutiny at place
Chief Executive Officer, Maharashtra Maritime Board, Indian Mercantile Chamber,
3rd floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai-400 001.
[Cl.23.3(iii)]
14. The Demand Draft (DD) of any Nationalised or Scheduled Bank in
favour of the Chief Executive Officer, Maharashtra Maritime
Board.
[Cl.34]
15.
The name of Dispute Review Expert is (to be notified later) [Cl.36.1]
16. 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
33
Contractor No. of corrections Executive
Engineer
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 three years.
2016-2017………………….
2015-2016…………………
2014-2015…………………..
(Rupees in Crore)
1.3.1 Work 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
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.
β Attach certificate(s) from Chartered Accountant.
# 1.3.2 Quantities of work executed as prime contractor, be considered provided in the bid
document, provided further that other qualification criteria are satisfied (in the same name and style) in
the last three years.**
34
Contractor No. of corrections Executive
Engineer
Year
Name
of the
work
Name of the
Employer*
Quantity of work performed (Cum) @ Remarks
Remarks*
(indicate
Ref.) Pile
Foundation
Concrete
Steel
Bar
Concrete
Block
(Auto
Clave
Cellular)
Tiles
Flooring
RCC
Quantity
2014-15
2015-16
2016-17
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.
# Deleted.
35
Contractor No. of corrections Executive
Engineer
(B) Works for which bids already submitted:
Description
of work
Place &
State
Name and
Address
of
Employer
Estimated
value of
Works
( Rs. Cr. )
Stipulated
period of
completion
Date when
decision is
expected
Remark,
if any
1 2 3 4 5 6 7
1.5 Availability of key items of Contractor’s Plant &Equipment essential for carrying out the Works
[Ref. Clause 4.4.5]. The Bidder should list all the information requested below. Refer also to Sub-
Clause 4.3(d) of the Instructions to Bidders.
Item of Plant
&Equipment
Requirement
Availability Proposal Remark (from
whom to be
purchased) No. Capacit
y
Owned Nos./
Capacity
Age /
Condition
1.6 Qualification and experience of key personnel required for administration and execution of the
contract [Ref. 4.5.5]. 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)
Year of Experience in
the proposed
position.
Project Manger
Site Engineer
Plant Engineer
Quantity Surveyor
Soil & Material
Engineer
Design/Survey
Engineer
Site Supervisor
Office Assistant
1.8 Financial reports for the last Three years: balance sheets, profit & loss statements, auditor’s reports (in
case of companies /corporation) etc. List them below and attach copies.
36
Contractor No. of corrections Executive
Engineer
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 bidder’s bankers who may provide
reference 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 compliance under the requirements of Sub Clause 3.2of the instructions to Bidders. (Name
of Consultant engaged for project preparation is ** -------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------
2 Deleted
3 Additional Requirements
3.1 Bidders should provide any additional information required to fulfil the requirements of clause 4 of
the Instructions to the Bidders, if applicable.
(iv) Affidavit
(v) Undertaking.
(vi) Affidavit additional performance security must be enclosed.
37
Contractor No. of corrections Executive
Engineer
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 not abandoned any work on Maharashtra Maritime Board
/ Public Work Department nor any contract awarded to us for such works have not been
rescinded, during last five years prior to the date of this bid.
3. The undersigned hereby authorise(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 Authorised Officer of the Firm)
___________________
Name Title of Officer
____________________
Name of Firm
______________
DATE
38
Contractor No. of corrections Executive
Engineer
UNDERTAKING
I, the undersigned, do hereby undertake that our firm M/s. __________________________________
would invest minimum cash up to 25 % of the value of work during implementation of the Contract.
__________________
(Signed by Authorised Officer of the Firm)
___________________
Name Title of Officer
____________________
Name of Firm
______________
DATE
39
Contractor No. of corrections Executive
Engineer
SECTION – 3
CONDITIONS OF CONTRACT
40
Contractor No. of corrections Executive
Engineer
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 initial are used to identify defined terms.
The Adjudicator (Synonymous with Dispute Review Expert) is the person appointed jointly by the
Contractor to resolve disputes in the first instance, as provided for in clauses 24. The name of the
Adjudicator is defined in the Contract Data.
Bill of Quantities means the priced and completed Bill of Quantities forming part 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.
Day are calendar days; months are calendar months.
A Defect is any part of the Works not completed in accordance with the Contract.
A 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 Contractor to 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 the 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.
41
Contractor No. of corrections Executive
Engineer
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.
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. 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 the Conditions 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 Contract.
3. Language and Law
3.1 The language of the Contract and the law governing the Contract are stated in the Contract Data
42
Contractor No. of corrections Executive
Engineer
4. 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. Delegation
5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the
Adjudicator after notifying the Contractor and may cancel any delegation after notifying the
Contractor.
6. Communications
6.1 Communications between parties which are referred to in the conditions are effective only when in
writing. A notice shall be effective only when it is delivered (in terms of India Contract Act).
7. Sub-Contracting - DELETED
8. Other Contractors
8.1 The Contractor shall co-operate and share the Site with other contractors, public authorities,
utilities and the Employer between the dates given in the Schedule of other Contractors. The
Contractor shall as referred to in 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. Personnel
9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel 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. Employer's and Contractor's Risks
10.1 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. 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.
43
Contractor No. of corrections Executive
Engineer
12. Contractor's Risks
12.1 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. 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 Defects Liability 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 (Contractor shall take out necessary Insurance Policy / Policies (viz. Contractors' All Risks
Insurance Policy, Erection All Risks Insurance Policy etc. as decided by the Directorate of
Insurance) so as to provide adequate insurance cover for execution of the awarded contract work for
total contract value and complete contract period compulsorily from the "Directorate of Insurance,
Maharashtra State, Mumbai" only, Its postal address for correspondence is "264, MHADA, First
floor, Opp. Kalanagar, Bandra (E), Mumbai-400051". (Telephone Number26590403 / 26590690
and Fax Number 26592461 / 26590403). Similarly all workmen's appointed to complete the contract
work are required to insure under workmen's compensation Insurance Policy, Insurance Policy /
Policies taken out from any Insurance Company, the same will not be accepted and the amount of
premium calculated by the Government Insurance Fund will be recovered directly from the amount
payable to the contractor for the executed contract work and paid to the Directorate of Insurance
Fund, Maharashtra State, Mumbai. The Director of Insurance reserves the right to distribute the risks
of insurance among the other insurers. (As per revised circulate issued by Dy. Directorate of
Insurance Maharashtra State vide letter No. |ÉÉÊ´ÉÊxÉ-2310/ºÉÉ.¤ÉÉÆ.Ê´É/ʴɨÉÉ.´ÉºÉÖ±ÉÒ/+ʦÉ-3/ dated 8.9.2010
below mentioned percentage for insurance of contract work shall be added in the recapitulation sheet
while framing the estimate as it is not considered in the D.S.R. while arriving at rates and the
amount incurred by contractors for insurance of work shall be reimbursed on production of
documentary evidence and after checking
a) Work value upto Rs. 25.00 lakhs - 0.50% b) Work value above Rs. 25.00 lakhs = 1.00%.)
13.3 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.
13.4 If the Contractor does not provide any of the policies and certificates required, the Employer may
affect 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.
13.5 Alterations to the terms of insurance shall not be made without the approval of the Engineer.
13.6 Both parties shall comply with any conditions of the insurance policies.
13.7 CESS ON BUILDING & CONSTRUCTION LABOUR WELFARE
44
Contractor No. of corrections Executive
Engineer
An amount of equal to one percent on amount of tendered amount shall be deducted from the payment of
contractor as a cess on building & construction labour welfare. The deducted amount shall be remitted in to
account number 00422010000153 in the Bank of India of Chairman, Maharashtra Building & Other
construction labour welfare circle, Mumbai.
14. Site Investigation reports
14.1 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. Queries about the Contract Data
15.1 The Engineer will clarify queries on the Contract Data.
16. Contractor to Construct the Works
16.1 The Contractor shall construct and install the Works in accordance with the Specification and
Drawings.
17. 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 programme submitted by the contractor, as updated with the approval
of the Engineer, and complete them by the Intended Completion Date.
18. 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.
18.3 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. Safety
19.1 The Contractor shall be responsible for the safety of all activities on the Site.
20. 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. 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.
22. Access to the Site
45
Contractor No. of corrections Executive
Engineer
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. 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. Disputes
DELETED
25. Procedure for Disputes
DELETED
26. Replacement of Dispute Review Expert
DELETED
* Dispute Review Expert to be provided for works costing up to Rs. 50 Crores. Dispute Review
Board of three members (One from Employer, One from Contractor and One to be nominated by IRC
Council and agreed by the representative members of Employer and Contractor) for works costing
more than Rs. 50 crores.
46
Contractor No. of corrections Executive
Engineer
B. TIME CONTROL
27. 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 submit to the Engineer, for approval, an updated Programme at intervals no
longer than the period stated in the Contract Data. If the Contractor does not submit an updated
Programme within this period, the Engineer may withhold the amount stated in the Contract Data
from the next payment certificate and continue to withhold this amount until the next payment after
the date on which the overdue Programme has been submitted.
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. 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 co-operate 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. Deleted
30. Delays Ordered by the Engineer
30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the
Works.
31. 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 al who attended the meeting.
47
Contractor No. of corrections Executive
Engineer
32. 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 co-operate 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.
48
Contractor No. of corrections Executive
Engineer
C. QUALITY CONTROL
33. Identifying Defects
33.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are
found. Such checking neither shall not affect the Contractor's responsibilities. The Engineer may
instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer
considers may have a Defect.
34. Tests
34.1 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 a Compensation Event.
35. 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 be corrected.
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. Uncorrected Defects
36.1 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 this amount.
49
Contractor No. of corrections Executive
Engineer
D. COST CONTROL
37. 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. Changes in the Quantities
38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the
particular item by more than 25 percent provided the change exceeds 1% of initial Contract Price, the
Engineer shall adjust the rate to allow for the change, duly considering.
(a) Justification for rate adjustment as furnished by the contractor.
(b) Economics resulting from increase in quantities by way of reduced plant,
equipment and overhead costs.
(c) Entitlement of the contractor to compensation events where such events are caused by any
additional work.
38.2 The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract Price is
exceeded by more than 15 percent, except with the Prior approval of the Employer.
38.3 If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost
breakdown of any rate in the Bill of Quantities.
39. Variations
39.1 All Variations shall be included in updated Programmers produced by the Contractor.
40. Payments for Variations
40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for carrying
out the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation,
which shall be given within seven days of the request or within any longer period stated by the
Engineer and before the variation is ordered.
40.2 If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the
opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the timing
of its execution do not cause the cost per unit of quantity to change, the rate in the Bill of Quantities
shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the
nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities,
the quotation by the Contractor shall be in the form of new rates for the relevant items of work.
40.3 If the Contractor's quotation is unreasonable, the Engineer may order the Variations and make a
change to the Contract Price which shall be based on Engineer's own forecast of the effects of the
Variation on the Contractor's costs.
40.4 If the Engineer decides that the urgency of varying the work would prevent a quotation being given
and considered without delaying the work, no quotation shall be given and the Variation shall be
treated as a Compensation Event.
50
Contractor No. of corrections Executive
Engineer
40.5 The Contractor shall not be entitled to additional payment for costs which could have been avoided by
giving early warning.
41. Cash Flow Forecasts
41.1 When the Programme is updated, the contractor is to provide the Engineer with an updated cash flow
forecast.
42. Payment Certificates
42.1 The Contractor shall submit to the Engineer monthly statements of the estimate 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. Payments
43.1 Payments shall be adjusted for deductions for other recoveries in terms of the contract and taxes at
source, as applicable under the law. Contractors the amount certified by Engineer as per availability of
funds and no interest shall be payable in case of any delayed payment.
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. Compensation Events
44.1 The following are Compensation Events unless they are caused by the Contractor.
(a) The Employer does not give access to a part of the Site by the Site Possession Date stated in
the Contract Data.
(b) The Employer modifies the schedule of other contractors in a way which affects the work of
the contractor under the contract.
(c) The Engineer orders a delay or does not issue drawings, specifications or instructions
required for execution of works on time.
(d) The Engineer instructs the Contractor to uncover or to carry out additional tests upon work
which is then found to have no Defects.
51
Contractor No. of corrections Executive
Engineer
(e) The Engineer does not approve of a sub contract to be let, within 15 days.
(f) Ground conditions are substantially more adverse than could reasonably have been assumed
before issuance of Letter of Acceptance from the information issued to Bidders (including the
Site Investigation Reports), from information available publicly and from a visual inspection
of the site.
(g) The Engineer gives an instruction for dealing with an unforeseen condition, cause by the
Employer, or additional work required for safety or other reasons.
(h) Other contractors, public authorities, utilities or the Employer does not work within the dates
and other constraints stated in the Contract, and they cause delay or extra cost to the
Contractor.
(i) The advance payment is delayed, beyond 28 days after receipt of application and bank
guarantee.
(j) The effect on the Contractor of any of the Employer's Risks.
(k) The Engineer unreasonably delays issuing a Certificate of Completion.
(l) Other Compensation Events listed in the Contract Data or mentioned in the Contract.
44.2 If a Compensation Event would cause additional cost or would prevent the work being completed
before the Intended Completion Date, the Contract Price shall be increased and/or the Intended
Completion Date is extended. The Engineer shall decide whether and by how much the Contract Price
shall be increased and whether and by how much the Intended Completion Date shall be extended.
44.3 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's
forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the
Contract Price shall be adjusted accordingly. If the contractors forecast deemed unreasonable, the
Engineer shall adjust the Contract Price based on Engineer's own forecast. The Engineer will assume
that the Contractor will react competently and promptly to the event.
44.4 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 co-operated with
the Engineer.
45. Tax
45.1 The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that the
Contractor will have to pay for performance of this Contract. The Employer will perform such duties
in regard to the deduction of such taxes at source as per applicable law.
46. Currencies
46.1 All payments shall be made in Indian Rupees.
47. Price Adjustment
DELETED
48. 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.
52
Contractor No. of corrections Executive
Engineer
48.2 On Completion of the whole of the Works half the total amount retained is repaid to the Contractor
and half when the Defects Liability Period has passed and the Engineer has certified that all Defects
notified by the Engineer to the Contractor before the end of this period have been corrected.
48.3 On completion of the whole works, the contractor may substitute retention money with an “on
demand” Bank guarantee.
49. 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 been paid, 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 slum 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 there of.
50. Bonus -
DELETED
51. Advance Payment -
DELETED
52. 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 shall be valid until a date 28 days from the date of expiry of Defects Liability
Period and the additional security for unbalanced bids shall be valid until a date 28 days from the date
of issue of the certificate of completion.
53
Contractor No. of corrections Executive
Engineer
53. Deleted
54. Cost of Repairs
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.
54
Contractor No. of corrections Executive
Engineer
E. FINISHING THE CONTRACT
55. 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. 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. Final Account
57.1 The Contractor shall supply to 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. 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 dates stated 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. 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 28 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 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 to the Contractor within 56
days of the date of the Engineer’s Certificate.
(e) The Engineer gives Notice that failure to correct 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.
55
Contractor No. of corrections Executive
Engineer
(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 anything of value to influence the action of a public official in the procurement process or
in contract executing. “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 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 as soon as reasonably possible.
60. Payment upon Termination
60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the
Engineer shall issue a certificate for the value of the work done less advance payments received upon
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. Property
61.1 All materials on the site, Plant, Equipments, 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. Releases from Performance
62.1 If the contractor is frustrated by the outbreak of war or by any other event entirely outside 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.
56
Contractor No. of corrections Executive
Engineer
F. SPECIAL CONDITIONS OF CONTRACT
1. LABOUR
The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the
engagement of all staff and labour, local or other, and for their payment housing, feeding and
transport. The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail,
in such form and at such intervals as the Engineer may prescribe, showing the staff and the numbers
of the several classes of labour from time to time employed by the Contractor on the site and such
other information as the Engineer may require.
2. COMPLIANCE WITH LABOUR REGULATIONS
During continuance of the contract, the Contractor and his sub-contractors shall abide at all times bay
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 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 the employees
of the Employer at any point of time.
3. STATUTORY APPROVALS
Contractor shall obtain all statutory approvals / no objection certificates / commencement /
completion inspection & other permissions as required from all the local & public authorities before
starting of work and on completion of work at his cost.
The statutory charges paid to authorities in connection with this for obtaining all the said permissions
works shall be entirely borne by the contractor. Contractor shall comply with all the approval rules,
regulations, Byelaws, directions given from time to time by any local &/or public authorities in
consideration with this work
57
Contractor No. of corrections Executive
Engineer
SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO
ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK.
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 to all
establishments employing 10 or more employees.
c) Employees P.F. 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 case may be.
(ii) Deposit linked insurance on the death in harness of the worker.
(iii) Payment of P.F. accumulation on retirement/death etc.
d) Maternity Benefit Act 1951 :- The Act provides for leave and some other benefits to Women
employees in case of confinement or miscarriage etc.
e) Contract Labour (Regulation & Abolition) Act 1970 :- The Act provides for certain welfare
measures to be provided by the Contractor to contract labour and in case the Contractor fails to
provide ,the same are required to be provided, by the principal Employer by law. The Principal
Employer is required to take Certificate of Registration and the Contractor is required to take license
from the designated Officer. The Act is applicable to the establishments or contractor of Principal
Employer, if they employ 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 is scheduled employments.
g) Payment of Wages Act 1936 :- It lays down as to by what date the wages are to be paid when it will
be paid and what deductions can be made from the wages of the workers.
h) Equal Remuneration Act 1979: -The Act provides for payment of equal wages for work of equal
nature to male and female workers and for not making discrimination against Female employees in
the matters of transfers, training and promotions etc.
i) Payment of Bonus Act 1965:- The Act is applicable to all establishments employing 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. 3500/- per month or less. The
bonus to be paid to employees getting Rs. 2500/- per month or above up to Rs.3500/- per month shall
be worked out by taking wages as Rs. 2500/- 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 Disputers Act 1947 :- The Act lays down the machinery and procedure for resolution of
Industrial disputes, in what situations a strike or lock-out becomes illegal and what are the
requirements for laying off or retrenching the employees or closing down the establishment.
k) Industrial Employment (Standing Orders) Act 1946:- It is applicable to all establishments
employing 100 or more workmen (employment size reduced by some of the States and Central
Government to 50). The Act provides for laying down rules governing the conditions of employment
58
Contractor No. of corrections Executive
Engineer
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 and 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.
n) Inter-State Migrating Workmen’s (Regulation of Employment & Conditions of Service) Act
1979 :- The Act is applicable to an establishment which employees 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, traveling expenses from home upto the establishment and back etc.
o) The Building and Other Construction Workers (Regulation of Employment and Conditions of
Services) Act 1996 and the Cess Act of 1996 :- All the establishments who carry on any building or
other construction work and employees 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 Registered 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.
3. Arbitration (GCC Clause 25.3)
3.1 Except where otherwise specified in the contract and subject to the powers delegated to him by
Government under the code, rules then in the force, the decision of the Superintending Engineer of
the Circle for the time being shall be final, conclusive and binding on all parties of the contract upon
all questions relating to the meaning of the specifications, designs, drawings and instruction
hereinbefore mentioned and as to the quality of workmanship or materials used on the work, or as to
any other question, claim right, matter or things whatsoever, if any way arising out of, or relating to
the contract, designs, drawings, specifications, estimates , instructions, orders, or other conditions, or
otherwise concerning the works, or the execution, or failure to execute the same, whether arising
during the progress of the work, or after the completion or abandonment thereof.
3.2The Contractor may within thirty days of receipt by him of any order passed by the
Superintending Engineer of the Circle as aforesaid appeal against it to the Chief Engineer, concerned
with the contract work or project provided that -
(a) The accepted value of the contract exceeds Rs. 10 lakhs
(Rupees Ten lakhs)
(b) Amount of claim is not less than Rs. 1.00 Lakh
(Rupees One Lakh).
59
Contractor No. of corrections Executive
Engineer
3.3 If the Contractor is not satisfied with the order passed by the Chief Engineer as aforesaid, the
Contractor may, within thirty days of receipt by him of any such order appeal against it to the
concerned Secretary, Public Works Department/Irrigation Department who, if convinced that Prima-
facie the Contractors claim rejected by Superintending Engineer/Chief Engineer is not frivolous and
that there is some substance in the claim of the Contractor as would merit a detailed examination and
decision by the Standing Committee, shall put up to the Standing Committee at Government level for
suitable decision
(Vide PW Circular No. CAT-1086-CR-110/Bldg.2 Dated 7.5.1986).
60
Contractor No. of corrections Executive
Engineer
SECTION – 4
CONTRACT DATA
61
Contractor No. of corrections Executive
Engineer
CONTRACT DATA
Items marked “N/A” do not apply in this Contract Clause
Reference with
respect to
Section - 3
1. Name of the Employer is Chief Executive Officer, Maharashtra
Maritime Board, Indian Mercantile Chamber, 3rd floor, Ramjibhai
Kamani Marg, Ballard Estate, Mumbai-400 001.
[Cl.1.1]
2. The Engineer is Executive Engineer, Maharashtra Maritime Board,
Indian Mercantile Chamber, 3rd floor, Ramjibhai Kamani Marg,
Ballard Estate, Mumbai-400 001.
3. The Defects Liability Period is 24 Months from the date of Completion. [Cl.1.1 & 35]
4. The Start Date shall be 7 days from the date of issue of the Notice to
proceed with the work.
[Cl.1.1]
5. The Intended Completion Date for the whole of the works is 11 (Eleven)
months 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 for Mild Stone Period from the
start date
i) Milestone 1: 30 % of the contract price 3 (Three) Months
3 (Three)
Months
ii) Milestone 2: 30 % of the contract price
5 (Five) Months
8 (Eight)
Months
iii) Milestone 3: 40 % of the contract price 3 (Three) Months
11 (Eleven)
Months
7. The site is Reconstruction & Extension of Existing Jetty and
Civil Work (Reclamation Bund, Terminal Building and other
onshore work) at Malvan Port, Tal-Malvan, Dist-Sindhudurg
[Cl.1.1]
8. The name and identification number of the Contract is :
[Cl.1.1]
62
Contractor No. of corrections Executive
Engineer
9 Reconstruction & Extension of Existing Jetty and Civil Work (Reclamation Bund, Terminal Building and other onshore work) at Malvan Port, Tal-Malvan, Dist-Sindhudurg
[Cl.1.1]
Scope of Work :
A) Reclamation Bund Construction of bund in tidal condition consist
of filling trap stone in layers such as filter, core,
sub-armour and armour layers of 20kg, 200kg,
300-500kg and 1000kg respectively with
geofabric filter layer over it.
B) Terminal Building Raft foundation with basement.
R.C.C. frame structure with column, beam, slab
& chajja in M35 concrete.
C) UG Tank & Pump
Room
Raft foundation with basement.
R.C.C. Frame structure with column, beam &
slab in M35 concrete.
Shahabad box type waterproofing to the
basement of UG tank.
D) Septic Tank Raft foundation with basement.
RCC walls of 350mm thick in M35 concrete.
10. The following documents also form part of the Contract:
Addendum issued under clause 9.2.4. pursuant to clause 10 if any
[ 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 – Not allowed [ Cl. 7.1 ]
14. The Schedule of Other Contractors – NIL- [ Cl. 8 ]
15. The Schedule of Key personnel - As per 4.5.4 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 within seven days from issue of notice
to proceed with the work.
[Cl. 21]
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 Board -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]
63
Contractor No. of corrections Executive
Engineer
22. Deleted [Cl. 27.3]
23. Deleted [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 formula (e) for adjustment of prices are: [Cl. 47]
R = value of work as defined in Clause 47.1 of conditions of Contract
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;
VL = 0.85 x P1 x R x [ (Li – Lo) / Lo ]
100
VL = Increase or decrease in the cost of work during the month under
consideration due to changes in rates for local labour.
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.
Li = The Consumer Price Index for industrial workers for the state for
the month under consideration as published by Labour Bureau,
Ministry of Labour, Government of India.
Pl = Percentage of labour component of work.
Adjustment For Cement Component :
(ii) Price adjustment for increase or decrease in the cost of Cement shall be
paid in accordance with the following formula :
Vc = 0.85 x Pc x R x [ (Ci – Co) /Co]
100
Vc = Increase or decrease in the cost of work during the month under
consideration due to changes in rates for cement
64
Contractor No. of corrections Executive
Engineer
Co = The all India wholesale price index for cement on 28 days
preceding the date of opening of Bids as published by the
Ministry
of Industrial Development, Government of India, New Delhi.
Ci = The all India average wholesale price index for cement for the
month under consideration as published by the Ministry of
Industrial Development, Government of India, New Delhi.
Pc = Percentage of cement component of the work.
Adjustment For Steel Component :
(iii
)
Price adjustment for increase or decrease in the cost of steel shall be paid
in accordance with the following formula :
Vs = 0.85 x PS x R x (Si – So) / So
100
Vs = Increase or decrease in the cost of work during the month
under consideration due to changes in rate for Steel.
So = The all India wholesale price index for4 Steel (Bars & Rods) on 28
days preceding the date of opening of Bids as published by the
Ministry of Industrial Development, Government of India, New
Delhi.
Si = The all India wholesale price index for4 Steel (Bars & Rods) on 28
days preceding the date of opening of Bids as published by the
Ministry of Industrial Development, Government of India, New
Delhi.
Pc = Percentage of cement component of the work.
Note :- For the application of this clause, index of Bars and Rods
has been chosen to represent steel group.
(iv) Adjustment For Bitumen Component :
Deleted
(v) Adjustment of POL (Fuel and Lubricant) Component :
Price adjustment for increase or decrease in the cost of POL (fuel and
lubricant) shall be paid in accordance with the following formula;
Vf = 0.85 x Pf/ 100 x R x ( Fi – Fo ) / Fo
Vf =increase or decrease in the cost of work during the month under
consideration due to changes in rates for fuel & lubricants.
Fo = The official retail price of High speed Diesel at the existing
consumer pumps of IOC depot at nearest centre on the day 28 days
prior to the date of opening of bids.
Fi = The official retail price of HSD at the existing consumer pumps of
IOC at nearest centre for the 15th day of month of the under
consideration..
65
Contractor No. of corrections Executive
Engineer
Pf =Percentage of fuel & 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 & lubricants group.
Adjustment of Plant and Machinery Spares Component :
Deleted
Adjustment of Other Materials Component :
(vii
)
Price adjustment for increase or decrease in the 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 – Mo ) / Mo
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 .
Mo = 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.
Mi = The all India wholesale price index (all Commodities) on for the
month under consideration as published by the Ministry of
Industrial Development, Government of India, New Delhi.
Pm = Percentage of local materials component (other than cement, steel,
bitumen and POL) of the work.
The following percentage will govern the price adjustment for the entire
contract :
1 Labour Pl = 37%
2 Cement Pc = 14 %
3 Steel (TMT+St.steel) Ps = 29 %
5 POL Pf = 7 %
6 Plant & Machinery Spares Pp = --
7 Other Materials Pm = 13 %
Total 100.00 %
27. 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]
66
Contractor No. of corrections Executive
Engineer
28. 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 i.e.
Rs. 25,100.00 per day
(II) for sectional completion
(Whatever specified in Item 6
of Contract Data) - (1/2000)th
of initial contract price for
section of work under
(i) Milestone I rounded off to
the nearest thousand per day
i.e. Rs. 7,530.00 per day.
(ii) Milestone II rounded off to
the nearest thousand per day
i.e. Rs. 7,530.00 per day.
(iii) Milestone III rounded off
to the nearest thousand per day
i.e. Rs.10,040.00 per day.
29 Maximum limit of liquidated
damages for delay in completion of
work.
10% of the Initial Contract
Price rounded off to the
nearest thousand. i.e.
Rs. 50,20,000.00
[Cl. 49]
30. Amount of Bonus for early
completion of whole of the works
DELETED
[Cl. 50]
31. Maximum limit of bonus for early
completion of work
DELETED
[Cl. 50]
32. The amounts of the advance payment
are.
DELETED
[Cl. 51 & 52]
33. The Securities shall be for the following minimum amounts equivalent as
a percentage of the Contract Price:
[Cl. 52]
67
Contractor No. of corrections Executive
Engineer
Performance Security for 2 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 Demand Draft (DD) of the type as presented in
Section 8 of the Bidding Documents.
34. The Schedule of Operating and Maintenance Manuals ................N/A [Cl. 58]
68
Contractor No. of corrections Executive
Engineer
SECTION – 5
TECHNICAL SPECIFICATION
69
Contractor No. of corrections Executive
Engineer
TECHNICAL SPECIFICATIONS
1. TEMPORARY WORKS
Where required, the Contractor shall furnish such details of his temporary works as may be called for by the
Engineer and the Contractor shall satisfy the Engineer as to their safety and efficiency. The Engineer-in-charge
may direct that temporary works, which he considers unsafe or inefficient, shall be removed and replaced in a
satisfactory manner.
2. CONTRACTOR’S TEMPORARY STRUCTURES
The Contractor may, at his own expense, and subject to the approval of the Engineer-in-charge and statutory
authorities, construct offices, stores, workshop and accommodation for staff and labourer in the area allocated to
him and remove the same as per the orders of the Engineer-in-charge on completion of the Contract.
3. SURVEY
The Contractor shall, at his own expense, provide and maintain, survey stations which he may require to carry
out the Works and shall remove the same on completion of the Works The Contractor shall, at his own expense,
carry out all the necessary surveys, measurements and setting out of the Works and shall for this purpose engage
qualified and competent engineering surveyors whose names and qualifications shall be submitted to the
Employer for his approval. The Contractor shall provide for the sole use of the Employer and his staff, at his
own expense, all necessary survey instruments and other equipment and all technicians, labourer and attendance,
including the services of minimum of two chainmen per shift, which the Engineer-in-charge may require for
setting out, marking and alignment of the Works. The chainmen shall be selected having appropriate experience,
and as far as possible, the same chainmen shall be provided throughout the Contract period. Before commencing
any work at any location the Contractor shall give the Employer not less than two days notice of his intention to
set out or give levels for any part of the works in order that arrangements may be made for inspection.
4. EQUIPMENT FOR SOLE USE OF EMPLOYER
The contractor shall provide for the sole use of the Engineer-in-charge and his staff, at his own expense, survey
instruments and other, equipment as listed below:
Two theodolites of one-second accuracy, One electronic distance measuring instrument (EDMI) attachable to
theodolite, Self- adjusting leveling instrument with aluminum stalves (numbers as required). The contractor
shall also provide for the use of the Engineer-in-charge, all technicians, labourer and attendants, including the
services of minimum of two chainmen per shift, which the Engineer-in-charge may require for setting out,
marking and alignment of the works. The chainmen shall be selected having appropriate experience, and as far
as possible the same chainmen shall be provided throughout the contract period. Before commencing any work
at any location, the contractor shall give the Engineer-in-charge not less than two days notice of his intention to
set out or give levels for any part of the works in order that arrangements may be made for inspection. The
Contractor shall maintain in good working order at all times during the period of the Contract the instruments
provided by him for the proper setting out of the works. The Contractor shall make available at his own expense
.any poles, pegs and staging templates of profiles required by the Engineer for inspection or measurement of the
70
Contractor No. of corrections Executive
Engineer
Works. The contractor shall arrange for calibration & permanent adjustments of survey instruments from time to
time.
The cost of the above shall not be paid for separately and shall be deemed to be included in the rates and prices.
5. MATERIALS
5.1. QUALITY:
All materials used in the works shall be procured by the Contractor unless otherwise specified and shall be of
the best quality of their respective kinds as specified herein, obtained from sources and suppliers approved by
the Engineer and shall comply strictly with the tests prescribed in the specification with the requirements of the
latest issues of the relevant Indian Standards or where Indian Standards are not relevant British Standards. Any
materials not fully specified herein and for which there is no relevant Indian or British Standard shall be the best
of their respective kind and to the approval of the Engineer-in-charge.
5.2. INDIAN AND BRITISH STANDARDS
Where Indian and British Standards are named in the specification, the latest current issues, including
amendments, if any, issued by the respective standards Institution ,one month prior to the due date of receipt of
the Tenders are intended unless specifically stated otherwise.
5.3. INSPECTION AND TESTING
All materials used in the Works shall be subjected to inspections and tests as per relevant Indian Standards by
the Engineer. Unless otherwise stated the cost of all the tests required by the specifications or the relevant Indian
or British Standard shall be deemed to be included in the rates and prices named in various sections of the Bill
of Quantities. The Contractor shall carry out all the tests in site laboratory and shall provide testing apparatus,
technicians, helpers and all other facilities at the site. For the tests which cannot be carried out in site laboratory
(not due to failure of the laboratory equipments) the Contractor must select the testing laboratory with the
approval of the Engineer-in-charge and must provide conveyance for the transport of test samples and the
Engineer’s staff. The cost of transporting and testing will be borne by the Contractor No consignment of a
material shall be used unless the tests required by the Engineer-in-charge are carried out and the test reports are
analyzed by him and the material is cleared by him for consumption. The Contractor must schedule ordering and
receipt of consignment with due regard to the time required for sampling, testing and analysis of test reports.
5.4. APPROVAL
No material shall be used in the Works unless it has first been approved by the Engineer-in-charge.
5.5. SAMPLES
Samples of all materials proposed to be employed in the execution of the Works may be called for by the
Engineer and shall be submitted before the materials are brought to site.
Samples provided to the Engineer-in-charge or his representative, are to be in labeled boxes suitable for storage.
The cost of providing such samples shall be borne by the Contractor. Quality of material to be used in the works
shall be at least equal to that of the samples submitted to and approved by the Engineer-in-charge.
71
Contractor No. of corrections Executive
Engineer
5.6. NAMES OF MANUFACTURES AND SUPPLIERS
Before ordering materials of any description the contractor shall submit for approval of the Engineer the names
of the makers or suppliers proposed, together with the particulars listed under the general heading “Information
to be furnished by the Supplier” where this occurs in the relevant or British Standard or such other particulars as
the Engineer may call for.
5.7. STORAGE AND USAGE OF MATERIAL AT SITE
All materials brought on to the site shall be stored and protected in such a manner that they remain in perfect
condition until such time as they are incorporated in the works. Methods of storage, protection and handling of
materials shall be to the Engineer’s approval. Materials shall be wherever possible and practicable be used in the
order in which they arrive on the site. This is especially important for cement stock.
5.8. DISPATCH OF MATERIALS
Materials shall not be dispatched from the manufacture’s works to the site without written authority from the
Engineer or his representative.
5.9. TEST CERTIFICATES
All manufacturer’s certificates of test, proof sheets, mill sheets etc, showing that the materials have been tested
in accordance with the requirements of this Specification, the appropriate Indian Standard specification are to
be supplied free of charge, on request by the Engineer or his representative.
5.10. CODES:
I.S.
456 2000 Plain and reinforced concrete code of practice
I.S.
1489(PART -1) Codes for cement concrete
I.S. 1121
1124
1122
1974
1974
1974
Codes for stones.
Reference to any code shall always mean reference to the latest revised edition of the code including all its
amendments up to date, unless specified otherwise. In the event of any conflict between the requirements of this
specification and those of the referred codes, the former shall govern
6. CONCRETE AGGREGATES
6.1. INDIAN STANDARDS
Aggregates shall generally comply with the requirements of I.S. 383 except as stated otherwise.
6.2. PRELIMINARY TESTING OF AGGREGATES
Before work is begun, representative samples of the various aggregates from each source of supply shall be
submitted to the Engineer for test and approval. Samples shall be in sufficient quantity to enable the Engineer to
carry out the full range of tests specified in I.S. 2386 and other specifications specified herein. Aggregates shall
be particularly tested for alkali silica reaction. Aggregates which are chemically reactive with alkalies of
Cement shall not be used. Aggregates shall be tested for chloride content as per DIN 4226 Part 3 Clause 3.6.5
72
Contractor No. of corrections Executive
Engineer
and for sulphate content as per DIN part 3 clause 3.6.4.The aggregates shall be 0.02% by weight water-soluble
chloride (expressed as Chlorine), and maximum permissible sulphate content, expressed as sulfuric anhydrite
(S03) being 1% by weight with respect to the aggregate dried at 105ᵒC. The Engineer's representative will keep
a portion of the samples submitted which have been tested and approved to act as control samples for
comparison with later deliveries. In submitting the samples the contractor shall state the type of aggregate
represented, the source of supply which pass the requisite tests and are approved by the Engineer may
subsequently be used in the Works, and all aggregates used in the Works shall be of at least as good quality as
the approved samples.
6.3. AGGREGATES TO BE CLEAN
Allaggregates shall be delivered to and maintained at the site clean and free from dust and clay, organic and
other deleterious matter.
6.4. STORAGE AT SITE:
Coarse and fine aggregates shall be stored at the site separately on clean and paved and drained areas, which are
not liable to flooding. The various sizes of aggregates shall be separated by solid dividing walls of suitable
height and strength. Details of the layout and details of the storage areas shall be submitted to the Engineer for
approval before these are constructed.
6.5. REJECTED MATERIALS:
Any aggregates brought to site, which is not approved by the Engineer / or his representative, shall be
immediately removed from the site by the Contractor at his own cost.
6.6. FINE AGGRAGATES NATURE AND SOURCE:
Fine aggregates shall consist of natural sand from approved source. The Chlorides, Sulphate and silt content of
sand shall be monitored regularly and continuously and if present, sand shall be washed with fresh potable water
free from silt, Chlorides and Sulphates before use. The aggregates shall be of approved quality, clean, sharp and,
free from injurious amounts of dust, clay lumps, mica shells, flaky particle shells, alkali organic matter, loam or
other deleterious substances. The fine aggregates shall be screened or washed with fresh potable water or both if
ordered by the Engineer’s representative. The limitation of 5 % as well as it’s grading shall be specific as in IS:
383. The fineness modulus of fine aggregates shall also be monitored regularly and continuously and shall not
be less than 2.2 nor more than 3.2. If necessary, sand from different approved sources shall be blended to
achieve the desired fineness modulus.
6.7. COARSE AGGRAGATE NATURE AND SOURCE:
Coarse aggregate shall consist of crushed rock from approved sources. It shall be screened and/or washed with
fresh potable water if so ordered by the Engineer / or his representative. The limitation of percentage of foreign
materials in coarse aggregate shall be as specified in IS 1&383. Flakiness index of coarse aggregates shall not
exceed 15 %.
6.8. GRADING OF FINE AGGREGATE:
For concrete the upper limits for size of aggregates shall be in accordance with IS.-383.The grading of the
various sizes shall, however, be as per the mix design to be determined by laboratory test and approved by the
Engineer's representative. Fine mortar and grout shall comply with IS:383 and its Zone. II of table IV of the said
Standard Sand for masonry mortars shall comply with IS:2116.Sand for plastering and rendering shall conform
to class A grading of IS: 1542.
73
Contractor No. of corrections Executive
Engineer
6.9. GRADING OF COARSE AGGRAGATE:
The maximum sizes of coarse aggregate for the various classes of concrete shall not exceed 20mmunless stated
otherwise. Notwithstanding the provisions in the IS the grading of the aggregates shall be as approved by the
Engineer's representative.
7. CEMENT
7.1. STANDARD:
Only Portland cement of 43/ 53 grade complying with the requirements of IS:12269 shall be used in the works.
Unless otherwise specified, ordered or permitted in writing by Engineer, Rapid hardening Portland cement, if its
use is permitted by the Engineer, shall conform to IS:8041. Changing of brands of cement within the same
structure will not be permitted without the specific approval of the Engineer.
7.2. SUPPLY OF CEMENT:
Supply of Ordinary Portland Cement for the permanent works shall be arranged by the Contractor at his own
cost from reputed suppliers The procedure for ordering and taking delivery of supplies of Ordinary Portland
Cement shall be submitted by contractor to the Employer before purchase.
7.3. TESTS:
The Engineer’s representative will order such tests as he may consider necessary on each consignment of
cement brought on to the site. The Contractor shall carry out these tests at the site-testing laboratory. The
Cement from the consignment from which the samples have been extracted for testing the samples have been
extracted for testing shall not be used in the works before completion of testing and analysis and until it has
been accepted as satisfactory by the Engineer. If such tests should lead to rejection of the consignment the same
shall not be used in the works but shall be removed from the site to such place as directed by the Engineer.
7.4. CONTRACTOR'S RESPONSIBILITY:
From the time that a consignment of cement is taken delivery by the contractor and tested and approved by the
Engineer's representative and until such time as cement is used in the works, the Contractor shall be acceptable
condition. Any cement which deteriorates while in the Contractor's Custody and is rejected as unsuitable by the
Engineer's representative shall be removed from the site and replaced by the Contractor to the satisfaction of the
Engineer, all at storage for a period of 90 days or longer until the results of such tests are found satisfactory, it
shall not be used in the works. If such cement is rejected as unsuitable by the Engineer's representative it shall
be removed from the site and replaced by the Contractor to the satisfaction of the Engineer, all at the
Contractor’s cost. In such case costs of transportation and testing shall also be borne by the Contractor.
7.5. STORAGE OF CEMENT IN BAGS:
The Contractor shall provide and maintain a cement godown for proper and efficient storage of cernent required
on the works.Cement in bags shall be unloaded under cover and stored in a perfectly watertight and
well-ventilated building accommodating sufficient cement to ensure continuity of the work, and having a floor
raised not less than 30 cm from the ground in order to protect the cement from moisture. An air space shall be
left between the floor and the bottom layer of the bags. Cement bags shall be stored well away from other walls
of the godown and not more than 12 bags shall be stacked in any tier. Each consignment shall be stacked
separately therein to permit easy access for inspection and a record shall be kept so that each consignment may
be identified by a serial number and date of delivery. Cement shall be issued from the godown in the order in
which it is received on site, commencing with the consignment, which has been in the godown for the longest
period of time.
74
Contractor No. of corrections Executive
Engineer
7.6. PROTECTION FROM RAIN:
Cement shall be adequately protected at all times from rain and spray.
7.7. SET OR PARTIALLY SET CEMENT:
Cement, totally set or partially set, shall not be used.
8. WATER FOR CONCRETE
a) WATER TO BE CLEAN: Clean fresh potable water only shall be used for mixing concrete, grout and mortar.
The water shall be free from deleterious matter in solution or in suspension and shall meet the requirement of
IS:456 and shall be obtained from an approved source. Water samples shall be tested once a week at site and
once a month in an approved laboratory (third party testing).
b) STORAGE: The Contractor shall make adequate arrangements to store sufficient water at the works for use.
9. ADMIXTURES FOR CONCRETE
a) APPROVAL: Admixtures for concrete if proposed by the Contactor and approved by the Engineer shall be
obtained only from the manufactures approved by the Engineer. The Contractor shall obtain full details from the
manufacturer and shall carry out such field tests, as the Engineer shall require before any admixture is used in
the works. Calcium chloride or admixtures containing chloride shall not be used.
b) Water proofing Compound: Waterproofing compound to be used in concrete, plaster, damp proof concrete,
etc where specified shall be~ from approved standard manufactures and shall be approved by the Engineer If
shall comply with the requirements of IS:2645.lt should be mixed as per specifications supplied by
manufacturer but not exceeding 3% by weight of cement and approved and directed by the Engineer.
10. WORKMANSHIP: - CONCRETE
a. DESIGN OF CEMENT CONCRETE MIXES:
All concrete shall be controlled and machine mixed unless otherwise directed by Engineer-In-charge. For
controlled high-grade concrete the grading of aggregates shall be got approved from the Engineer. The correct
proportion and the total amount of water for the mix will be determined by means of preliminary tests and shall
be got approved by the Engineer. However such approval does not relieve the contractor from his responsibility
regarding the minimum strength requirements. Test shall be taken in accordance with relevant codes
specifications to ascertain the strength.' Proportioning of aggregates shall be done by weight, if so ordered by
the Engineer. All mixing shall be done by mechanical means in approved mixers. The Engineer may at his
discretion, allow in writing hand mixing of concrete for minor items where small quantities are involved about
in that case the contractor shall increase the cement content of the mixture by 10% without any extra cost to
Maharashtra Maritime Board. If change of grade of concrete during execution is required only extra/less cost of
cement will be considered for addition or deduction of the main item. No other charges will be considered. The
formwork used shall preferably of steel or with lining of steel. Wooden shuttering may be allowed at the
discretion of the Engineer e.g. that for lintels small slabs and beams, coping etc. The concrete shall be
mechanically vibrated for proper compaction by the method approved by the Engineer-in-charge. The concrete
shall be cured only by sweet potable water for the period specified in the detailed specification or as directed by
Engineer-in-charge.
75
Contractor No. of corrections Executive
Engineer
b. TRANSPORTATION OF CONCRETE:
The concrete shall be transported from the mixer to its place in the works as rapidly as possible and in such a
manner that there shall be no separation or loss of its ingredients. For such purpose as far as possible, truck
mounted transit mixers shall be used. In no circumstances shall more than half an hour elapse between the time
water is added to the mix and the time when the concrete is finally compacted in position. No concrete shall be
permitted to be used in the works after initial set has taken place. The use of concrete distributing chutes at an
angle of more than 45 degrees from the horizontal will not be permitted without the sanction of the Employer.
c. AUTHORIZATION TO POUR
Authorisation to pour concrete shall be obtained from the Engineer-in-charge at least one day in advance of each
pour. No Concreting shall be started without the authorization of the Employer.
d. COMPACTION OF CONCRETE
The Contractor shall agitate the placed concrete thoroughly into place by means of a sufficient number of
approved mechanical vibrators of adequate power and having a frequency of not less than 6000 impulses per
minute. The vibrator shall be allowed to sink freely of its own weight until it enters the previous lift It shall be
withdrawn immediately at the same rate and used at a new location Concrete once vibrated shall not be vibrated
again. The Contractor shall ensure that the concrete is thoroughly worked around the reinforcement and against
external shutters so that all entrained air is expelled and the concrete surface when exposed is found good and
free from air pockets honey combing or other defects. Retamping of concrete of mortar, which has partially
hardened, shall not be permitted.
e. SCREEDDING
Screeding (Non Structural)over the decking shall be of reinforce concrete of minimum thickness of 75 mm and
rates of providing the same shall be included in rates quoted in the price schedule. All the surface of slabs of
slabs or other members not required to be shutters are to be screeded in an approved manner and within a
tolerance of plus/minus 3 mm of true level and grade. In making such finish care shall be exercised not to work
in excess fines to the top. Surface shall be scrubbed/cleaned and all laitance removed before screed is placed.
Care is to be taken to ensure that the concrete is properly compacted and for this purpose vibrator screed boards
or plates will normally be required.
f. FINISHING
Immediately on removal of forms the cement concrete work shall be examined by the Engineer before any
defects are made good. The work that has sagged or contains honey combing to an extent detrimental to
structural safety or architectural concept shall be rejected. Surface defects of a minor nature shall be rectified
generally as indicated below. Surface defects, which require rectification when forms are removed usually,
consists of bulges due to movement of forms, ridges at form joints, honey-combed areas, damage resulting from
the stripping of forms and bolt hole. Bulges and ridges shall be removed by careful chipping from the tooling
and the surface is then rubbed with grinding stones. Honey combed and other areas shall be chipped out, the
edges being cut as straight as possible and perpendicular to the surface, or preferable 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
shallow patches shall first be treated with a coat of thin grout composed of one part of cement and one part of
76
Contractor No. of corrections Executive
Engineer
sand and then filled with mortar similar to that used in concrete The mortar is placed in layers not more that 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. Large and deep patches requires
filling up with concrete held in place by forms Such patches shall be reinforced and carefully dowelled to the
hardened concrete. 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; a membrane-curing compound will
be most convenient.
g. CURING
All concrete shall be protected during hardening from the harmful effects of sunshine moisture and drying
winds. All exposed faces of concrete shall be kept continuously moist for a period of 10 days. In the case of
slabs or other pours of large surface area timber frames, designed to the approval of the Employer, and covered
with two thickness of damp Hessian shall be places -over the concrete, immediately after pouring. When the
concrete has set, the frames shall be removed and the covering laid directly on the concrete. For 10 days
thereafter concrete shall be kept continuously damp by spraying the cover with clean fresh water or by covering
it with not less than 25 mm thickness of sand and kept continuously damp or by founding where practicable. In
very hot weather precaution shall be taken to see that temperature of concrete does not exceed 35º C while
placing. In places where water curing is not possible approved curing compound shall be applied as per the
procedure laid out by the manufacturers cost of which shall be deemed to be included in the rates and prices.
h. Samples from the fresh concrete shall be taken as per IS 1199 and cubes shall be made cured and tested at 28
days in accordance with IS 516. Frequency of sampling shall be as per IS:456-2000. Concrete in a section of
the works shall be considered acceptable strength wise provided:
1. The average 28 days strength of the test cubes relating to the section of the exceeds the specified strength of a
concrete class under consideration, given in table 1.1 of Sub Clause II it above by ten percent (10%)
2. Each of the above individual test cubes exhibits strength greater than eighty five percent (85%) of the strength
specified for a concrete class under consideration and average of the cube strengths.
Favg >fck+ [1.65 -1.65 n]
Where = Standard deviations
N= number of samples tested till date
3. Not more than five percent (5%) of the test result shall fall below the specified strength of a concrete mass under
consideration.
11. Excavation for all works and of material required for filling shall be to the exact width, length and depth shown
on the Drawings or as directed by the Architect. If taken out to greater width, length or depth than required,
extra depth shall be brought up by sound masonry or concrete filling and extra length or width filling in by
rammed earth or murrum, shall be done at the contractor’s expense. Excavation material required for filling
shall be stacked or dumped where indicated by the Architect. Excavation material nor required for filling and
77
Contractor No. of corrections Executive
Engineer
any surplus material from the stacks or dumps retained for filling shall be removed and spread on the site where
and as directed by the architect. The cost of such removal and site where and as directed by the architect. The
cost of such removal and spreading shall be borne by the contractor and held to be included in the Contractor
Rates.
11.1 The contractor shall at the Contract Rates, provision for all shorting pumping, dredging. Bailing our or draining
water; whether subsoil or rain or other water and the excavation shall be kept free of water while the masonry
work or concrete work is in progress and until the architect considers the work well set. The sides of trenches
shall be kept vertical and the bottom horizontal and shall be run level throughout, or properly stepped as directed
by the Architect. The contractor shall at his own expense, also make level and hard the pit of all excavation and
consolidate the earth about the same at against all walls, pits, drains etc.
11.2
a. Excavation in ordinary soil means excavation in ordinary hard soil including stiff heavy clay or soft
compact murrum, or any other material which can be removed by the ordinary application of picks.
b. Excavation in murrum means excavation in hard murrum or any other hard strata which cannot be removed
by the ordinary application of picks but can be removed by application of crowbars.
c. Excavation in rock means excavation in a material which cannot be removed by application of pickaxe or
crowbars but can only be removed by blasting or by application of chisel and hammer. If the rock is to be
removed by balsting, the work shall include obtaining all necessary permissions, licences etc. for explosives
and complying with all the requirements stipulated by the authorities.
11.3 DISPOSAL OF EXCAVATED EARTH : Where the disposal of excavated earth is specified to be measured
and paid for separately, the quantity of disposal of earth, rock etc. shall not exceed the quantity paid as
excavation i.e. the elements of bulkage is not to be reflected in the measurements for disposal but is to be
accounted for in the rates quoted for disposal. All the materials such as earth, murrum, soft/hard rock, etc. are to
be kept separately for classification and payment of disposal.
No separate payment shall be made for re-excavation or loosening of excavation earth for disposal and
transportation due to its having become hard or consolidated due to passage of time rains or any other cause
whatever. The lead shall be measured by short-test route possible.
11.4 Measurements of excavation rock shall be on the basis of stacks of the excavated materials, with deduction at
15% of voids in stacking. Making of stacks and the subsequent disposal of the excavated rock as directed, shall
be a part of the work under these items.
12. CEMENT : Cement to be used on the works shall comply in every respect with the requirements of the Latest
Indian Standard Specification No. 269 for Portland cement and shall be obtained from approved sources.
78
Contractor No. of corrections Executive
Engineer
Certificates of tests from an approved, laboratory shall also be obtained at the contractor’s own cost. samples for
testing shall be extracted as in IS : 269 within one week of delivery and the tests shall be made within four
weeks of delivery. All cement shall stored in suitable weatherproof from structures so that it does not come in
contact with ground and is prevented from being damaged by moisture. These buildings shall be provided for
adequate storage of cement bags by the contractor at his own cost5 and placed in locations approved by the
architect.
12.2 AGGREGATES : All aggregates generally conform to the requirements in latest IS : 383. Each size of
aggregate shall be stored on a separate platform or stock-pile shall be sufficiently removed from each other to
prevent the material at the edges of the piles from becoming inter-mixed
12.3 SAND : shall be of an approved quality, clean sharp and free from injurious amount of dust, mica, shells, soft
and flaky particles, shale, alkali organic matter, loam or other deleterious substances. The sand shall be taken
from a source approved by the architect and if required by him it shall be thoroughly washed, screened and
graded by the contractor at his own expense to, his satisfaction.
12.4 The whole of the ingredients of the coarse aggregate shall consist of hard stone free from deleterious substances
and shall contain no soft or elongated pieces.
12.5 MIXING WATER : The water for making concrete shall be first tested at the contractor’s expense for its
suitability by a laboratory approved by the architect. Water shall be reasonably free from such impurities as
suspended solids, organic matter and dissolved salts which are frequently contained in natural water and which
may adverse affecting the properties of the concrete, especially the setting and hardening.
12.6 ORDINARY CONCRETE : The concrete work shall be as per latest I. S. : 456/1978.
12.7 PLACING : It is important that the concrete be placed in its final position before the cement reaches its initial
set. The concrete should normally be compacted in its final position within 30 minutes of leaving the mixer and
once compacted not to be disturbed. Before the concrete is actually placed in position, the insides of the forms
should be inspected to see that they have been cleaned and oiled. Temporary openings should be provided to
facilitate inspection, especially at the bottom of columns, to permit the removal of all sawdust, wood shavings,
cigarette the forms will drain away. No water should be left in the form.
12.8 COMPACTING : The object of compacting concrete is to achieve miximum density. The concrete should
therefore placed a little in excess of its specified depth, so that after proper compaction its final desired depth is
obtained. Manually rodding and tapping the concrete and tapping the actual pouring head, while compacting the
concrete with mechanical vibrations shall be done sufficient distance away from the pouring head, so that the
vibrator is utilized only to compact the concrete and not to spread it. Beams and columns shall be vibrated using
immersion vibrators as per I.S. : 2505 and 3558, thin sections like water tank walls shall be vibrated using
clamp on vibrators and slabs shall be vibrated using surface vibrators. The contractor shall it all times have in
reserve sufficient vibrators of each variety to guard against shut down of the work occasioned by the failure of
the equipment in operation and to permit to equipment to the serviced and overhauled in rotation. No concreting
79
Contractor No. of corrections Executive
Engineer
will be permitted in the event of power failure or vibrator failure. The Engineer may, however at his absolute
discretion, permit concreting by increasing the slump and correspondingly increasing the cement contents at
contractor’s cost, but in that cost the concrete compacted without mechanical vibration shall be paid for a rate of
10% less than contract rates. Except for shallow or in accessible concrete the vibrator shall be penetrated
vertically and at regular distance interval, not at an angle and nor at haphazard internals. It is better to vibrate at
smaller intervals for shorter periods of time, rather than at wider intervals for longer periods of time. The time
and intervals shall be subject to the approval of the Engineer.
At corners obstructions, embedded fixtures and congested reinforcement areas, the vibrator shall be manipulated
with the almost care and handling only by the most experienced workmen.
12.9 CURING : All freshly placed concrete surfaces shall be protected from the elements and from defacement
during building operations. The contractor shall provide and use. Where directed by the Engineer, enough
tarpaulins or other suitable materials to cover completely or enclose all freshly finished concrete. As soon as the
concrete has hardened sufficiently to prevent damage, it shall be cured by maintaining the concrete in a damp
condition by application wet stacking or other approved moisture retaining covering for a period of 28 days after
placing the concrete.
Extreme care should be taken to ensure that all surfaces are kept in a moist condition and no local area shall be
allowed to dry out intermittently.
13. FORMWORK : -
F) FORMWORK : The term “FORMWORK” OF “SHUTTERING “ shall include all forms, moulds,
sheeting, shuttering, planks, walers, poles, posts, shores, struts, and strutting, tiles uprights, walling
steel roads, bolts, wedges and all other temporary supports to the concrete during the process of setting.
All shuttering planks shall be adequately backed an supported to the satisfaction of the architect by a
sufficient number and size of supporting members to ensure rigidity during concreting. To avoid delay
and unnecessary rejection of forms the contractor shall obtain the approval of the architect for the
design of forms and the type of timber used before fabrication forms.
G) ERECTION OF FORMWORK : Care shall be taken that all formwork is set plump and true to line
and level or camber of batter where required as specified by the architect without links or twists. All
shutters shall be adequately strutted and braced and propped to the satisfaction of the architect to prevent
deflection under the dead weight of concrete and super- imposed liveload of workmen, materials and
plant.
The following tolerances will normally be observed in erecting formwork. But may be varied as directed
by the architect : -
i. For columns, beam, slab or any member dimensions, plus or minus 6 mm.
ii. For column plumb above lowest point in the column, plus or minus 3 mm.
80
Contractor No. of corrections Executive
Engineer
iii. In beam or slab soffit level, plus or minus 6 mm.
iv. In beam or slab plumb, plus or minus 3 mm.
v. Along any surface, whether face or column or beam or soffit of slab, a deviation from the
true plumb or plus or minus 3 mm in 3 metres.
Formwork shall be so arranged as to permit removal without jarring the concrete. Wedges clamp and bolts
shall be used wherever practicable instead of nails.
H) Timber /Steel surface of forms in contact with concrete shall be oiled with a quality mould oil or clean
diesel oil approved by the architect. Oiling shall be done before reinforcement has been placed and care
shall be taken than no oil comes in contact with reinforcement while it is being places in position. The
formwork shall be kept thoroughly wet during concreting and the whole time that it is left in place.
Immediately before concreting is commenced the formwork shall be carefully examined to see that all
dirt, shaving, sawdust and other refuse have been removed by brushing and washing.
I) REMOVAL OF FORMWORK : The minimum period for keeping formwork in position shall
conform to Indian Standard Specifications and shall be as follows :-
( a ) Vertical sides of beams, walls and columns. … 48 hours.
( b ) Bottom of slabs upto 4.6 M. span… 7 days.
( c ) Bottom of slabs above 4.6 M. span
bottom of beams upto 6 M. span and
arch ribs bottom upto 6 M. span.… 14 days.
( d ) Bottom of beams over 6 M. span and
arch rib bottom above 6 M. span. … 21 days.
The architect may vary the above period if he considers it necessary.
J) HACKING – OUT : Immediately after removal of forms, the concrete surface to be plastered shall be
roughened with brush- hammer or with chisel and hammer as directed by the architect to make the
surfaces sufficiently coarse and rough to provide a key for plaster.
14. REINFORCEMENT :-
(1) STEEL : Mild steel for reinforcement shall conform in every respect to the latest Indian Standard
Specifications for Mild Steel Bars, I.S. : 432 ( Part I ) – 1966. High strength deformed steel bars Grade Fe –
415 conforming to latest I.S. : 1786-1985.
81
Contractor No. of corrections Executive
Engineer
(2) REINFORCEMENT : All reinforcement for concrete work shall be executed on conformity with the R.C.C.
drawings, supplied and instructions given by the Structural Engineer and shall generally be carried out in
accordance with Indian Standard Specification. Every bar shall be inspected before assembling on the work and
any defective, brittle of burnt bars shall be removed. Cracked ends of bars shall be cut out.
(3) BENDING : All bars shall be carefully and accurately bent by the contractor in accordance with the R.C.C.
drawings and special care shall Cutting and Bending Schedule; AND (B) to see that the rods are placed in
exact positions. The bars should not be bent or straightened in any manner that will injure the material.
(4) LAPPING : As far as possible bars of the maximum length available shall be used. Laps shown on drawing or
otherwise specified by the Structural Engineer will be based on the use by the contractor of bars of maximum
length. In case the contractor wishes to use shorter bars, laps shall be provided at the contractors cost in the
manner and at the locations approved by the structural Engineer. Lap lengths shall be in accordance with
respective I. S. Code.
(5) SPACING, SUPPORTING AND CLEANING : All reinforcement shall be placed and maintained in the
positions shown on the drawings.
The contractor shall provide approved types of supports as specified on the drawings for maintaining the top
bars of the slab in positions during concreting. Precast blocks of cement mortar 1:2 about 40 mm square and
thickness equal to the clearance specified or P.V.C,. moulds of appropriate size shall be used to keep the
reinforcement bars in proper position ensuring the correct cover. Annealed steel wire 18 S.W.G. shall be used
as binding wire. All bars crossing one another shall be bound with this wire twisted tight to make the skeleton or
network righd so that the reinforcement is not displaced during placing of concrete.
Bars must be cleaned before concreting commences. The bars shall be cleaned with dry gunny bags if they are
coated with rust or other impurities. On no account shall the bars be oiled or painted nor shall mould oil used
on the formwork be allowed to come in contact with the bars. Cement wash shall be permitted.
During placing concrete, greatest care shall be taken to prevent any displacement or bending of the bars, ties,
links, strips, or fabric. No person shall be allowed to walk on the reinforcement. Special wooden “ Ghodis "
should be made and used for this purpose.
(6) MEASUREMENTS : The weight of steel to be paid at the contract rates shall be the weight of bars as
mentioned on the drawing or as instructed by the Structural Engineer including stirrups, ties, and all other steel
works specified as reinforcement. Laps as specified on the drawings will be paid for. Laps required because of
the contractor’s use of shorter bars will not be paid for. The chairs, spacers, pins etc. will not be paid for. The
contractor should include the cost of them in his unit rate of item.
82
Contractor No. of corrections Executive
Engineer
15. BRICK MASONRY WORK :-
(1) BRICKS : All bricks used on the works shall be first class bricks to be approved by the architect and shall be
uniform in quality and size 230 * 115 * .55 mm. The bricks shall be obtained from a source approved by the
architect of uniform size, shape and colour and must be well burnt so as to give a clear ringing sound when
struck. No brick after 24 hours immersion in water shall absorb more water tharn 15% of its own weight when
dry. The bricks shall not break when thrown on the ground or struck against other bricks and shall have sharp
edges and angles and even surfaces. No under-burnt or over-burnt brick shall be used. Samples of all bricks
specified shall be taken at random from the first lot and shall be deposited with the architect or his representative
before being used in the works and all subsequent deliveries of bricks shall conform to the standard of the
approved samples.
(2) All brick work shall be of English bond and all necessary closer bricks etc. necessary to comply with the
requirements of the Bond specified or to break joints effectively shall be procured by the contractor and used
for the works. Ordinary there would be four courses per foot of height or in other words, the horizontal bed
joints shall be worked up into all joints and no hollow space shall be left in any portion of the work. Any brick
dismantled from the work for the purpose of testing the workmanship shall be in case of good work that could
be passed be completely covered with mortar on all sides; if any portion of such dismantled bricks are found not
covered with mortar, the entire work is liable to rejection.
(3) All bricks shall be thoroughly soaked by keeping them under water for atleast 12 hours before use. The practice
of dipping the bricks in water just before use will not be allowed. All necessary water cisterns for this purpose
shall be constructed or tubes brought by the contractor, to the satisfaction of the architect to ensure proper
soaking of bricks.
(4) The joints in brick work shall be regular and level and truly vertical, the work shall be checked with levels,
plumbs bob or square and shall be truly plumb and in all other respects of such a quality as to give entire
satisfaction to the architect or his representative. No bats or broken bricks are to be used other than as closers.
All finished work shall be raked back in course. When new work is to be jointed to unfinished work, the
surfaces of the unfinished work shall be cleaned and thoroughly wetted. The finished work shall be true in line
and level. All uneven, irregular and disturbed brickwork shall be pulled down and rebuilt with fresh brickwork
at the contractor’s expense. Joints in brickwork shall be raked to a depth of 3/4” minimum as the work proceeds.
Raking out of each days work shall be done on the same day. Brickwork shall not be raised by more than 8
single courses per day.
(5) While taking measurements, deductions shall be made for all the openings lintels, cills etc. occupying any
thickness of walls.
16. PLASTERING AND POINTING :-
(1) Cement and sand shall be as described earlier in these specifications, conforming to latest I. S. code.
(2) Preparation of surfaces for application of plaster :-
• ROUGHENING: Concrete surface shall be roughened by wire burshing , hacking or bush-hammering or
chiseling. If the architect is not satisfied with the roughening achieved by these methods he may order other
methods such as washing with acid etc.
83
Contractor No. of corrections Executive
Engineer
• CLEANING : loose layers of dust etc., on surfaces to be plastered shall be washed. The surfaces shall be
cleaned to remove oil, paint or any other material that might interface with satisfactory bond and saturated
with water so as to be damp when the plaster is applied. All brick work surfaces shall be prepared as
described earlier in clause 5 (4) of these specifications.
(3) PROPORTIONING : The materials used in the preparation of plaster may be measured either by volume
using gauge boxes or by weight.
(4) MIXING : CEMENT AND SAND PLASTER : Cement and sand shall be mixed dry in the required
proportions to be obtain a uniform colour. Water shall then be added to get the required consistency for the
plaster.
(5) APPLICATION : For external plaster. The plastering operations shall be started for the top floor and carried
downwards. For internal plaster, the plastering operations may be started wherever the building frame and
cladding work are ready. For internal plastering , scaffolding be erected independent of walls. No member off
scaffolding shall be allowed to be housed in the wall being treated with plaster. Scaffolding for external plaster
shall also be supported independent of walls as far as possible to avoid patchy appearance.
(6) CEMENT AND SAND PLASTER SMOOTH FINISHED : The cement mortar of the proportions 1 cement
to 4 sand shall be applied on all the walls, bricks or concrete surfaces specified to a uniform thickness and shall
be troweled smooth using a woodfloat. Use of dry cement to obtain smooth finish while troweling shall not be
permitted.
(7) SANDFACED FINISH : Cement and sand mortar shall be applied but troweled rough to receive the final
coat. This shall be kept thoroughly wet for two days.
The cement mortar of the same proportions but with finer and uniform sand, shall be applied on the previously
plastered surface to a uniform thickness of ¼” and shall be troweled to get a uniform surface. A sponge dipped
in cement water shall be used with a circular motion to get sandy appearance.
(8) NEERU FINISHED PLASTER : The plastering shall be troweled to a fair and uniform thickness of ¾”
without any depression. Neeru shall then be applied to a uniform a thickness of 3 mm and thoroughly troweled.
This troweling process shall continue the succeeding day also to get a smooth surface. The plaster wall shall be
kept thoroughly wet by sprinkling water for 3 days when plaster starts drying. One coat of lime wash shall be
given on all the neeru finished surfaces after 10 days to prevent hair cracks.
(9) WETTING AND CURING : Surfaces to be plastered shall be profusely watered well in advance before
plastering so as to keep the surface damp. Plastered surfaces shall be kept thoroughly wet by sprinkling water
for at least 7 days as directed by the architect. Surfaces with craziness or cracks shall be rejected and the
contractor shall dismantle such plaster forthwith and apply plaster all over again. To avoid cracks at the junction
of concrete with brickwork the plaster shall be reinforced at such junction by fixing standard wire mesh as
directed by the architect. The wire mesh shall overlap concrete and brick surface by at least 50 mm.
(10) POINTING : The joints of the masonry either brick or stone to pointed shall be raked to a depth of about 20
mm while the mortar in the joint is still fresh and the joints shall be kept well wetted till the pointing is done.
The mortar for the pointing shall consist of one part cement and two part sand and shall be applied to the wetted
joints uniformly. The lines shall be regular and uniform in breadth. The edges of the pointing shall be cut off
parallel so as to leave well defined lines. The pointing shall be cut off parallel so as to leave well defined lines.
The pointing shall be kept well wetted for five days after the pointing is done.
84
Contractor No. of corrections Executive
Engineer
(11) THE MODE OF MEASUREMENT : The rate for plastering shall be paid for the area actually plastered
measured prior to plastering. The above applies for cement pointing also.
17. FLOORING : -
1) VITRIFIED TILES :
Vitrified polished floor tiles shall be of 1st quality. These vitrified tiles are classified under group B1a of the
International Standard for ceramic tiles ISO: 13006. Tiles shall be hard, dense, impervious and frost resistant.
Water absorption of tiles shall be less than 0.5% and flexural strength (Modulus of Rupture) shall be more than
35 N/Sqmm. Vitrified polished floor tiles shall be provided of sizes, colour, shades, texture and designs as
indicated and if size not indicated it shall be 600mm x 600 mm/ 605 x 605 mm. The thickness shall be as
specified by the manufacturer but not less than 8mm. 1.2 Heavy duty vitrified unpolished floor tiles for exterior
use shall be of 1st quality. Heavy duty vitrified tiles shall be acid and alkali resistant, weather proof, anti skid
and abrasion resistant as per International Standard for ceramic tiles ISO :13006 and EN 176 requirement. These
tiles shall comply with. the following requirements:
(a) Water absorption<2%
(b) Flexural strength>35 N/Sqmm
(c) Moh's Hardness>6
(d) Abrasion resistance<204mm
Heavy duty vitrified tiles shall be of sizes, colour, texture and designs as indicated but size if not indicated it
shall be of 300mm x 300 mm . The thickness shall be as specified by the manufacturer.
Bedding
The screed bed for laying Vitrified Tiles shall be of cement and sand mortar as indicated. Bedding over which
the tiles shall be laid shall not be less than 10mm at any place.
Laying
Base concrete or RCC slab shall be cleaned and wetted. The bedding shall then be laid evenly over the surface,
tamped and corrected to desired levels and allowed to harden enough to offer a rigid cushion to tiles. Before
laying the tiles, tiles shall be washed and then applied fine cement slurry on the back of the tile to ensure full
and proper bedding. Tiles shall then be placed on bedding, each tile being gently tapped with rubber hammer in
its position till it is properly bedded and in level and line with adjoining tiles. Use of spacers is recommended
for uniformity in joints and better finish. Remove the residual cement or jointing material immediately by a wet
sponge. After 24 hours when the tiles are properly set and cured, fill the joint gaps with joint filler as per
recommendation of manufacturer. The joint gap shall be filled by spreading joint filler paste in the spaces
between the tiles with the help of rubber trowel. Clean the tiles surface immediately with the help of wet sponge.
Vitrified Porcelain Tiles can be laid in flooring over Base concrete or RCC slab directly by using suitable
chemical adhesive as per manufacturer’s instructions if so indicated.
2) CERAMIC TILES
Ceramic Glazed wall tiles shall be of 1st quality and shall conform to IS :13753. The surface of tiles and
components can be smooth, profiled, decorated or finished, glossy, matt or semi-matt as indicated. The tiles
shall be flat true to shape, sound and free from flaws and other manufacturing defects. The top surface of the
85
Contractor No. of corrections Executive
Engineer
tiles shall be glazed. The underside of the tiles shall be free from glaze in order that the tiles may adhere
properly to the base. The glaze shall be uniform in quality and shall be free from welts, chips, craze, crawling or
other imperfections, detracting from appearance when viewed at a distance of one meter. The texture and colour
of tiles shall be as indicated. Tiles shall be of sizes as indicated. If not indicated size of tile shall be 200mm x
300 mm. The thickness shall be as specified by the manufacturer but in no case it shall be less than 6mm.
Ceramic Glazed floor tiles shall be of 1st quality and shall conform to IS :13755. The surface of tiles and
components can be smooth, profiled, decorated or finished, glossy, matt or semi-matt (anti skid) as indicated.
The tiles shall be flat true to shape, sound and free from flaws and other manufacturing defects. The top surface
of the tiles shall be glazed. The underside of the tiles shall be free from glaze in order that the tiles may adhere
properly to the base. The glaze shall be uniform in quality and shall be free from welts, chips, craze, crawling or
other imperfections, detracting from .appearance when viewed at a distance of one meter. The texture and colour
of tiles shall be as indicated. Tiles shall be of sizes as indicated. If not indicated size of tile shall be 300mm x
300 mm. The thickness shall be as specified by the manufacturer but in no case it shall be less than 6.5mm.
CERAMIC GLAZED TILES FLOORING / CERAMIC GLAZED WALL TILES IN DADO AND
SKIRTING
Bedding
The screed bed for laying Ceramic Glazed floor tiles shall be of cement and sand mortar 1:4. Bedding over
which the tile shall be laid shall not be less than 10mm at any place. Tiles shall be soaked in water before laying.
Laying
Base concrete or RCC slab shall be cleaned and wetted. The bedding shall then be laid evenly over the surface,
tamped and corrected to desired levels and allowed to harden enough to offer a rigid cushion to tiles. Before
laying the tiles, cement slurry of honey like consistency at 3 kg/ sq m shall be applied over the bedding. At a
time area to accommodate about twenty tiles shall be applied with cement slurry. Tiles shall then be washed
clean and fixed in the grout one after the other, each tile being gently tapped in its position till it is properly
bedded and in level and line with adjoining tiles. The joints shall be as thin as possible but not exceeding 1.5mm
wide. The ceramic tiles shall be set, jointed with cement slurry and pointed in neat coloured cement to match the
colour of tiles. The surface shall be cured for seven days and then washed clean. In the cases of skirting and
dado, the wall surface shall be covered with about 10mm thick plaster of cement and sand mortar as indicated
and allowed to harden. The plaster shall be roughened with wire brushes or by scratching diagonal lines. The
back of tiles shall be buttered with cement paste and set on bedding mortar. The tiles shall be gently tapped in
position one after the other. Top of skirting or dado shall be truly horizontal and the joints vertical or as per
required pattern. Joints shall be flush pointed with white cement with pigment to match the colour of tiles.
3) POLISHED KOTAH STONE: Kotah stone shall be obtained from an approved quarry and shall be free from
all defects. The stone shall be approved colour and thickness as specified. The stone shall be machine cut as
specified and dressed square and shall have even fine double machine polished surfaces to a smooth finish. The
stone shall be machine cut as specified and dressed square and shall have even fine double machine polished
surfaces to a smooth finish. The surface to covered with flooring shall be closely picked or hacked in the case of
R.C.C. slabs and shall be thoroughly, cleaned. Lime mortar for bedding shall be of 1:2 and spread not exceeding
86
Contractor No. of corrections Executive
Engineer
¾” thickness. The stones shall be laid in this bedding immediately and as each stone is laid in shall be tapped
with a heavy wooden mallet and set flush the joints of the work shall be located as specified by the architect and
shall have cement pointing of approved colour. On completion of the work the whole surface shall be cleaned of
dirt, mortar etc. and shall be thoroughly washed. The polishing shall be carried out in situ on the surface to
remove all unevenness.
18. CARPENTRY AND JOINERY :-
1) Timber used for joiner shall be of first quality Indian C.P. Teak wood unless otherwise specified, and shall be
well seasoned, cut square free from excess wane, from sapwood, dead knots or other defects. All timber for
carpentry, joinery, rough framework, backing rounds, fixing strips and the like shall be treated with an approved
wood preservative and the contractor shall strictly observe the manufacturer’s instructions for using this
material.
2) All workmanship shall be of the best quality, scantlings and boardings, shall accurately sawn and shall be of
uniform width and thickness throughout. All carpenter’s work shall be left with a saw surface except where
otherwise described. Work shall be accurately set out in accordance with the drawings and shall be framed
together with properly made joints. All brads, nails screws, screws, plugs, pins, etc. to the provides as necessary
and as directed and approved.
3) Timber is to be approved and purchased at the commencement of the contract for further seasoning on the site.
The preparation of timber is to commence simultaneously with the beginning of the work generally and to
proceed continuously until all the woodwork is prepared and stacked on or near the site. All timber of large
scantlings is to be sawn immediately the building is commenced to allow for any shrinkage that may take place.
4) Joints in various members forming any Timber Frame shall be provided only as shown in the drawings or as
directed by the architect. One sixteenth of an inch will be allowed for each rough face of the sizes specified,
except when described as finished. All work is to be properly tenoned, shouldered, wedged pinned, braced etc.
to the satisfaction of the architect and all properly glued with best quality glue. All joinery shall be finished off
in a proper manner, planed and sandpapered as required. Use of nails shall not be permitted. Fixing of members
shall be done by using screws of round brad heads, which shall be properly punched in ends of timbers builts
into walls shall have half an inch air space left between themselves and the walls. All exposed faces of
woodwork shall be sandpapered once, before erection for approval of the architect. No colour or other
preservations shall be applied without prior approval of the architect.
5) Frames for doors and windows will be provided with M.S. holdfasts made of 40 mm * 3 mm thick flats and
fixed into jambs with 1:2:4 P. C. C. 100 mm thick, 1200 mm high frames will be provided with 4 nos.
holdfasts, 2100 mm high frames with 6 nos. and frames above 2100 mm with 8 nos. holdfasts. For fixing timber
frames to concrete, Rawl plug and galvanized screws of 16 gauge shall be used wherever sprcified. Rawl plugs
and screws of gauge 16 shall also be used for fixing rough grounds, framing, hangers hat hooks, curtain rails etc.
87
Contractor No. of corrections Executive
Engineer
6) The rate for doors and windows shall include the cost of fittings and fixtures, holdfasts, screws and rawl plugs
etc. and the costs of labour for fixing all the fittings. All fixtures shall be fitted with screws.
7) GLAZING : Glass of required thickness and type shall be fixed in T. W./M. S. sashes by means of glaziers
prigs 75 mm to 150 mm apart. The glaziers putty shall be made by mixing 3 lbs of powdered whiting 2 oz. of
white lead (dry) with 12 oz. of raw linseed
8) MEASUREMENTS : Measurements shall be in square feet measured clear between finished wall surfaces.
19. ALUMINIUM DOORS, WINDOWS , VENTILATORS & PARTITIONS ETC. :-
1) These shall be obtained from approved and established manufacturers, shall be of aluminium alloy conforming
to I.S. : 733 and sections shall generally conform to I.S. : 1948. These shall be fabricated as per the detailed
drawings. Frames for windows, ventilators etc. shall be square and rectangular standard sections. Both fixed and
openable frames shall be constructed of sections which have been cut to length, mitered and welded at corners.
Sub- dividing bars shall be tenoned and riveted into the frames. All frames shall have corner welded to a true
right angle. For side hung shutters, hinges shall normally be of projecting one made out of aluminium alloy and
riveted /welded to frames and shall have stainless steel pins. Handles, pegs and stay etc. shall be approved
quality aluminium or its alloy conforming to is specifications.
All types of shutters shall be fabricated, supplied and fixed as specified in the I.S. : 1948. The rate shall include
supplying and fixing all fittings and fixtures required for proper and safe operation.
The doors shall be fabricated by using standard aluminium alloy extruded sections as specified in I.S. : 1948.
The rate shall include supplying and fixing fittings and fixtures including approved locking arrangements as
directed.
The aluminium fabrication work shall be anodized to the British Standard 1616 : 1961 to give an anode film of
25 micron. The contractor shall take care to stack the fabricated frames etc. on site under bearers and supported
masonry, plaster or dis-similar metals shall be coated with a coat of zinc chromates conforming to I.S. : 104-
1950. The contractor shall cover all anodized finish work with a thick layer or cellulose butyrate to protect
surface from wet cement during installation. This coating shall be removed on completion. Before handing over,
the aluminium work shall be washed with mild solution or non- alkali soap and water.
2) GLAZING : Glazing shall be of approved specially selected quality glass of specified thickness and unless
otherwise directed it shall be provided on the exterior with metal beading.
i. FIXED GLAZING : The fixed glazing shall be of 5.5 mm thicker clear plate glass of Hindustan
Pilkington or other specified in the Bill of quantities other approved manufacture free from any defects etc.
as per general specifications.
88
Contractor No. of corrections Executive
Engineer
ii. ALUMINIUM DOOR FRAMES AND SHUTTERS AND FIXED GLAZING FRAME WORK: The
aluminium framing members shall be of “ Indal ", “ Jindal ", “ Hindal " or other approved manufacture,
shall be as per I.S. Code of practice. The fabrication work shall be of best workmanship and free of all
defects in jointing in true line and plumb. All corner joints where aluminium shall be mechanically bolted to
neat hairline joints. Where aluminium components come in contact with any other metal or with masonry,
necessary insulating materials such as heavy coat of alkali resistance bituminous paint or zinc chromate
primer shall be provided. The framework shall be assembled with mechanical joints the strength being
assured through pressure die cost aluminium alloy corners. The corners shall be epoxy bonded to ensure
complete water tightness, trueness and strength. Glass beading shall be snapped in or screwed to the shutter
as directed. Pivot pin for doors shall be of steel zinc palted, cleats,jointing plate screws, nuts bolts etc. shall
be of aluminium steel ( Zinc plated ), brass locking arrangements will be provided. All aluminium framing
members shall be of sizes specified or shown on detailed drawing and shall be silvermatt finish anodized or
any other shed to 15 micron thickness. Rubber gasket used shall be of best approved quality.
iii. ALUMINIUM LOUVRS : Aluminium louvers shall be fabricated and pressed to the required shape (as
shown in detailed ) and of aluminium sheets of 18 gauge. The pressed aluminium louvers of required shape
shall be fixed to the aluminium framework in proper indication with sheet metal screws, rivets, nuts bolts,
cleats etc. as required.
Samples of fixed glazing sections and door shutters sections shall be got approved before proceeding with
the work.
20. PAINTING AND POLISHING :-
1) PREPARATION OF SURFACS : Timber Surface : Woodwork to be painted or polished shall be first
cleaned and rendered free from dust and dirt. The surfaces shall be rubbed down dry with sand paper to the
satisfaction of the architect.
2) PLASTERED SURFACE : The plastered surface to be painted shall be absolutely dry and free fro dust or
dirt. If ordered by the architect the surface shall be thoroughly sandpapered and all unevenness removed.
3) CEMENT PAINT : shall be of approved quality and shall be applied as specified by the manufacturer and to
the satisfaction of the architect.
4) WHITE WASH : White wash shall be prepared for fresh burnt white stone lime. The lime shall be dissolved
in a tub with a sufficient quantity of water and thoroughly stired and strained through a clean cloth.
5) The necessary colouring matter of approved quality and colour shall be added to white wash as directed. Only
was sufficient for the day’s work shall be prepared each morning. The wash shall be continuously stirred during
use. If the finished surface is powdery and comes off readily the work shall be rejected and rectified by the
contractor at his own cost to the satisfaction of the architect.
89
Contractor No. of corrections Executive
Engineer
6) MODE OF MEASUREMENTS : As per the latest editor of I.S.I 1200.
21. METAL WORK :-
1) Steel used in the manufacture of rolled steel sections shall conform to I.S. 226 and I.S. 1977 latest edition or any
alternative quality of steel subject to structural.
2) ROLLING SHUTTERS : Rolling shutters shall be of approved manufacture suitable for fixing in the position
ordered i.e. outside, inside, below lintel or between jambs. Shutters upto 12 Sq.M. in area shall be manually
operated or “ Push Up “ type while bigger size shall be of reduction gear type mechanically operated by chain or
handles. These shall consist of 8 gauge sheet or as specified with 75 cm. M.S. lathes of best quality mild steel
strip machine rolled and straightened with an effective bridge depth of 16 mm and shall have convex
corrugation. These shall be interlocked together through their entire length with end locks. These shall be
mounted on specially designed pipe shaft. The spring shall be approved make coiled type. These shall be
manufactured from tested high tensile spring steel wire or strip of adequate strength to balance the shutters in
position. The spring pipe shaft etc. shall be supported on strong M.S. or malleable cast iron brackets.
Both the side guides and bottom rail shall be jointless and of single pieces in pressed steel, top cover of shaft,
spring etc. shall be of the same material as that of lathe. For rolling shutter and cover etc. shall be painted with
one coat of anticorrosive paint and two coats of synthetic enamel paint of approved quality and shade.
22. ANTI – CORROSIVE TREATMENT TO STEEL STRUCTURES :-Polysulphide epoxy zinc chrome anti-
corrosive primer a two component air drying polysulphide- epoxy composition with polyamino curing and anti-
corrosive chrome pigments as per manufacturers specifications.
23. WATERPROOFING BY APPROVED AGENCY :-
1) BASEMENT WATERPROOFING : The underground structures shall be treated by “ Box Method " 150 mm
thick layer of 1:3:6 cement concrete using No. 2 metal shall be laid with smooth surface finished, with trowel on
well compacted soil or rubble soiling or plum concrete in accordance with the solid strata.
On this ‘ centroof ' waterproof layer on cement base and about 75 mm thick shall be laid, using 1 layer of
shahabad stone placed diagonally with cut joints. After the R.C.C. raft is laid this treatment shall be carried
along with outer surface of the treatment to vertical sides shall be about 40 mm.
2) WATERPROOFING TO TOILET BLOCKS : All toilet blocks at upper floor levels shall be treated with
waterproofing on floors including 1200 mm brick bat coba, in lime mortar 1:2 laid to slope and upto 1000 mm
height of wall dado and shall be made properly watertight around all plumbing work.
3) TERRACE WATERPROOFING : The terrace shall be first treated with waterproofed brick bat coba in
cement mortar 1:2 laid to slope and of thickness as per the detailed drawings. The slopes shall be properly
graded for even flow of water towards the down take pipes. The junction of the slab and the parapet wall shall
90
Contractor No. of corrections Executive
Engineer
be treated with waterproof flashings or fillet. The treatment of waterproofing shall be carried over the parapet
wall.
4) GUARANTEE FOR ALL WATERPROOFING WORK : The item of waterproofing shall be carried out by
agency to be approved by the consultants and to their specifications. A written guarantee in approved form shall
be furnished to certify that the waterproofing shall be free from defects of materials and workmanship for a
period of 10 years. The leakage, failure to stay in lace, splitting, pulling loose, illegatoring, tearing, undue
expension and contraction shall be judged as defective work.
24. ROAD :-
1) CEMENT CONCRETE PAVEMENT : The pavement shall consist of cement concrete 1:2:4 (1 cement :
2 coarse sand : 4 hand stone ballast 40 mm nominal gauge) or richer mix. as specified laid on the prepared
base including campaction and curing.
Materials such as water, cement, sand and stone ballast shall conform to the materials specification hereto
before mentioned.
The prepared surface shall conform to the line, grade and cross section shown on the plans and for this
purpose the sub-base shall be prepared by scarifying the existing surface where necessary and adding extra
material and consolidating. The forms shall be of steel and shall be of required section and length. They
shall be generally of channel section perfectly straight with a board base of sufficient stiffness to withstand
without displacement or distortion due to placing and compaction of the concrete. They shall be provided
with an efficient looking device to ensure continuity of line and level though joints and with steel pins to
hold them in position.
For mixing, placing in position the cement concrete specification mentioned hero to before shall apply.
The compaction shall be done by vibration. The vibration in the vibrator screed shall be of a frequency not
less than 3500 impulses per minute. Internal vibrator shall also be used when slabs more than 200 mm
thickness is laid. After compaction of the concrete in the base surface level shall be checked by straight
edge longitudinally and by temper transversely. any hollow spot or depression shall be made up with
cement concrete by compaction till a uniform surface is obtained. The surface may also be checked with a
string.
The road surface shall be belt finished. The belt usually consist of a piece of canvas 150 mm wide and one
metre longer than the width of the slab having wooden handles at each end. The process consists of a
preliminary stage when the belt shall be drawn slowly across by a service of long strokes and finally by
short strokes with rapid advance, intermediate stages being used as decided by the architects.
2) KERB STONE : These shall be of precast concrete kerb stones of size 450 * 300 * 100 mm and fixing
in foundation concrete 1:3:6 mix. The joints between each stone shall be cement pointed.
91
Contractor No. of corrections Executive
Engineer
25. SHORE PROTECTION:
25.1 MATERIALS
(1) The rock used in the reclamation revetment shall comply with the recommendations of the CUR/CIRIA
Manual on the use of rock in coastal and shoreline engineering and shall be placed in accordance with those
recommendations. Alternatively the guidance as given in relevant & equivalent Indian standards shall be
followed subject to the approval of the employer’s representative.
(2) Rock shall be hard and durable. It should be free from laminations, cracks, seams and weak cleavage planes
and must not disintegrate or erode from the action of air, water, wetting and drying and impact due to wave
action. It shall be capable of being handled and placed without undue fracture or damage.
(3) Rock shall be sound, fresh material with the following physical properties
Relative Density (oven dried) 2.50 minimum
Wet Dynamic Crushing Strength 24% maximum
Water Absorption 3.0% maximum
Aggregate Abrasion Value 12% maximum
Magnesium Sulphate Soundness 12% maximum
Average Point Load Index 4.0MPa minimum
Dry Uniaxial Compressive
Strength
150 MN/m2minimum
Block Integrity Drop Test 5% Maximum
Aggregate Impact Value Less than 30% for Standard Fraction
Ten Percent Fines Not less than 100kN
(4) Testing for compliance with rock quality shall be in accordance with the following:
TEST STANDARD TEST
Relative Density BS 812 Relative Density
Wet Dynamic Crushing
Strength
CIRIA Publication 83/CUR
Report 154
Wet Dynamic Crushing
Strength
Water Absorption BS 812 Water Absorption
Aggregate Abrasion
Value
BS 812 Aggregate Abrasion Value
Magnesium Sulphate
Soundness
BS 6349 Part 1 Magnesium Sulphate
Soundness
Average Point Load Index CIRIA Publication 83/CUR
Report 154
Average Point Load Index
Dry Uniaxial
Compressive Strength
CIRIA Publication 83/CUR
Report 154
Dry Uniaxial Compressive
Strength
92
Contractor No. of corrections Executive
Engineer
Block Integrity CIRIA Publication Block Integrity Drop
Drop Test 83/CUR Report 154 Test
Alternatively the guidance as given in relevant & equivalent Indian standards may be followed subject to the
approval of the employer’s representative.
(5) Rocks shall consist of fragments of approximate cuboidal shape with angular corners and the maximum
dimension should not exceed twice the overall minimum dimension.
25.2 REVETMENT CONSTRUCTION
(1) Revetment shall be placed to the levels and dimensions required by the Contractor’s design to the
approval of the Employer’s Representative. The Contractor shall demonstrate to the approval of the
Employer’s Representative that his method of working ensures that the revetments are founded on a
bearing stratum which provides adequate stability and that no soft or compressible materials are
incorporated within the structure or retained beneath it.
(2) For the construction of the revetment works soft material shall be removed.
(3) The Contractor's attention is drawn to the fact that the toe of the revetment shall be founded on a suitable
bearing stratum. The bearing stratum shall be sufficient to ensure the stability of the revetment and to
prevent post construction settlement of the toe.
(4) Rocks shall be individually placed by grab or equivalent method so as not to detrimentally affect any of
the properties specified above. Rocks shall not be dropped from a height greater than 1.5m and rock in
the primary layer shall be placed to ensure a minimum of three points of contact. Rocks in the revetment
shall not be tipped from vehicles, bull-dozed or dumped from rock trays into position.
(5) Interstices between adjacent armour rocks within the armour layer shall remain free of small rock
particles. The Contractor shall be required to remove and reconstruct the entire armour layer in areas
where the interstices become filled.
(6) Each placed rock layer shall be protected from damage by wave action or other causes as soon as
possible after placement. Material eroded by wave action of other causes shall be made good by removal
and replacing to the approval of the Employer’s Representative. The Contractor shall ensure that layers
interlock with the underlying layer and shall avoid any disturbance to previously placed layers or to the
filter layer when placing overlying layers.
(7) The Contractor shall initially construct a test panel or section which upon acceptance shall become the
model for further placement and shall remain part of the finished works. The length of the section shall
be not less than 10 meters and extend over the full height of the section. The tolerances and survey
methods are as described elsewhere in this specification.
(8) Where rock armour is used, each arriving stone shall be weighed individually and placed into a two
layer section using a mix of block weights representative of the specified gravity and size requirements.
(9) The trial panel shall be re-built if necessary until the values of Kb1 and Kb2 differ by less than 0.2t/m3.
93
Contractor No. of corrections Executive
Engineer
(10) Upon acceptance of the trial section, the section shall be incorporated in the works and not disturbed. In
the event of the source of armour stone being changed, then the trial section procedure described above
shall again be carried out.
(11) No placing of armour other than the trial section shall be carried out until the trial section has been
accepted by the Employer’s Representative.
(12) Underlayer rock shall be deposited carefully to minimise disturbance to any already placed rock and to
avoid damage to any existing structures.
(13) For placing above mean sea level (MSL) tide level, the rock shall be placed to grade to ensure that the
larger rock fragments are uniformly distributed and the smaller rock fragments serve to fill the space
between the larger rock fragments in such a manner as will result in the resulting structure being well-
keyed, densely packed and of the specified dimensions.
(14) For placing below MSL tide level, handling and placing methods shall be approved by the Employer’s
Representative to minimise segregation of the stone grading and to ensure the specified dimensions are
achieved.
26. RECLAMATION:
The Reclamation fill should consist of sand with less than 12 percent passing 0.075 mm (No. 200) sieve.
However, sand containing between 12 and 30 percent fines may also be used. The minus No. 40 sieve fraction
should have a liquid limit less than 25 and a plasticity index less than 8. Silty gravel or gravel, sand and silt
mixture is also considered a suitable fill material.
Fill placed in paved areas or below specific facilities should be compacted in accordance with recommendations
given below for structural fill. Fill placed for landscaping purposes outside buildings and loaded roadway areas
is considered as general fill. Structural should be compacted to the applicable average in situ densities given
below. Clean sand should be compacted to the following relative densities based on limiting densities
determined in accordance with ASTM D-4253 and D-4254. Sand containing less than 12 percent passing 0.075
mm (No. 200) sieve is considered as clean sand.
• Structural fill consisting of clean sand should be compacted to an average relative density of 75 percent with
no test less than 70 percent, and The following criteria apply to fill containing greater than 12 percent
passing than 0.075 mm (No. 200) sieve.
• Structural fill should be placed slightly wet of optimum moisture content and compacted to 95 percent of
maximum dry density determined in accordance with ASTM D 1557 (modified Proctor)
94
Contractor No. of corrections Executive
Engineer
SECTION – 6
FORM OF BID
Refer Part-II
95
Contractor No. of corrections Executive
Engineer
SECTION – 7
BILL OF QUANTITIES
Refer Part-II
96
Contractor No. of corrections Executive
Engineer
SECTION – 8
SECURITIES AND OTHER FORMS
Refer Part II
97
Contractor No. of corrections Executive
Engineer
SECTION – 9
DRAWINGS
Refer Part II
98
Contractor No. of corrections Executive
Engineer
SECTION – 10
DOCUMENTS TO BE FURNISHED BY THE BIDDER
(Attached)
- 1 -
Contractor No. of corrections Executive Engineer
STANDARD BIDDING DOCUMENT
PROCUREMENT OF CIVIL WORKS
PART-II
COMPLETE BIDDING DOCUMENT
NAME OF
WORK :
Reconstruction & Extension of
Existing Jetty and Civil Work
(Reclamation Bund, Terminal
Building and other onshore work) at
Malvan Port, Tal-Malvan, Dist-
Sindhudurg.
E-TENDER
B-II TENDER FORM
- 2 -
Contractor No. of corrections Executive Engineer
GOVERNMENT OF MAHARASHTRA
AGREEMENT NO---------------
NATIONAL COMPETITIVE BIDDING
(CIVIL WORKS)
Name of work : Reconstruction & Extension of Existing Jetty
and Civil Work (Reclamation Bund, Terminal
Building and other onshore work) at Malvan
Port, Tal-Malvan, Dist-Sindhudurg.
Tender Issue Date : Date. 08.05.2018 at 15.00 hrs
Time and date of pre-bid
conference
: Date. 18.05.2018 at 15.00 hrs, Maharashtra Maritime
Board, Indian Mercantile Chamber, 3rd floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai-400 001.
Opening Date
(If possible)
: Date. 04.06.2018 at 12.00 hrs Maharashtra Maritime
Board, Indian Mercantile Chamber, 3rd floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai-400 001
Officer inviting bids Chief Executive Officer, Maharashtra Maritime Board, Indian Mercantile Chamber, 3rd floor, Ramjibhai Kamani Marg, Ballard Estate, Mumbai-400 001
- 3 -
Contractor No. of corrections Executive Engineer
SECTION 1 – INSTRUCTIONS TO BIDDERS (ITB)
Refer SECTION 1
Of
PART I
COMPLETE BIDDING DOCUMENT
- 4 -
Contractor No. of corrections Executive Engineer
SECTION – 2
QUALIFICATION INFORMATION
Refer SECTION - 2
Of
PART I
COMPLETE BIDDING DOCUMENT
- 5 -
Contractor No. of corrections Executive Engineer
SECTION – 3
CONDITIONS OF CONTRACT
Refer SECTION - 3
Of
PART I
COMPLETE BIDDING DOCUMENT
- 6 -
Contractor No. of corrections Executive Engineer
SECTION – 4
CONTRACT DATA
Refer SECTION - 4
Of
PART I
COMPLETE BIDDING DOCUMENT
- 7 -
Contractor No. of corrections Executive Engineer
SECTION – 5
TECHNICAL SPECIFICATION
Refer SECTION - 5
Of
PART I
COMPLETE BIDDING DOCUMENT
- 8 -
Contractor No. of corrections Executive Engineer
SECTION – 6
FORM OF BID
- 9 -
Contractor No. of corrections Executive Engineer
FORM OF BID
Description of the Work :- Reconstruction & Extension of Existing Jetty and Civil Work
(Reclamation Bund, Terminal Building and other onshore work) at Malvan Port, Tal-Malvan, Dist-
Sindhudurg.
To,
Executive Engineer, Maharashtra Maritime Board,
Indian Mercantile Chamber, 3rd floor,
Ramjibhai Kamani Marg, Ballard Estate,
Mumbai-400 001
1. We offer to execute the works described above and remedy any defects therein in conformity with the
conditions 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 format Agreement is prepare 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)
- 10 -
Contractor No. of corrections Executive Engineer
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.
- 11 -
Contractor No. of corrections Executive Engineer
SECTION – 7
BILL OF QUANTITIES
- 12 -
Contractor No. of corrections Executive Engineer
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 the Engineer may fix within the terms of the Contract.
3. The rates and prices tendered in the priced Bill of Quantities shall, except in so far 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 the Contract.
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
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 terms
provided in the priced Bill of Quantities and where no items are provided 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 repeated 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 items of work for payment shall be in accordance with the
specification for Road and Bridge Works published by the Ministry of Road Transport & Highways,
(Vth Revision) April 2013.
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 sledge hammers 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.
- 13 -
Contractor No. of corrections Executive Engineer
BILL OF QUANTITIES
Schedule “B”
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
1 Taking trial bores 75 to 100 mm for 53.0 to 88.9 mm
core dia over burden ( by diamond drilling machine )
such as soil of all \sorts, soft murum,hard murum
and boulders and in soft rock including all materials
such as casing pipes and accessories oil, grease,
steel, rods, and such other materials as required
(including conveying the material to site of work) .
Preserving the loose sample in glass jar and core
sample serially on site of work and conveying the
same to HQ of concernring office as directed.
a) over burden 0 to 50 meter.
15.00 Rmt
2 Taking trial bores 75 to 100 mm for 53.0 to 88.9 mm
core dia in rocks as specified below including all
necessary materials such as oil,grease,steel boostan
and such other materials as required (including
conveying the material to site of work) and
Preserving the core sample serially on site of work
and conveying the same to HQ of concernring office
as directed. Quartzite with diamond drill with Nx Bit
0 to 50 metre
4.50 Rmt
3 Providing tun tappa core boxes of jungle wood of
size1.25mx 0.35x 0.15m for preserving core sample
with all fixtures and fastening handles including
locking arrangment etc . complete.
3.90 No
4 Excavation for foundation in earth, soils of all types,
sand, gravel, soft murum including shoring and
strutting as necessary and disposing off excavated
stuff as directed etc. complete
4110.15 Cum
5 Supplying & laying trap stones weighing upto 20
Kg. for filter layer including quarrying,conveying
with all the leads & lifts laying in required line,
level, slope including necessary equipment and
machinerysuch as crane of adequate capacity and
boom length as directed etc complete, in the tidal
conditions.
Spec.No.-Rd-19,Page-187; Rd-29,Page-193; Rd-27,
Page-192.
[Except weight of stone specified in wording of
specification]
1446.41 Cum
- 14 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
6 Supplying & laying trap stones weighing upto 200
Kg. for core layer including quarrying,conveying
with all the leads & lifts laying in required line,
level, slope including necessary equipment and
machinerysuch as crane of adequate capacity and
boom length as directed etc complete, in the tidal
conditions.
Spec.No.-Rd-19,Page-187; Rd-29,Page-193; Rd-27,
Page-192.
[Except weight of stone specified in wording of
specification]
3599.30 Cum
7 Supplying & laying trap stones weighing 300 to 500
Kg. for sub armour layer including
quarrying,conveying with all the leads & lifts laying
in required line, level, slope including necessary
equipment and machinerysuch as crane of adequate
capacity and boom length as directed etc complete,
in the tidal conditions.
Spec.No.-Rd-19,Page-187; Rd-29,Page-193; Rd-27,
Page-192.
[Except weight of stone specified in wording of
specification]
599.70 Cum
8 Supplying & laying trap stones weighing above
1000 Kg. for armour layer including
quarrying,conveying with all the leads & lifts laying
in required line, level, slope including necessary
equipment and machinerysuch as crane of adequate
capacity and boom length as directed etc complete,
in the tidal conditions.
Spec.No.-Rd-19,Page-187; Rd-29,Page-193; Rd-27,
Page-192.
[Except weight of stone specified in wording of
specification]
1635.36 Cum
9 Supplying & spreading geofabric filter layer of
Geotextile of Polypropylene multifilament woven to
the line, evel and grade with pore size less than
0.075 mm and permeability greater than 9.0
litre/sqm/sec. confirming specification IS:1969 and
ASTM standard including conveying to the
site,joining and stitching with proper overlap and
laying at excavated surface in tidal condition as
directed by Engineer- in- charge etc complete .
As directed by Engineer -In- Charge.
4504.10 Sqm
10 Supplying hard murum / kankar at the road side,
including conveying and stacking etc. complete.
Lead upto 50M. (initial lead) (Includig Royalty) 3967.50 Cum
11 Spreading hard murum for side width etc. complete 4275.00 Sqm
- 15 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
12 Compacting the hard murum side widths including
laying in layers on each side with power roller
including artificial watering etc. complete. 3674.87 Sqm
13 Construction of granular sub-base by providing
close graded Material, mixing in a mechanical mix
plant at OMC, carriage of mixed Material to work
site, spreading in uniform layers with motor grader/
Paver on prepared surface and compacting with
vibratory power roller to achieve the desired density,
complete as per clause 401 -- Plant Mix Method and
Grading - III Material
183.30 sqm
14 Wet Mix Macadam -- Providing, laying, spreading
and compacting graded stone aggregate to wet mix
macadam specification including premixing the
Material with water at OMC in mechanical mix plant
carriage of mixed Material by tipper to site, laying in
uniform layers with paver in sub- base / base course
on well prepared surface and compacting with
vibratory roller to achieve the desired density.
Laying By Grader/Paver.
229.13 Cum
15 Providing and laying in situ / ready mix / ready mix
M15 cement concrete of trap/ granite/ quartzite/
gneiss metal in foundation including necessary
centering, formwork, bailing out water, compacting
and curing etc. complete. (with fully automatic
micro processor based PLC with SCADA enabled
with reversible drum type mixer/ concrete batch mix
plant (pan mixer) with natural /artifical sand)
164.32 Cum
16 Pavement Quality Concrete--Providing and laying
in-situ M40 Grade unreinforced plain cement
concrete pavement over a prepared sub base with 43
grade cement , coarse and fine aggregate conforming
to IS 383, using fine and coarse aggregates
combined gradation as per Table 600-3 of MORTH
Specification 2013, mixed in a batching and mixing
plant/ non tilting mixer and Weigh batcher as per
approved mix design, admixtures, transporting to
site, spreading, laying with approved make
paver,compacted and finished in a continuous
operation, finishing to lines and grades as directed
by Engineer-in-charge and curing by curing
compound /by providing cement vata in cement
Mortar 1:8 @0.6m X 0.6m centre to centre,
admeasuring 80 mm at bottom and 40 mm at top
with depth of 75mm and maintaining the same
throughout curing period by any other method
approved by Engineer-in-charge
150.00 Cum
- 16 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
17 Providing and laying in situ / ready mix M30 RCC
of trap/ granite/ quartzite/ gneiss metal for RCC
work of ballast walls, kerbs and box returns
including scaffolding, compaction,
formwork finishing and curing etc. complete.
(excluding reinforcement, with fully automatic
micro processor based PLC with SCADA enabled
concrete batch mix plant / pan mixer with Natural /
VSI standard Artificial Sand)
96.48 Rmt
18 Providing and laying Cast in situ/Ready Mix cement
concrete M- 35 of trap / granite /quartzite/ gneiss
metal for R.C.C. work in foundations like raft, strip
foundations, grillage and footings of R.C.C. columns
and steel stanchions etc. columns as per detailed
designs and drawing or as directed including
centering, formwork, cover blocks, laying/pumping,
compaction finishing the formed surfaces with
cement mortar 1:3 of sufficient minimum thickness
to give a smooth and even surface or roughening if
special finish is to be provided and curing etc.
complete,(Excluding reinforcement and structural
steel).with fully automatic micro processor based
PLC with SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality Artificial
Sand
392.24 Cum
19 Filling in plinth and floors with approved excavated
material in 15cm. to 20cm. layers including watering
and compacting etc. complete. 330.48 Cum
20 Providing soling using 80 mm size trap metal in 15
cm. layer including filling voids with Crushed
sand/grit, ramming, watering etc. complete. 115.84 cum
21 Providing and laying Cast in situ/Ready Mix cement
concrete M-35 of trap / granite /quartzite/ gneiss
metal for R.C.C. columns as per detailed designs and
drawing or as directed including centering,
formwork, cover blocks, laying/pumping,
compaction finishing the formed surfaces with
cement mortar 1:3 of sufficient minimum thickness
to give a smooth and even surface or roughening if
special finish is to be provided and curing etc.
complete,(Excluding reinforcement and structural
steel).with fully automatic micro processor based
PLC with SCAD Aenabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality Artificial
Sand
39.86 cum
- 17 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
22 Providing and laying Cast in situ/Ready Mixcement
concrete M-35 of trap / granite /quartzite/ gneiss
metal for R.C.C. beams and lintels as per detailed
designs and drawings or as directed including
centering, formwork, cover blocks, laying/pumping,
compactionand roughening the surface if special
finish is to be provided and curing etc. complete.
(Excluding reinforcement and structural steel).with
fully automatic micro processor based
PLC with SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality Artificial
Sand
69.41 Cum
23 Providing and laying Cast in situ/Ready Mix cement
concrete M-35 of trap/ granite / quartzite/ gneiss
metal for R.C.C. slabs and landings as per detailed
designs and drawings including centering,
formwork, cover blocks, laying/pumping,
compactionfinishing the formed surfaces with
cement mortar 1:3 of sufficient minimum thickness
to give a smooth and even surface or roughening if
special finish is to be provided and curing etc.
complete,(Excluding reinforcement and structural
steel). with fully automatic micro processor based
PLC with SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan mixer) etc.
complete. With natural sand/V.S.I. quality Artificial
Sand
125.70 Cum
24 Providing and laying Cast in situ/Ready Mix
cement concrete in M-35 of trap / quartzite
/granite /gneiss metal for R.C.C. Waist slab, and
steps of staircases as per detailed design and
drawings or as directed including steel
centering, plywood/ steel formwork, steel props,
laying/pumping, compaction, finishing uneven
and honeycombed surface with C.M. 1:3 of
sufficient minimum thickness to give a smooth
and even surface or roughening the surface if
special finish is to be provided and curing etc.
complete. (Excluding einforcement, including
cover block).(Newly laid concrete shall be
covered by gunny bag, plastic, tarpaulin etc.)
with fully automatic micro processor based PLC
with SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan mixer)
etc. complete. With natural sand/V.S.I. quality
Artificial Sand
0.38 Cum
- 18 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
25 Providing and laying in situ / ready mix
controlled grade of M35 of trap /granite
/quartzite /gneiss metal for RCC works in cut
off walls / curtain walls including necessary
scaffolding, centering, compacting by vibrator,
finishing and curing etc. complete. (with fully
automatic micro processor based PLC with
SCADA enabled with reversible drum type
mixer/ concrete batch mix plant (pan mixer)
with natural /artifical sand, excluding
reinforcement)
66.94 Cum
26 Providing, cutting, bending, hooking, tying and
laying in position TMT FE 500 steel bars for
reinforcement for all RCC works as per detailed
drawings etc. complete.
141.31 MT
27 Providing Fusion Bonded Epoxy Coating (FBEC) to
reinforced bars as per IS: 13620-1993 specifications
for a thickness of 175micron Permissible variation
of 50 micron including testing of coating at plant
extra cost for careful handling using PVC coating,
binding wires instead of G. I. wires to and from
Plant) touching up the material supplied repair work
etc complete as per detailed specifications. (Lead
200km from plant) etc complete. (Item shall be used
for new structures.)
141.31 MT
28 Providing and fixing heavy duty inter locking
concrete Gray paving blocks of 60 mm thickness of
having a strength of 300 kg/Sq.cm. of approved
quality and shape on a bed of crushed sand of 25 to
30 mm thick including skirting joints and
cleaningetc. complete.
979.20 Sqm
29 Providing Laterite Stone masonary in Cement
mortar 1.:6 in Foudataion and plinth including
racking out joint when plastering is to be done
/striking joint when no plastering is to be done
watering and scaffolding.
20.12 Cum
30 Providing Laterite Stone masonary in Cement
mortar 1.:6 in Superstructur including racking out
joint when plastering is to be done /striking joint
when no plastering is to be done watering and
scaffolding.
106.67 Cum
- 19 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
31 Providing cement based water proofing treatment to
terraces (Indian water proofing or alike) with brick
bats laid in required slope to drain the water for any
span after cleaning the base surface. Applying a coat
of cement slurry admixed with approved water
proofing compound and laying the brick bats on
bottom layer in C.M.1:5 admixed with approved
water proofing compound filling up to half depth of
brick bats, curing this layer for 3 days, applying
cement slurry over this layer joints of brick bats with
C.M.1:3 admixed with approved water proofing
compound and finally top finishing with average 20
mm. thick layers of same mortar added with jute
fiber at 1 Kg per bag including finishing the surface
smooth with cement slurry admixed with approved
water proofing compound. Marking finished surface
with false squares of 300mm x 300 mm. making the
junctions at the parapet rounded and tapered top for
required height, with drip mould at the junction of
plaster and parapet and curing and covering 10 years
Guarantee against leakproofness on Court fee stamp
paper of Rs. 500/- including ponding test etc.
complete.
591.87 sqm
32 Providing waterproof plaster in W.C. and bath 12
mm thick for dado in cement mortar 1:3 with neat
finishing, floating using waterproofing compound at
the rate of 1 kg. per bag of cement of approved make
and manufacturer and curing etc. complete.
(Excluding Tiles)
(As directed by Engineer in Charge)
5.18 cum
33 Providing internal cement plaster 6 mm thick in a
single coat in cement mortar 1:3 without neeru finish
to concrete surface in all positions including
scaffolding and curing etc. complete. 910.64 sqm
34 Providing sand faced plaster externally in cement
mortar using approved screened sand, in all
positions including base coat of 15 mm thick in
cement mortar 1:4 using waterproofing compound at
1 kg per cement bag curing the same for not less
than 2 days and keeping the surface of the base coat
rough to receive the sand faced treatment 6 to 8 mm
thick in cement mortar 1:4 finishing the surface by
taking out grains and curing for fourteen days
scaffolding etc.complete.
524.95 Sqm
35 Providing and laying machine cut machine polished
machine cut Kota stone slabs 18 to 20 mm thick for
skirting, with rounded nosing for the treads on a bed
of 1:4 cement mortar including cement float, filling
joints with neat cement slurry, curing, polishing and
cleaning etc. complete.
222.90 sqm
- 20 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
36 Providing and laying vitrified mirror / glossy finish
tiles decorative type having size 590 mm to 605 mm
x 590 mm to 605 mm of 8 to 10 mm thickness and
confirming to IS. 15622- 2006 ( group Bla) of
approved make, shade and pattern for flooring in
required position laid on a bed of 1:4 cement mortar
including neat cement float, filling joints, curing and
clearing etc. complete. a) Flooring
346.29 Sqm
37 Providing and laying Antiskid Ceramic tiles of
approved quality of size 30 cm x 30 cm and
confirming to IS 15622-2006 (Group-B IIA) for
antiskid flooring in required position laid on a bed of
1:4 cement mortar including cement float, filling
joint with cement slurry cleaning curing etc.
complete.
90.08 Sqm
38 Providing and applying white-wash in two coats on
old / new plastered or masonry surfaces and asbestos
cement sheets including scaffolding and preparing
the surface by brushing and brooming down etc.
complete.
1267.56 Sqm
39 Providing and applying plastic emulsion paint of
approved quality, colour and shade to new surface in
three coats including scaffolding, preparing the
surface. (excluding primer coat) etc. complete.
1267.56 sqm
40 Providing and applying two coats of exterior
acraylic emulsion paint confirming to corresponding
I.S. of approved manufacture and of approved colour
to the plastered surfaces including cleaning
,preparing the plaster surface, applying primer coat
,scaffolding if necessary , and watering the surface
for two days etc complete.
476.33
sqm
41 Providing and fixing in position, Double shuttered
aluminium extruded powder coated openable door of
specified size with aluminium door frame of powder
coated section 101.60 x 44.75mm , 3.18 mm thick
and shutter comprising of powder coated section
having bottom and lock rail of size 150 mm x 44.5
mm x 3.00 mm thick top rails 47.62 x 44.45 mm x
3.00 mm thick , vertical style 47.62 x 44.45 mm,
3.00 mm thick and for shutter plain glass panes 5
mm thick for top panels and 12mm
13.23 sqm
- 21 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
42 Providing and fixing rolling shutter fabricated from
steel laths of minimum thickness 0.9 mm with lock
plate of 3.15 mm thickness reinforced with 35 x 35 x
5 mm angle section fitted with sliding bolts and
handles for both sides, deep M.S. channel section of
depth and thickness not less than 65 mm and 3.15
mm
respectively with hold fast arrangements, M.S.
Bracket plate 300 x 300 x 3.15 mm minimum size
and shape with square bar, suspension shaft of
minimum 32 mm diameter, hood cover of M.S. sheet
not less than 0.9 mm thickness and of any size at top
and safety devices including mechanical gear
operation arrangement consisting of worm gear
wheels and worms of high grade cast iron or mild
steel and one coat of red lead primer etc. complete.
(I.S. 62481979) (With mechanical gear)
7.20 sqm
43 Providing and fixing 34 mm thick moulded door
shutter consisting of solid core single leaf flush door
of 30 mm thickness lipped with 15 mm ( 5mm x 3)
thick x 30 mm width on one style and top rail and 10
mm (5mm x 2) thick x 30 mm width on other style
and bottom rails. The inner panels laminated with 2
mm thick termite proof, water proof and fire
resistant moulded PVC sheet with 2,4,6 design in
different plain and /or prelim colours on one side
after routing the moulded design on flush doors and
2 mm plain and /or pre lam PVC on other side using
rubber adhesive on flush door and solvent cement
adhesive on the PVC lipping etc. as per direction of
Engineer in charge and manufacturers specification
and drawing etc. complete.
31.90 sqm
44 Providing and fixing Country cut teak wood partly
veneered and partly glazed partition with 75 mm x
50 mm frame at 60 cm center and 9 mm thick
commercial ply on both sides, decorative veneer of 4
mm thick and plain glass 5 mm thick, including
French polishing etc. complete
31.90 sqm
45 Providing and fixing in position (as per 1868 / 1982)
Alluminium sliding window of three tracks with
rectangular pipe 95 x 38.10 x 0.90 mm at weight
0.637 kg/Rmt. with window frame bottom track
section 92 x 31.75 x 1.30 mm at weight 1.070
kg/Rmt.. Top and side track section 92 x 31.75 x
1.30 mm at weight 0.933 kg/Rmt. The shutter should
be of bearing bottom 40 x 18 x 1.25 mm at weight
0.417 kg/Rmt. Inter locking section 40 x 18 x 1.10
mm at weight 0.469 kg/Rmt. and handle and top
section 40 x 18 x 1.25 mm at weight o.417 kg/Rmt.
As per detailed drawings and as directed by
Engineerincharge with all necessary Aluminium
sections fixtures and fastenings such as roller
47.55 sqm
- 22 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
bearing in nylon casting and self locking catch fitted
in vertical section of shutter including 5 mm thick
plain glass and aluminium mosquito net shutter with
stainless steel jail with all required screws and nuts
etc, complete. With colour Anodising with box.
46 Providing and fixing in position powder coated
aluminium louvered windows / ventilator of various
sizes with powder coating as per detailed drawing
and specifications including aluminium frames 80 x
38 mm x 1.22 mm box type, 5 mm thick sheet glass
louvers, of approved quality etc. complete.
3.50 sqm
47 Providing and fixing on walls/ ceiling/ floors, 50
mm dia heavy grade having embossed as ISI Mark
galvanised iron pipes weight of 6.33 Kg/meter with
necessary fittings.and remaking good the demolished
portion and primer of anti corrossive oil paint 2
coats Including necessary scaffolding and removing
existing pipe line if necessary and conveying and
stacking the same in PWD chowky or as directed
etc. complete.
50.00 Rmt
48 Providing, laying and fixing P.V.C. pipe of 32mm
dia. with fittings such as bends, tees, reducers,
clamps, etc. including necessary excavation, trench
filling etc. complete. Including removing existing
pipe line if necessary and conveying and stacking
the same in PWD chowky or as directed etc.
complete...
80.00 Rmt
49 Providing and fixing European type white glazed
earthenware water closet pan with UPVC seat and
lid with chromium plated brass hinges and rubber
buffers including UPVC and vent pipe up to the
outside face of wall 10 litre enameled low level
flushing cistern with fittings pipe stop tap brackets
for fixing cistern 32 mm dia. UPVC flush pipe with
fittings and clamps ,20 mm dia.UPVC overflow pipe
,mosquito proof couplings G.I. chain and pulley,with
water Jet and fitting including cutting and making
good to the walls and floors testing etc.
complete.(prior approval of sample and brand by Ex.
Engineer is necessary
before use)
8.00 No
50 Providing and fixing White Glazed Earthenware full
stall type Urinal with P.V.C. flushing cistern of 5
liters capacity with fitting, inlet pipes and stop tap,
brackets for fixing the cistern, 32 mm dia. P.V.C
flush pipe with fittings and flushing arrangement
including lead soil pipe, lead trap, soil pipe
connectionup to the outside face of the wall
6.00 No
- 23 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
51 Providing and fixing white glazed earthenware Wash
Hand Basin of 63cm x 45cm size including cold
water pillar tap/cold and hot water pillar tap
brackets, rubber plugs and brass chain, stop tap and
necessary pipe connection including P.V.C. waste
pipe and trap up to the outside face of the wall.
Making good the damaged surface, testing etc.
complete
7.00 No
52 Providing and fixing 10 cm PVC nahani trap with
grating etc. complete. 10.00 No
53 Providing and laying for 150 mm dia salt glazed
stoneware pipe including fittings Such as bends,
tees, single junction, double junctions laying,
jointing (including excavation and refilling the
trenches) complete.
50.00 Rmt
54 Providing and fixing 100 mm dia stabiliser pipe/
P.V.C. soil vent/waste pipe and with necessary
fixtures and fitting such as bends, tees, single
junctions, slotted vent, clamps etc. complete.
30.00 Rmt
55 Providing and laying concrete pipes of I.S.NP. class
of 150mm diameter in proper line, level and slope
including necessary collars, excavation, laying,
fixing with collars in cement mortar 1:1 and refilling
the trench complete.
5.00 Rmt
56 Providing and laying concrete pipes of I.S.NP. class
of 300mm diameter in proper line, level and slope
including necessary collars, excavation, laying,
fixing with collars in cement mortar 1:1 and refilling
the trench complete.
10.00 Rmt
57 Providing and constructing Brick Masonry
Inspection Chamber 60cm x 45cm x 90cm including
1:4:8 cement concrete foundation 1:2:4 cement
concrete channels half round G.S.W. pipes, Brick
Masonry, plastering from inside and airtight C. I.
cover of 75 kg with lid and frame fixed in cement
concrete.
19.00 No
58 Providing and constructing Brick Masonry
Inspection Chamber 90cm x 45cm x 90cm including
1:4:8 cement concrete foundation 1:2:4 cement
concrete channels half round G.S.W.pipes, Brick
Masonry, plastering from inside and C.I. lid
cover of 75 kg with lid and frame fixed in cement
concrete.
1.00 No
59 Providing and fixing reinforced cement concrete
cover of size 60 cm x 45 cm with frame over
inspection chamber etc. complete.Medium duty
(100 kg) 4.00 No
- 24 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
60 Aluminum faced composite panels with mounting
system. Panel mounting system including
anchorages, shims, furring, fasteners, gaskets and
sealants, relate flashing adapters, and masking (as
required) for a complete watertight installation.
304.54 Sqm
61 Supplying and providing glass glazing including all
fixtures, fastening and labour costs. Spec. As
directed by Engineer In Charge 473.15 sqm
62 Providing and applying gypsum plaster ( with
Gypsum material of Gypsum India / Mega Sign or
equivalent make ) with finishing with gypsum
material in 10 to 13 millimeter thickness to
previously plastered surface / or on newly brick
surface ( Excluding rough cast plaster ) in all
position including preparing and Finishing the
surface scaffolding etc.complete.
88.66 Sqm
63 Providing and fixing H.D.P container Syntex or
alike one piece moulded water tank made out of
low density polythyler and built corrugation
including of delivery up to destination hoisting
and fixing of accessories such as inlet, outlet
overflow of all tanks capacity above 1000 to
20,000 litres
5000.00 Litre
64 Providing and fixing 20 to 25 mm thick rough
shahabad box type waterproofing for basement or
underground floor on a base of Cement concrete
1:3:6, including sub base of 2.50 centimeter thick
Cement mortar 1:3 with conceal, secrete (RMW),
Algae proof or other alike waterproofing liquids,
raking of joints upto 35 mm depth, filling the joints
with 6 mm size crushed metal, hand grouting with
cement slurry, curing and cleaning, with 7 years
guarantee on court fee stamp of Rs. 100/- with
ponding test etc complete. (excluding Cement
concrete 1:3:6 base concrete )
46.74 Sqm
65 BASIC TEST OF CEMENT
Standard Consistancy Fineness, Specific
Gravity, Setting Time ( Initial & Final ),
Compressive Strength, Soundness
12 No
BASIC TEST OF AGGREGATE
66 Water Absorption, Specific Gravity. Impact
Value Crushing Value. 10 No
67 Sieve Analysis. 10 No
68 Abrasion Value. 10 No
69 Flakiness Index/ Elongation Index. 10 No
70 Stripping Value. 10 No
71 Soundness. 10 No
72 Bulk Density. 10 No
- 25 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
73 FINE AGGREGATES
Fineness Modulus ( Sieve Analysis ), Silt &
Clay Content 1 No
74 Chloride & Sulphate Content. 1 No
75 Silt Factor. 1 No
76 BRICKS
Water Absorption (Set of 5 Bricks),
Compressive Strength( Set of 5 Bricks),
Efflorescence (Set of 5 Bricks).
2 No
77 CONCRETE
Compressive Strength OF C.C. Cube(Set of 3
cubes). 52 No
78 Concrete Mix Design (With all Tests on basic
materials)* 3 No
79 Flexural strength of Beam. 7 No
80 Permeability Test. 2 No
81 Concrete mix design by Accelerated curing
method. (Boiling water method) 3 No
82 Taking of core samples in concrete pavement.
(Excluding Dead Journey Charges) 5 No
83 CONCRETE PAVING BLOCKS
Compressive Strength , Water Absorption, (Set
of 8 Blocks), Flexural Test ( Set of 8 Blocks).
Resistance to wear.( Set of 8 Blocks)
2 No
84 WATER
PH Value, Sulphate & Chloride Content. 1 No
85 STEEL BAR TESTING
upto 16mm (set of 3 bars) 15 No
86 Above 16mm (set of 3 bars) (Tensile strength,
% Elongation, Yield stress, Weight-Per Meter,
Bend / Rebend Test, Proof Stress.) 15 No
87 ROAD SIGN BOARD
Retro Reflective Test. 1 No
88 NON -DESTRUCTIVE TEST Rebound
Hammer Test. 1 No
89 Ultrasonic Pulse Velocity 1 No
- 26 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
ELECTRICAL WORK
90
Supplying and erecting Intelligent flush mounted panel meter three phase four wire (IPM) input voltage measurement range 50-550 VAC (P-P) 415V,Aux supply 90-300 VAC/DC, CT secondary site selectable 1A / 5A, Flush mounting 96 x 96 mm , CT/ PT site programmable, Flush mounted (96 x 96 mm) meter Constant Wh viewing in LCD Multifunction meters in auto scroll mode with Voltage, current, frequency, Power factor kW,kVA, kVAR, KWh,kVAh, kVARh, phase angle, interrupts, THD, Events (high- low) neutral current with LED Display (excluding CT'S) complete with RS 485 communication protocol, class 1 accuracy and wriring connections and mounting hardware on provided panels complete with calibration certificate from manufacture
2.00 Each
91
Supplying and erecting L.T. current transformer with wound / bar primary50/5 to 1000/5A ratio with 15 Vaburden class-I, erected in provided CRCA box duly secured with insulating material and connected to meter with test certificate. -
6.00
Each
92 Supplying and erecting Bus bar chamber triple pole with neutral with four aluminium bars, 500V 100A complete as per specification no. CP-BB -
2.50
Mtr
93 Providing and fixing sheet metal work in CRCA sheet with fabrication of boxes panel boards etc. including cutting, bending, drilling, welding, rivetting etc. treated with anti-rust treament and duly power coated or painted with one coat of red lead paint and 2 coats of enamel paint as directed. -
250.00
kg
94 Providing & erecting 3 Pole MCCB of 200A,415V capacity with S.C. rating 25 kA (Ics=100% of Icu),thermal and magnetic setting with provided leads on iron /G.I.frame as per specification No. SW-SWR/MCCB - 4 POLE For main Panel Incomer -4 POLE MOTORISED MCCB
1.00
Each
95 Providing & erecting 4 Pole MCCB of 100 A, 415V capacity with S.C. rating 25 kA (Ics=100% of Icu), thermal and magnetic setting with provided leads on iron frame as per specification No. SW-SWR/MCCB - 4 POLE For main Panel Incomer -4 POLE MOTORISED MCCB
2.00
Each
96 Supplying, erecting & marking TPMCB 40A to 63A in provided distribution board as per specification No. SW-SWR/MCB -
6.00
Each
97 Supplying, erecting & marking TPMCB 6 A to 32 A in provided distribution board as per specification No. SW-SWR/MCB -
3.00
Each
- 27 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
98 Supplying, erecting, testing and commissioning of Microprocessor based AMF panel suitable for Diesel Generating Set of above 50 kVA upto 62.5 kVA capacity Single/Three phase, 230/415 Volts, 50Hz A.C. with all standard features, safeties etc as per specification no. GEN-AMF.
1.00
Set
99
Supplying, erecting & marking SPMCB 6A to 32A, C-series (for motor/power) in provided distribution board as per specification No. SW-SWR/MCB
38.00
Each
100 Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 40A. 4 pole complete as per specification No. SWRCCB/ RCCB
2.00
Each
101 Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 25A. 4 pole complete as per specification No. SWRCCB/ RCCB
1.00
Each
102 Supplying & erecting triple pole and neutral
distribution board (TPNDB) with door surface/ flush
mounted SPMCB of 12 ways, on iron / G.I.
frame/wooden board.(Horizontal type) as per
specification No. SW- SWR/MCBDB
3.00
Each
103 Supplying & erecting CRCA sheet metal one way enclosures suitable for D.P.M.C.B. /T.P. M.C.B. /F.P M.C.B. complete erected on angle iron frame.
10.00
Each
104 Supplying and erecting D. O. L. Starter suitable for
250V. single phase, 50 cycleswith overload element with
necessarymaterials and connected to supply upto 2 H.P.
1.00
Each
105 Supplying & erecting Centrifugal water pump (Monoblock), 230V, Single phase 50 cycles A.C. supply of 2 HP of specified discharge head & size of suction, delivery pipes on provided C.C. foundation as per specification No. WPCGP
1.00
Each
106 Supplying & erecting PVC armoured cable 3 1/2 core 70 sq mm aluminium conductor with continuous 12.97 sq mm (8 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL
50.00
m
107 Supplying & erecting PVC armoured cable 3 1/2 core 35 sq mm aluminium conductor with continuous 12.97 sq mm (8 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL
50.00
m
108 Supplying & erecting PVC armoured cable 3 1/2 core 25 sq mm aluminium conductor with continuous 12.97 sq mm (8 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL
30.00
m
- 28 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
109 Supplying, erecting & terminating PVC armoured cable 4
core 6 sq mm copper conductor continuous 5.48 sq mm
(12 SWG) G.I. earth wire complete erected with glands &
lugs, on wall/ trusses/pole or laid in provided trench/ pipe
as per specification no. CB-LT/CU
180.00
m
110 Supplying, erecting & terminating PVC armoured cable 4
core 4 sq mm copper conductor continuous 5.48 sq mm
(12 SWG) G.I. earth wire complete erected with glands &
lugs, on wall/ trusses/pole or laid in provided trench/ pipe
as per specification no. CB-LT/CU
20.00
m
111 Supplying & erecting PVC armoured cable 3 core 4 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU
118
m
112 Making the trench in Hard murum/Tar road of suitable width and depth as per IS for laying provided L.T cable of 25 sq mm & above and covered with Half round hume pipe complete. As per specification no. CW-EXN-CTR
33.00
m
113 Supplying and erecting G.I. strip of required size used for earthing on wall and/or any other purpose with necessary GI clamps fixed on wall painted with bituminous paint in an approved manner with joint required. as per specification No (EA-EP).
519.00
kg
114 Supplying and erecting copper strip of required size used for earthing on wall and/or any other purpose with necessary copper clamps fixed on wall painted with bituminous paint in an approved manner with joints required. As per specification No EA-EP.
68.00
kg
115 Supplying and erecting G. I. Earth Wire of high purity
of different sizes used for earthing or any other purposes
on wall with necessary G. I. Clamps fixed on wall/cable/
conduit with screws in an approved manner.
25.00
kg
116 Supply, Installation, Testing and commissioning of UL Certified / CPRI Tested Maintenance Free Earthing comprising of Electrode of 17.2 mm diameter Low Carbon Steel with 250 micron Molecular Copper Bonded Earthing Rod of Length 3m along with 25 kg Carbon Based environment friendly back fill Ground Enhancing compound required to fill up the excavated earth with required quantity as per specification no EA-MOBI
8.00
Each
117 Providing earthing with Copper earth plate size 60 x 60 x 0.315 cm with funnel with a wire mesh for watering and brick masonry block C.l. cover with minimum 25 kg of maintenance free earth conductivity enhancing mineral earthing compound complete with all materials, testing & recording the results as per specification no ESE -LA
6.00
Each
- 29 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
118 Supplying & erecting conventional spike type air termination suitable to carry lightning stroke made up of heavy gauge 40 mm dia copper pipe of standard length with 5 Nos. copper spikes fixed on copper ball as air terminals duly threaded in copper pipe erected on provided foundation in an approved manner.
1.00
Each
119 Point wiring for light/fan/bell concealed type in min 20 mm PVC conduit with 1.5 sq.mm. FR grade copper wires with moduler type switch and required accessaries as per specification No: WG-PW/CW
63.00
Point
120 Point wiring for independent plug, concealed type in min 20 mm PVC conduit with 1.5 sq.mm FR grade copper wires with moduler type switch and socket and required accessaries as per specification No WG-PW/SW
13.00
Each
121 Wiring for plug on board with Switch socket concealed type and copper wiring, earthing and with modular accessories as per specification No: WG-PW/CW
13.00
Each
122 Supplying and erecting modular type electronic step regulator for fan two module ISI mark approved make duly erected on provided plate and box with wiring connections complete.
28.00
Each
123 Supplying and erecting modular type switch one way 16 / 20 A, ISI mark, approved make duly erected on provided plate and box with wiring connections complete with neon indicator.
7.00
Each
124 Supplying and erecting modular type 3 pin 6 / 16A multi socket with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete.
7.00
Each
125 Supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 3 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner.
7.00
Each
126 Supplying & erecting mains with 2x1.5 sq.mm.and earth wire 1.5 sqmm FRLS PVC copper wire, in rigid PVC conduit min.20mm dia as per specification No: WG-MA/PC, para no. 1.4.1
403
m
127 Supplying & erecting mains with 2x1.5 sq.mm F.R copper PVC insulated wire laid in provided conduit/trunking/inside pole/Bus bars or any other places as per specification No: WG-MA/BW - for Secondary Point Aprox 5 Mtr length per point.
225.00
m
- 30 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
128 Supplying & erecting mains with 2x4 sq.mm.and earth wire 2.5 sqmm FRLS PVC copper wire in rigid PVC conduit min.20mm dia, as per specification No: WG-MA/PC, para no. 1.4.1
118
m
129 Supplying & erecting T8 LED 20W tube light fitting (4
feet) with aluminium housing, heat sink, integrated HF
electronic driver complete( including lamp).
10.00
Each
130 Supplying and erecting Corridor/Passage light fitting (
2 feet) including 18W LED lamp, Comprises of
Extruded channel in Plastic Silver gray Color & With
same Plastic end cap on provided PVC block / wooden
board.
10.00
Each
131 Supplying and erecting square shaped CRCA / die-cast aluminium powder coated housing LED Panel light 600X600mm of PREMIUM RANGE suitable for upto 36 W with provision for plane front frame with translucent cover fixed to the housing complete. Equivalent to CG Make Cat No. LCTLR-36-FO-CDL
10.00
Each
132 Supplying and erecting LED square / circular 16 to
20W downlighter having pressure die- cast aluminimum
housing, opal translucent cover, mounting arrangement
with board for surface type or spring loaded mounting
clips for flush type complete.
20.00
Each
133 Supplying and erecting square shaped CRCA /die-cast
aluminium powder coated housing LED Panel light
(slim edge-lit) 600X600mm suitable for 36 W-40W
with provision for plane front frame with translucent
cover fixed to the housing complete.
18.00
Each
134 Supplying and erecting LED Street light fitting suitable
for 20 to 25W, with PF > 0.95 class IP 65 and above
Housing of pressure die cast alluminium alloy and heat
sink extruded alluminium complete as per specification
No FG-ODF/FLS-2
8.00
Each
135 Supplying and erecting LED street light fitting suitable
for above75 - 90W lamp, including lamp, with PF > 0.95
class IP 65 and above Housing of pressure die cast
alluminium alloy and heat sink extruded alluminium
complete per specification No. FG-ODF/FLS2
8.00
Each
136
Providing & erecting 9 m high (clear height) galvanised
OCTAGONAL pole with foundation bolts having bottom
of 155 mm A/F, top 70 mm A/F on provided foundation
as per specification No.OH-PL/OPL
8.00
Each
137
Supplying and erecting Street light bracket for erection
of Single fitting made from 40 mm. dia ‘B’ class G.I.
pipe 1.0 m in length alongwith pole cap of 300 mm
length 100 mm dia duly welded as perspecification no.
FG-BKT/BPC
8.00
Each
- 31 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
138 Supplying and erecting Five Star Rated Energy Saving Ceiling Fan 440 V A.C. 50 cycles 1200 mm complete erected in position as per specifcation no. FG-FN/CF
28.00
Each
139 Supplying & fixing Anchor type fastener Fan hook, with 2 Nos of 10 mm dia x 75 mm long with necessary materials for Ceiling Fan.
28.00
Each
140 Supplying and erecting ‘B’ grade G.I.pipe/M.S. pipe down rod duly painted for fan complete erected with PVC two core flexible cable 24/0.2 mm copper PVC wire.
28.00
Mtr
141 Supplying and erecting fresh air cum Exhaust fan of light duty 250 V A.C. 50 cycles 225mm. 1400 RPM metallic body, plastic blades, wire mesh, duly erected in an approved manner and marking Sr. No. and date of erection.
4.00
Each
142 Supplying and erecting street light Wall bracket made
from 40 mm.dia ‘B’class G.I. pipe 1.2 m in total length
complete as per specificationno. FG-BKT/WB
8.00 Each
143 Supplying, Erecting and Commissioning of Diesel generating set with alternator of 50 kVA output continuous rating, 3 Phase, 415 V, 50c/s 0.8 p. f. A.C a totally enclosed liquid cooled multi-cylinder diesel engine developing suitable BHP at 1500 rpm with 10% overload for 1 hour in 12 hours, alongwith standard accessories, self excited self regulated,screen protected alternator with static excitation system running at 1500 RPM as per IS 4722-1968 with voltage regulation +/- 5 %. Both the engine and alternator direct coupled on a common fabricated steel base frame and mounted on anti vibratring pads with standard control panel comprising meters, switchgears, indicators connected with suitable wires/cables, the complete set enclosed in composite Acoustic enclosure as fully assembled integral unit made of 16 SWG CRCA Sheet, sound absorbing material to restrict sound level upto 75 dB at 1.0 m, provided with first filling of oil, diesel etc. and obtaining necessary approval from Electrical Inspector as per specification no. GEN-DG
1.00
Set
144 3-5-1 Supplying and erecting ultra violet water purifier with softener for safe drinking water consisting of UV germicidal tube of 8W capacity choke made of copper wire and two indicator lamps with output of purified water 5 Ltr/min with activated carbon filter and softener operating on 230 V single phase A.C. supply.
2.00
Each
- 32 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
147 3-3-5 Supplying, erecting, testing and commissioning self contained water cooler 230/250 Volts 50 cycles nominal cooling capacity of 150 liters per hour and storage capacity 150 liters as per specification No. AP-WCR/WC
2.00
Each
148 Supplying & erecting On line UPS pure sine wave of 2
kVA capacity complete with standard features, along with
necessary SMF batteries for 30 mins battery backup, as
per specification No. AP-UPS
1.00
Each
149 Supplying , erecting, testing & commissioning 11kV, 630A, 21kA/3sec, 3Way Outdoor, Extensible motorised SCADA compatible RMU as per Electric Supply Co. specification consisting of 2Nos. feeder with Load Break Switch and 1No. feeder with VCB. | <2LBS +1VCB+M> as per specifiaation no. SW-HTS / RMU SCADA
1.00
Each
150 Providing transformer plinth 1.5 x 1.5 x 1.5 m in size with necessary excavation in ground at the bottom with 150 mm. thick M- 10 PCC at the bottom and top and 250 mm. thick burnt brick wall constructed at periphery and remaining hollow portion shall be filled with 60mm Hard broken aggregate, external surface duly plastered 15 mm thick including watering etc. complete.
1.00
Each
151 Providing round bottom FIRE Bucket of 9 Litres capacity as per IS : 2546 made out of 24 gauge G.I. sheet with extra handle at bottom duly painted white inside and red outside with FIRE Mark, on provided stand/ wall hook.
4.00
Each
152 Providing floor mounting stand for keeping 4 Nos. of FIRE buckets 1500mm in length, 900mm in height frame made out of 30x30x4 mm angle iron with cross supports for legs, welded with 4 hooks and duly painted with one coat of red lead and two coats of silver paint.
1.00
Each
153 Supplying standard first aid box with necessary antiseptic cream, medicine for use on wounds due burn, crepe bandage, gauge bandage, medicated ready to use bandage (Band-aid) adhesive tape for medicinal use, scissors, anti-septic solution (Savlon or simil
2.00
Each
154 Provided pair of duly tested rubber hand gloves as per IS :340715 suitable for working on 22kV supply.
2.00
Each
155 Providing printed instruction chart for treating persons suffering from electric shock, printed in English & Marathi and duly laminated.
2.00
Each
156 Supplying and erecting ABC powder type fire extinguisher as per IS : 13849 of 6 kg capacity with necessary clamp for erection on wall.
4.00
Each
- 33 -
Contractor No. of corrections Executive Engineer
Item
No.
Description
Quantity Unit
per
Rate
Amount In
Figures
In
Words
157 Supplying and Erecting approved make 63 kVA,3 phase,
50 c/s Oil immersed and naturally cooled outdoor
type, Copper wound transformer with Energy Efficieny
Level -2 , BIS Standard with delta connected. on HV side
& star connection on LV side with additional neutral
brought out on load side,Temp rise should not Exceeding
4000 C by thermometer in oil and 4500C by the resistance
in winding at full load rating, voltage rating 11/ 0.433
kV with HV tapping (with off load tap changer) Tappings
on Transformer For Off Load +5 to - 10 in Steps of 2.5%
,with standard accessories complete with Test Certificate
with losses below 340 watts at 50% load, 1140 watts at
100% load as per IS:1180 - 2014 Level II as per
specification No SS- TR.with necessary permission of
Electrical Inspector
1.00
Each
158 Supplying , erecting & terminating 3 x 120 sq mm 11 kV,
XLPE(E) armoured cable on wall/ceiling or laid in
provided trench / pipe in an approved manner as per
specification No. CB-HT
100.00
Mtr
159 Providing and erecting Heat shrinkable indoor termination kit for 11 kV ( E ) XLPE HT cable 3x120 to 185 sq. mm. with necessary material as per specification No. CB-JT/HT
4.00
Each
160 Providing and erecting Heat shrinkable Each outdoor termination kit for 11 kV ( E ) XLPE HT cable 3x120 to 185 sq. mm. with necessary material as per specification no. CB- JT/HT
1.00
Each
161 Supplying and fixing PVC Synthetic elastomer electrically insulating mat with class C insulation conforming to IS: 15652 – 2006 & CPRI tested having 3mm thickness upto 33 kV
8.00
Sq.Mtr
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 14.1]
3. Where there is a discrepancy between the rate in figure and words, the rates in word 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)]
- 34 -
Contractor No. of corrections Executive Engineer
SPECIFICATIONS
Item
No. Description
Ref to Std.
Spn. Book
Item No and
Page No
Additional
Specification
if any
1 Taking trial bores 75 to 100 mm for 53.0 to 88.9 mm core dia
over burden ( by diamond drilling machine ) such as soil of all
\sorts, soft murum,hard murum and boulders and in soft rock
including all materials such as casing pipes and accessories oil,
grease, steel, rods, and such other materials as required
(including conveying the material to site of work) . Preserving
the loose sample in glass jar and core sample serially on site of
work and conveying the same to HQ of concernring office as
directed.
a) over burden 0 to 50 meter.
_
As directed by
Engineer in
charge
3 Providing tun tappa core boxes of jungle wood of size1.25mx
0.35x 0.15m for preserving core sample with all fixtures and
fastening handles including locking arrangment etc . complete. _
As directed by
Engineer in
charge
4 Excavation for foundation in earth, soils of all types, sand,
gravel, soft murum including shoring and strutting as necessary
and disposing off excavated stuff as directed etc. complete
BR.3 Page No.
102
5 Supplying & laying trap stones weighing upto 20 Kg. for filter
layer including quarrying,conveying with all the leads & lifts
laying in required line, level, slope including necessary
equipment and machinerysuch as crane of adequate capacity and
boom length as directed etc complete, in the tidal conditions.
Spec.No.-Rd-19,Page-187; Rd-29,Page-193; Rd-27, Page-192.
[Except weight of stone specified in wording of specification]
Rd-19,Page-
197; Rd-
29,Page-193;
Rd-
27, Page-192.
6 Supplying & laying trap stones weighing upto 200 Kg. for core
layer including quarrying,conveying with all the leads & lifts
laying in required line, level, slope including necessary
equipment and machinerysuch as crane of adequate capacity and
boom length as directed etc complete, in the tidal conditions.
Spec.No.-Rd-19,Page-187; Rd-29,Page-193; Rd-27, Page-192.
[Except weight of stone specified in wording of specification]
Rd-19,Page-
197; Rd-
29,Page-193;
Rd-
27, Page-192.
7 Supplying & laying trap stones weighing 300 to 500 Kg. for sub
armour layer including quarrying,conveying with all the leads &
lifts laying in required line, level, slope including necessary
equipment and machinerysuch as crane of adequate capacity and
boom length as directed etc complete, in the tidal
conditions.Spec.No.-Rd-19,Page-187; Rd-29,Page-193; Rd-27,
Page-192.[Except weight of stone specified in wording of
specification]
Rd-19,Page-
187; Rd-
29,Page-193;
Rd-27, Page-
192.
8 Supplying & laying trap stones weighing above 1000 Kg. for
armour layer including quarrying,conveying with all the leads &
lifts laying in required line, level, slope including necessary
equipment and machinerysuch as crane of adequate capacity and
boom length as directed etc complete, in the tidal conditions.
Spec.No.-Rd-19,Page-187; Rd-29,Page-193; Rd-27, Page-192.
[Except weight of stone specified in wording of specification]
Rd-19,Page-
187; Rd-
29,Page-193;
Rd-27, Page-
192.
- 35 -
Contractor No. of corrections Executive Engineer
Item
No. Description
Ref to Std.
Spn. Book
Item No and
Page No
Additional
Specification
if any
9 Supplying & spreading geofabric filter layer of Geotextile of
Polypropylene multifilament woven to the line, evel and grade
with pore size less than 0.075 mm and permeability greater than
9.0 litre/sqm/sec. confirming specification IS:1969 and ASTM
standard including conveying to the site,joining and stitching
with proper overlap and laying at excavated surface in tidal
condition as directed by Engineer- in- charge etc complete .
As directed by Engineer -In- Charge.
_
As directed by
Engineer in
charge
10 Supplying hard murum / kankar at the road side, including
conveying and stacking etc. complete. Lead upto 50M. (initial
lead) (Includig Royalty)
MORTH 408
11 Spreading hard murum for side width etc. complete MORTH 408
12 Compacting the hard murum side widths including laying in
layers on each side with power roller including artificial watering
etc. complete.
MORTH 408
13 Construction of granular sub-base by providing close graded
Material, mixing in a mechanical mix plant at OMC, carriage of
mixed Material to work site, spreading in uniform layers with
motor grader/ Paver on prepared surface and compacting with
vibratory power roller to achieve the desired density, complete as
per clause 401 -- Plant Mix Method and Grading - III Material
MORTH 401
14 Wet Mix Macadam -- Providing, laying, spreading and
compacting graded stone aggregate to wet mix macadam
specification including premixing the Material with water at
OMC in mechanical mix plant carriage of mixed Material by
tipper to site, laying in uniform layers with paver in sub- base /
base course on well prepared surface and compacting with
vibratory roller to achieve the desired density. Laying By
Grader/Paver.
MORTH 406
15 Providing and laying in situ / ready mix / ready mix M15 cement
concrete of trap/ granite/ quartzite/ gneiss metal in foundation
including necessary centering, formwork, bailing out water,
compacting and curing etc. complete. (with fully automatic micro
processor based PLC with SCADA enabled with reversible drum
type mixer/ concrete batch mix plant (pan mixer) with natural
/artifical sand)
BR.5 Page No.
105 and
B.7,Page No.
38
- 36 -
Contractor No. of corrections Executive Engineer
Item
No. Description
Ref to Std.
Spn. Book
Item No and
Page No
Additional
Specification
if any
16 Pavement Quality Concrete--Providing and laying in-situ M40
Grade unreinforced plain cement concrete pavement over a
prepared sub base with 43 grade cement , coarse and fine
aggregate conforming to IS 383, using fine and coarse aggregates
combined gradation as per Table 600-3 of MORTH Specification
2013, mixed in a batching and mixing plant/ non tilting mixer
and Weigh batcher as per approved mix design, admixtures,
transporting to site, spreading, laying with approved make
paver,compacted and finished in a continuous operation,
finishing to lines and grades as directed by Engineer-in-charge
and curing by curing compound /by providing cement vata in
cement Mortar 1:8 @0.6m X 0.6m centre to centre, admeasuring
80 mm at bottom and 40 mm at top with depth of 75mm and
maintaining the same throughout curing period by any other
method approved by Engineer-in-charge
MORTH 602
17 Providing and laying in situ / ready mix M30 RCC of trap/
granite/ quartzite/ gneiss metal for RCC work of ballast walls,
kerbs and box returns including scaffolding, compaction,
formwork finishing and curing etc. complete. (excluding
reinforcement, with fully automatic micro processor based PLC
with SCADA enabled concrete batch mix plant / pan mixer with
Natural / VSI standard Artificial Sand)
BR.50 Page
No. 143 and B.
7,
Page No.38
18 Providing and laying Cast in situ/Ready Mix cement concrete M-
35 of trap / granite /quartzite/ gneiss metal for R.C.C. work in
foundations like raft, strip foundations, grillage and footings of
R.C.C. columns and steel stanchions etc. columns as per detailed
designs and drawing or as directed including centering,
formwork, cover blocks, laying/pumping, compaction finishing
the formed surfaces with cement mortar 1:3 of sufficient
minimum thickness to give a smooth and even surface or
roughening if special finish is to be provided and curing etc.
complete,(Excluding reinforcement and structural steel).with
fully automatic micro processor based PLC with SCADA
enabled reversible Drum Type mixer/ concrete Batch mix plant
(Pan mixer) etc. complete. With natural sand/V.S.I. quality
Artificial Sand
Bd.F.3 Page
No. 298 and
B.7,
Page No.38
19 Filling in plinth and floors with approved excavated material in
15cm. to 20cm. layers including watering and compacting etc.
complete.
Bd.A.10 Page
No. 262
20 Providing soling using 80 mm size trap metal in 15 cm. layer
including filling voids with Crushed sand/grit, ramming,
watering etc. complete.
As directed by
Engineer in
charge.
- 37 -
Contractor No. of corrections Executive Engineer
Item
No. Description
Ref to Std.
Spn. Book
Item No and
Page No
Additional
Specification
if any
21 Providing and laying Cast in situ/Ready Mix cement concrete M-
35 of trap / granite /quartzite/ gneiss metal for R.C.C. columns as
per detailed designs and drawing or as directed including
centering, formwork, cover blocks, laying/pumping, compaction
finishing the formed surfaces with cement mortar 1:3 of
sufficient minimum thickness to give a smooth and even surface
or roughening if special finish is to be provided and curing etc.
complete,(Excluding reinforcement and structural steel).with
fully automatic micro processor based PLC with SCAD
Aenabled reversible Drum Type mixer/ concrete Batch mix plant
(Pan mixer) etc. complete. With natural sand/V.S.I. quality
Artificial Sand
Bd.F.5 Page
No. 300 and
B.7,
22 Providing and laying Cast in situ/Ready Mixcement concrete M-
35 of trap / granite /quartzite/ gneiss metal for R.C.C. beams and
lintels as per detailed designs and drawings or as directed
including centering, formwork, cover blocks, laying/pumping,
compactionand roughening the surface if special finish is to be
provided and curing etc. complete. (Excluding reinforcement and
structural steel).
Bd.F.6 Page
No. 300 and
B.7, Page
No.38
with fully automatic micro processor based
PLC with SCADA enabled reversible Drum Type mixer/
concrete Batch mix plant (Pan mixer) etc. complete. With natural
sand/V.S.I. quality Artificial Sand
23 Providing and laying Cast in situ/Ready Mix cement concrete M-
35 of trap/ granite / quartzite/ gneiss metal for R.C.C. slabs and
landings as per detailed designs and drawings including
centering, formwork, cover blocks, laying/pumping,
compactionfinishing the formed surfaces with cement mortar 1:3
of sufficient minimum thickness to give a smooth and even
surface or roughening if special finish is to be provided and
curing etc. complete,(Excluding reinforcement and structural
steel). with fully automatic micro processor based PLC with
SCADA enabled reversible Drum Type mixer/ concrete Batch
mix plant (Pan mixer) etc. complete. With natural sand/V.S.I.
quality Artificial Sand
Bd.F.8 Page
No. 302 and
B.7,
Page No.38
- 38 -
Contractor No. of corrections Executive Engineer
Item
No. Description
Ref to Std.
Spn. Book
Item No and
Page No
Additional
Specification
if any
24 Providing and laying Cast in situ/Ready Mix cement
concrete in M-35 of trap / quartzite /granite /gneiss metal
for R.C.C. Waist slab, and steps of staircases as per detailed
design and drawings or as directed including steel
centering, plywood/ steel formwork, steel props,
laying/pumping, compaction, finishing uneven and
honeycombed surface with C.M. 1:3 of sufficient minimum
thickness to give a smooth and even surface or roughening
the surface if special finish is to be provided and curing etc.
complete. (Excluding einforcement, including cover
block).(Newly laid concrete shall be covered by gunny bag,
plastic, tarpaulin etc.) with fully automatic micro processor
based PLC with SCADA enabled reversible Drum Type
mixer/ concrete Batch mix plant (Pan mixer) etc. complete.
With natural sand/V.S.I. quality Artificial Sand
Bd. F. 13
Page No. 305
/I.S. 456
(2000)
25 Providing and laying in situ / ready mix controlled grade of
M35 of trap /granite /quartzite /gneiss metal for RCC works
in cut off walls / curtain walls including necessary
scaffolding, centering, compacting by vibrator, finishing
and curing etc. complete. (with fully automatic micro
processor based PLC with SCADA enabled with reversible
drum type mixer/ concrete batch mix plant (pan mixer) with
natural /artifical sand, excluding reinforcement)
_
As directed by
Engineer in
charge
26 Providing, cutting, bending, hooking, tying and laying in position
TMT FE 500 steel bars for reinforcement for all RCC works as
per detailed drawings etc. complete. BR.35 Page
No. 134
27 Providing and fixing heavy duty inter locking concrete Gray
paving blocks of 60 mm thickness of having a strength of 300
kg/Sq.cm. of approved quality and shape on a bed of crushed
sand of 25 to 30 mm thick including skirting joints and
cleaningetc. complete.
_
As directed by
Engineer
incharge
- 39 -
Contractor No. of corrections Executive Engineer
Item
No. Description
Ref to Std.
Spn. Book
Item No and
Page No
Additional
Specification
if any
28 Providing cement based water proofing treatment to terraces
(Indian water proofing or alike) with brick bats laid in required
slope to drain the water for any span after cleaning the base
surface. Applying a coat of cement slurry admixed with approved
water proofing compound and laying the brick bats on bottom
layer in C.M.1:5 admixed with approved water proofing
compound filling up to half depth of brick bats, curing this layer
for 3 days, applying cement slurry over this layer joints of brick
bats with C.M.1:3 admixed with approved water proofing
compound and finally top finishing with average 20 mm. thick
layers of same mortar added with jute fiber at 1 Kg per bag
including finishing the surface smooth with cement slurry
admixed with approved water proofing compound. Marking
finished surface with false squares of 300mm x 300 mm. making
the junctions at the parapet rounded and tapered top for required
height, with drip mould at the junction of plaster and parapet and
curing and covering 10 years Guarantee against leakproofness on
Court fee stamp paper of Rs. 500/- including ponding test etc.
complete.
_
As directed by
Engineer in
charge
29 Providing waterproof plaster in W.C. and bath 12 mm thick for
dado in cement mortar 1:3 with neat finishing, floating using
waterproofing compound at the rate of 1 kg. per bag of cement of
approved make and manufacturer and curing etc.complete.
(Excluding Tiles) (As directed by Engineer in Charge)
_
As directed by
Engineer in
charge
30 Providing internal cement plaster 6 mm thick in a single coat in
cement mortar 1:3 without neeru finish to concrete surface in all
positions including scaffolding and curing etc. complete. Bd.L.1 Page
No. 367
31 Providing sand faced plaster externally in cement mortar using
approved screened sand, in all positions including base coat of 15
mm thick in cement mortar 1:4 using waterproofing compound at
1 kg per cement bag curing the same for not less than 2 days and
keeping the surface of the base coat rough to receive the sand
faced treatment 6 to 8 mm thick in cement mortar 1:4 finishing
the surface by taking out grains and curing for fourteen days
scaffolding etc.complete.
Bd.L.7 Page
No. 369
32 Providing and laying machine cut machine polished machine cut
Kota stone slabs 18 to 20 mm thick for skirting, with rounded
nosing for the treads on a bed of 1:4 cement mortar including
cement float, filling joints with neat cement slurry, curing,
polishing and cleaning etc. complete.
Bd.M.22 Page
No. 390
33 Providing and laying vitrified mirror / glossy finish tiles
decorative type having size 590 mm to 605 mm x 590 mm to 605
mm of 8 to 10 mm thickness and confirming to IS. 15622- 2006 (
group Bla) of approved make, shade and pattern for flooring in
required position laid on a bed of 1:4 cement mortar including
neat cement float, filling joints, curing and clearing etc.
complete. a) Flooring
Bd.M. 12 Page
No.385
- 40 -
Contractor No. of corrections Executive Engineer
Item
No. Description
Ref to Std.
Spn. Book
Item No and
Page No
Additional
Specification
if any
34 Providing and laying Antiskid Ceramic tiles of approved quality
of size 30 cm x 30 cm and confirming to IS 15622-2006 (Group-
B IIA) for antiskid flooring in required position laid on a bed of
1:4 cement mortar including cement float, filling joint with
cement slurry cleaning curing etc. complete.
Bd. M-12 page
No. 385
35 Providing and applying white-wash in two coats on old / new
plastered or masonry surfaces and asbestos cement sheets
including scaffolding and preparing the surface by brushing and
brooming down etc. complete.
Bd. P. I Page
No. 411
36 Providing and applying plastic emulsion paint of approved
quality, colour and shade to new surface in three coats including
scaffolding, preparing the surface. (excluding primer coat) etc.
complete.
Bd.P.6 Page
No. 414
Preapproval of
Superintending
Engineer
37 Providing and applying two coats of exterior acraylic emulsion
paint confirming to corresponding I.S. of approved manufacture
and of approved colour to the plastered surfaces including
cleaning ,preparing the plaster surface, applying primer coat
,scaffolding if necessary , and watering the surface for two days
etc complete.
_
As directed by
Engineer in
charge
38 Providing and fixing in position, Double shuttered aluminium
extruded powder coated openable door of specified size with
aluminium door frame of powder coated section 101.60 x
44.75mm , 3.18 mm thick and shutter comprising of powder
coated section having bottom and lock rail of size 150 mm x 44.5
mm x 3.00 mm thick top rails 47.62 x 44.45 mm x 3.00 mm thick
, vertical style 47.62 x 44.45 mm, 3.00 mm thick and for shutter
plain glass panes 5 mm thick for top panels and 12mm
_
As directed by
Engineer
incharge
39 Providing and fixing rolling shutter fabricated from steel laths of
minimum thickness 0.9 mm with lock plate of 3.15 mm thickness
reinforced with 35 x 35 x 5 mm angle section fitted with sliding
bolts and handles for both sides, deep M.S. channel section of
depth and thickness not less than 65 mm and 3.15 mm
respectively with hold fast arrangements, M.S. Bracket plate 300
x 300 x 3.15 mm minimum size and shape with square bar,
suspension shaft of minimum 32 mm diameter, hood cover of
M.S. sheet not less than 0.9 mm thickness and of any size at top
BD-T-55
Page No. 510
and safety devices including mechanical gear operation
arrangement consisting of worm gear wheels and worms of high
grade cast iron or mild steel and one coat of red lead primer etc.
complete. (I.S. 62481979) (With mechanical gear)
- 41 -
Contractor No. of corrections Executive Engineer
Item
No. Description
Ref to Std.
Spn. Book
Item No and
Page No
Additional
Specification
if any
40 Providing and fixing 34 mm thick moulded door shutter
consisting of solid core single leaf flush door of 30 mm thickness
lipped with 15 mm ( 5mm x 3) thick x 30 mm width on one style
and top rail and 10 mm (5mm x 2) thick x 30 mm width on other
style and bottom rails. The inner panels laminated with 2 mm
thick termite proof, water proof and fire resistant moulded PVC
sheet with 2,4,6 design in different plain and /or prelim colours
on one side after routing the moulded design on flush doors and 2
mm plain and /or pre lam PVC on other side using rubber
adhesive on flush door and solvent cement adhesive on the PVC
lipping etc. as per direction of Engineer in charge and
manufacturers specification and drawing etc. complete.
_
As directed by
Engineer in
charge
41 Providing and fixing Country cut teak wood partly veneered and
partly glazed partition with 75 mm x 50 mm frame at 60 cm
center and 9 mm thick commercial ply on both sides, decorative
veneer of 4 mm thick and plain glass 5 mm thick, including
French polishing etc. complete
_
As directed by
Engineer in
charge
42 Providing and fixing in position (as per 1868 / 1982) Alluminium
sliding window of three tracks with rectangular pipe 95 x 38.10 x
0.90 mm at weight 0.637 kg/Rmt. with window frame bottom
track section 92 x 31.75 x 1.30 mm at weight 1.070 kg/Rmt.. Top
and side track section 92 x 31.75 x 1.30 mm at weight 0.933
kg/Rmt. The shutter should be of bearing bottom 40 x 18 x 1.25
mm at weight 0.417 kg/Rmt. Inter locking section 40 x 18 x 1.10
mm at weight 0.469 kg/Rmt. and handle and top section 40 x 18
x 1.25 mm at weight o.417 kg/Rmt. As per detailed drawings and
as directed by Engineerincharge with all necessary Aluminium
sections fixtures and fastenings such as roller bearing in nylon
casting and self locking catch fitted in vertical section of shutter
including 5 mm thick plain glass and aluminium mosquito net
shutter with stainless steel jail with all required screws and nuts
etc, complete. With colour Anodising with box.
_
As directed by
Engineer in
charge
43 Providing and fixing in position powder coated aluminium
louvered windows / ventilator of various sizes with powder
coating as per detailed drawing and specifications including
aluminium frames 80 x 38 mm x 1.22 mm box type, 5 mm thick
sheet glass louvers, of approved quality etc. complete.
_
As directed by
Engineer
incharge
44 Providing and fixing on walls/ ceiling/ floors, 50 mm dia heavy
grade having embossed as ISI Mark galvanised iron pipes weight
of 6.33 Kg/meter with necessary fittings.and remaking good the
demolished portion and primer of anti corrossive oil paint 2 coats
Including necessary scaffolding and removing existing pipe line
if necessary and conveying and stacking the same in PWD
chowky or as directed etc. complete.
Bd.V.5Page
No. 551
45 Providing, laying and fixing P.V.C. pipe of 32mm dia. with
fittings such as bends, tees, reducers, clamps, etc. including
necessary excavation, trench filling etc. complete. Including
removing existing pipe line if necessary and conveying and
stacking the same in PWD chowky or as directed etc. complete.
_
As directed by
Engineer in
charge
- 42 -
Contractor No. of corrections Executive Engineer
Item
No. Description
Ref to Std.
Spn. Book
Item No and
Page No
Additional
Specification
if any
46 Providing and fixing White Glazed Earthenware full stall type
Urinal with P.V.C. flushing cistern of 5 liters capacity with
fitting, inlet pipes and stop tap, brackets for fixing the cistern, 32
mm dia. P.V.C flush pipe with fittings and flushing arrangement
including lead soil pipe, lead trap, soil pipe connectionup to the
outside face of the wall
Bd.V.23 Page
No. 562
47 Providing and fixing white glazed earthenware Wash Hand Basin
of 63cm x 45cm size including cold water pillar tap/cold and hot
water pillar tap brackets, rubber plugs and brass chain, stop tap
and necessary pipe connection including P.V.C. waste pipe and
trap up to the outside face of the wall. Making good the damaged
surface, testing etc. complete
Bd.V.30 Page
No. 565
48 Providing and fixing 10 cm PVC nahani trap with grating etc.
complete. BD.V 32 A
page 551
As directed by
Engineer in
charge
49 Providing and laying for 150 mm dia salt glazed stoneware pipe
including fittings Such as bends, tees, single junction, double
junctions laying, jointing (including excavation and refilling the
trenches) complete.
Bd.V.39, Page
No. 573
50 Providing and fixing 100 mm dia stabiliser pipe/ P.V.C. soil
vent/waste pipe and with necessary fixtures and fitting such as
bends, tees, single junctions, slotted vent, clamps etc. complete. _
As directed by
Engineer in
charge
51 Providing and laying concrete pipes of I.S.NP. class of 150mm
diameter in proper line, level and slope including necessary
collars, excavation, laying, fixing with collars in cement mortar
1:1 and refilling the trench complete.
Bd.V.41, Page
No. 573
52 Providing and laying concrete pipes of I.S.NP. class of 300mm
diameter in proper line, level and slope including necessary
collars, excavation, laying, fixing with collars in cement mortar
1:1 and refilling the trench complete.
Bd.V.41, Page
No. 573
53 Providing and constructing Brick Masonry Inspection Chamber
60cm x 45cm x 90cm including 1:4:8 cement concrete
foundation 1:2:4 cement concrete channels half round G.S.W.
pipes, Brick Masonry, plastering from inside and airtight C. I.
cover of 75 kg with lid and frame fixed in cement concrete.
Bd.V.43, Page
No. 574
54 Providing and constructing Brick Masonry Inspection Chamber
90cm x 45cm x 90cm including 1:4:8 cement concrete
foundation 1:2:4 cement concrete channels half round
G.S.W.pipes, Brick Masonry, plastering from inside and C.I. lid
cover of 75 kg with lid and frame fixed in cement concrete.
Bd.V.43 Page
No. 574
55 Providing and fixing reinforced cement concrete cover of
size 60 cm x 45 cm with frame over inspection chamber etc.
complete.Medium duty (100 kg) _
As directed by
Engineer in
charge
- 43 -
Contractor No. of corrections Executive Engineer
Item
No. Description
Ref to Std.
Spn. Book
Item No and
Page No
Additional
Specification
if any
56 Providing and applying gypsum plaster ( with Gypsum material
of Gypsum India / Mega Sign or equivalent make ) with finishing
with gypsum material in 10 to 13 millimeter thickness to
previously plastered surface / or on newly brick surface (
Excluding rough cast plaster ) in all position including preparing
and Finishing the surface scaffolding etc.complete.
_
As directed by
Engineer in
charge
57 Providing and fixing H.D.P container Syntex or alike one
piece moulded water tank made out of low density
polythyler and built corrugation including of delivery up to
destination hoisting and fixing of accessories such as inlet,
outlet overflow of all tanks capacity above 1000 to 20,000
litres
_
As directed by
Engineer in
charge
58 Providing and fixing 20 to 25 mm thick rough shahabad box type
waterproofing for basement or underground floor on a base of
Cement concrete 1:3:6, including sub base of 2.50 centimeter
thick Cement mortar 1:3 with conceal, secrete (RMW), Algae
proof or other alike waterproofing liquids, raking of joints upto
35 mm depth, filling the joints with 6 mm size crushed metal,
hand grouting with cement slurry, curing and cleaning, with 7
years guarantee on court fee stamp of Rs. 100/- with ponding test
etc complete. (excluding Cement concrete 1:3:6 base concrete )
Bd.J.2 Page
No. 355
- 44 -
Contractor No. of corrections Executive Engineer
SECTION – 8
SECURITIES AND OTHER FORMS
- 45 -
Contractor No. of corrections Executive Engineer
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 he 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.
2 To be used only if the contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the “
Instructions to Bidders”.
- 46 -
Contractor No. of corrections Executive Engineer
Issue of Notice to proceed with the work
(Letter head paper 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
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)
- 47 -
Contractor No. of corrections Executive Engineer
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 ______________________________________________
- 48 -
Contractor No. of corrections Executive Engineer
UNDERTAKING
[Bid Validity Form]
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
- 49 -
Contractor No. of corrections Executive Engineer
SECTION – 9
DRAWINGS
- 50 -
Contractor No. of corrections Executive Engineer
SECTION – 10
DOCUMENTS TO BE FURNISHED BY THE BIDDER
(Attached)
- 51 -
Contractor No. of corrections Executive Engineer
* END OF THE TENDER DOCUMNET *