131
1 Contractor Dy.Executive Engineer Executive Engineer GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, AMRAVATI PUBLIC WORKS CIRCLE, YAVATMAL PUBLIC WORKS DIVISION, PANDHARKAWDA STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : COMPLETE BIDDING DOCUMENT NAME OF WORK : CONSTRUCTION OF COURT BUILDING AT PANDHARKAWDA, TQ. KELAPUR DISTT. YAVATMAL BID VALUE :- Rs. 15,24,53,984/- Bid Security (E.M.D.)VALUE :- Rs. 7,63,000/- E-Tender Notice No. 18 / 2018-19 Work No.01 E-Tender No. 79667 Tender I D No. 2018 ...............

STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

  • Upload
    others

  • View
    12

  • Download
    1

Embed Size (px)

Citation preview

Page 1: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

1

Contractor Dy.Executive Engineer Executive Engineer

GOVERNMENT OF MAHARASHTRA

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS REGION, AMRAVATI

PUBLIC WORKS CIRCLE, YAVATMAL

PUBLIC WORKS DIVISION, PANDHARKAWDA

STANDARD BIDDING DOCUMENT

PROCUREMENT OF

CIVIL WORKS

ITEM RATE TENDER

PART-I : COMPLETE BIDDING DOCUMENT

NAME OF WORK : CONSTRUCTION OF COURT BUILDING AT PANDHARKAWDA, TQ.

KELAPUR DISTT. YAVATMAL

BID VALUE :- Rs. 15,24,53,984/-

Bid Security (E.M.D.)VALUE :- Rs. 7,63,000/-

E-Tender Notice No. 18 / 2018-19 Work No.01 E-Tender No. 79667

Tender I D No. 2018 ...............

Page 2: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

2

Contractor Dy.Executive Engineer Executive Engineer

Page 3: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

3

Contractor Dy.Executive Engineer Executive Engineer

GOVERNMENT OF MAHARASHTRA

PUBLIC WORKS DEPARTMENT PROJECT

AGREEMENT NO---------------

Name of work : CONSTRUCTION OF COURT BUILDING AT PANDHARKAWDA, TQ. KELAPUR DISTT. YAVATMAL

Period of download of bidding

document online

: As per e-tender schedule uploaded on e-portal

http://pwd.maharashtra.etenders.in

Time and date of pre-bid conference : As per e-tender schedule uploaded on e-portal

http://pwd.maharashtra.etenders.in

Last date and time for receipt of online

bids (bid due date)

: As per e-tender schedule uploaded on e-portal

http://pwd.maharashtra.etenders.in

Date & time of submission of bid

security and cost of tender fee

document in original

As per e-tender schedule uploaded on e-portal

http://pwd.maharashtra.etenders.in

Time, date of opening technical bids : As per e-tender schedule uploaded on e-portal

http://pwd.maharashtra.etenders.in

Time, date of opening financial bids : As per e-tender schedule uploaded on e-portal

http://pwd.maharashtra.etenders.in

Place of opening of technical bids As per e-tender schedule uploaded on e-portal

http://pwd.maharashtra.etenders.in

Officer inviting bids Executive Engineer ,

Public Works Division Pandharkawda

Page 4: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

4

Contractor Dy.Executive Engineer Executive Engineer

INVITATIONS FOR BIDS (IFB)

Page 5: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

5

Contractor Dy.Executive Engineer Executive Engineer

�� .���.���� ���� �� �� � .����� -2017/�.�.8/������ -2 � ���! 12 ���" ,2017 �$% -1

�ह���'( ���� !���!��� )������

����*��! ���+!�� ���� $��,�!�-� ���./ !��0"�,

$1� :- ����*��! ���+!�� $����, $��,�!�-� 3-�/" $1� :- [email protected] A�B���/CDE� ����!:- � ������ ��� �. 18 / SBD / �� 2018-19 !���!��� )������, ����*��! ���+!�� ���� $��,�!�-� ���./ ��C� � �ह���'( �����F�� ����*��! ���+!�� G�H��!-A� _________ �0��" �J �!K � !� %�� ����!-A�/)�J �!K � !� %�� ����!-A� G�"�" !���!���� �-2, (M��� �/� ���� �) ��OP����" ���� � 3-���� � � �"�Q��/ (R�"�3�) ���� � ����� Mह/�. ���� � !� $% �����F�� ��!/ �STU��� http:// pwd.maharashtra.etenders.in �/�A� -�Y�"Z- !�[��� ����. ��/. ���� � \S�!��[��.� )T�� ��!��[��.� )�+!�� !���!��� )������ ����*��! ���+!�� ���� $��,�!�-� ����� ��GA� ]/�"� Mह/. )� )�"/"� ���� � \S�!��"� *� �� ��ह�. !���./ ��� :- CONSTRUCTION OF COURT BUILDING AT PANDHARKAWDA, TQ.

KELAPUR DISTT. YAVATMAL )� ��*� ^!�� :- ���� 15,24,53,984/- 3-���� � _$"`+ !�"��+� :- As per e-tender schedule uploaded on e-portal http://pwd.maharashtra.etenders.in

���� �$A�� �a]! :- ��. 23.10.2018 �a]!�./ �]!� :- !� "�#�$%�, ���&'��( ��$)(� *����+( ��#�,, )������ ��- :- 2.00 ��'%� 3-���� � _घ- / :- As per e-tender schedule uploaded on e-portal http://pwd.maharashtra.etenders.in ]�!� :- ")/0( "�#�$%�, ���&'��( ��$)(� $1- ��% �- ���./ !��0"� G�"�" ��!/ �STU��� 3-���� �.� ��� ���ह�� _$"`+ Mह/. 1. http://mahapwd.com 2. http:// pwd.maharashtra.etenders.in (� � ���� /�A.�/�B�/ !�ह� � " हZ� )�c��� ���" �/���3����� !U��[��� �/3".) 3. !���!��� )������, ���&'��( ��$)(� ��#�, $��,�!�-� !��0"����" �A.�� C"! �@� -������ A�� ������ �B�% "ह&%� D��E��% Fल/ Fह�. (Post qualification criteria ) *�.� 4576 /���"/� . 27.09.2018 !���!��� )������ ���./ !��0"�, ���&'��( ��$)(� ��#�, $��,�!�-� (��&(�O/ "�#�$%�, ���&'��( ��$)(� ��#�, $��,�!�-�

Page 6: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

6

Contractor Dy.Executive Engineer Executive Engineer

GOVERNMENT OF MAHARASHTRA

PUBLIC WORKS DEPARTMENT

PUBLIC WORKS REGION AMRAVATI

PUBLIC WORKS CIRCLE, YAVATMAL

PUBLIC WORKS DIVISON, PANDHARKAWDA

INVITATIONS FOR BIDS (IFB)

NATIONAL COMPETITIVE BIDDING

The Executive Engineer, PUBLIC WORKS DIVISON, PANDHARKAWDA

invites online bids for the construction of work detailed in the table.

TABLE

Sr.

No.

Name of Work Approximate

value of work

( Rs. )

Bid

Security

( Rs.)

Cost of

docum

ents

( Rs.)

Period of

Completion

1 3 4 5 6 7

01 CONSTRUCTION OF COURT

BUILDING AT

PANDHARKAWDA, TQ.

KELAPUR DISTT.

YAVATMAL

15,24,53,984/- 7,63,000/- 5,700/- 24 (Twenty

Four) Calendar

months

including

monsoon.

1. The Tender can be downloaded as per e-tendering schedule up to …..am/pm of –

dated……, on payment of a non – refundable fee of Rs.5700/- (Rupees Five Thousands

Seven Hundred only) online via NEFT/RTGS payment gateway mode only at the time

of download of the Tender.

2. The Proposals must be submitted online at the e – tender portal of the Public Works Department, Government of Maharashtra i.e. www.mahatenders.gov.in on or before as

per e-tendering schedule

3. Before submitting the proposal, the bidders shall mandatorily register and enlist

themselves (the firm and all key personnel), on www.mahatenders.gov.in. Further, the

bidders shall follow the operating procedure as may be prescribed on the said website.

Sr.No Approximate value of work Bid Security

1 Upto Rs.20 Crore 2% (Subject to a maximum of

Rs.30 Lakh)

2 Rs.20 Crore to Rs.50 Crore 1.50% (Subject to a maximum of

Rs.50 Lakh)

3 Above Rs.50 Crore 1%

Note:- Bid security will be fixed sum rounded off to the nearest ten thousand

rupees. Note :- Bid Security / Performance Security / Additional Performance Security shall be

submitted from the Tenderer's Bank Account only, otherwise the tender / agreement will be

liable for rejection at any stage.

Page 7: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

7

Contractor Dy.Executive Engineer Executive Engineer

SECTION 1 – INSTRUCTIONS TO BIDDERS (ITB)

Table of Clauses

Page No. Page No.

A. General D. Submission of Bids

1. Scope of Bid 19. Sealing and Marking of Bids

2. Sources of Funds

20. Deadline for Submission of Bids

3. Eligible Bidders

21. Late Bids

4. Qualification of the Bidder

22. Modification and Withdrawal of

Bids

5. One Bid per Bidder

6. Cost of Bidding

7. Site Visit

E. Bid Opening and Evaluation

23. Bid Opening

B. Bidding Documents 24. Process to be Confidential

8. Content of Bidding

Documents

25. Clarification of Financial Bids

26. Examination of Bids and

Determination of Responsiveness

9. Clarification of Bidding

Documents

27. Correction of Errors

10. Amendment of Bidding

Documents

28. Deleted

29. Evaluation and Comparison of

Financial Bids

C. Preparation of Bids 30. Deleted

11. Language of Bid

F. Award of Contract

12. Documents Comprising the Bid

31. Award Criteria

13. Bid Prices

32. Employer’s Right to Accept any

Bid and to Reject any or all Bids

14. Currencies of Bid and Payment

15 Bid Validity

33. Notification of Award and Signing

of Agreement

16 Bid Security

17. Alternative Proposals by

Bidders

34. Performance Security / Additional

Performance Security

35. Advance Payment and Security

18. Format and Signing of Bid

36. Dispute Review Expert

37. Corrupt or Fraudulent Practices

Page 8: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

8

Contractor Dy.Executive Engineer Executive Engineer

A. GENERAL

1. Scope of Bid

1.1 The Employer (named in Appendix to ITB) invites bids for the constructions of works (as defined in

these documents and referred to as “the works”) detailed in the table given in IFB. The bidders may

submit bids for any or all of the works detailed in the table given in IFB.

1.2 The successful bidder will be expected to complete the works by the intended completion date

specified in the Contract data.

1.3 Throughout these bidding documents, the terms ‘bid’ and ‘tender’ and their derivatives

(bidder/tenderer, bid/tender, bidding/tendering etc.) are synonymous.

2. Sources of Funds

2.1 The expenditure on this project will be met from the budget of Govt. of Maharashtra.

3. Eligible Bidders

3.1 This invitation for Bids is open to all bidders.

3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that

the Bidder is neither associated, nor has been associated, directly or indirectly, with the Consultant

or any other entity that has prepared the design, specification, and other documents for the Project or

being proposed as Project Manager for the Contract. A firm that has been engaged by the Employer

to provide consulting services for the preparation of supervision of the works, and any of its

affiliates, shall not be eligible to bid.

4. Qualification of the Bidder

4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary

description of the proposed work method and schedule, including drawings and charts, as necessary.

The proposed methodology should include programme of construction backed with equipment

planning and deployment duly supported with broad calculations and quality assurance procedures

proposed to be adopted justifying their capability of execution and completion of work as per

technical specifications, within stipulated period of completion.

4.2 All bidders shall include the following information and documents with their bids in Section 2.

(a) Copies of original documents defining the constitution or legal status, place of registration

under partnership or companies Act and principal place of business, written power of attorney

of the signatory of the Bid to commit the Bidder ;

(b) Total monetary value of construction work performed for each of the last Five years ;

(c) Experience in works of a similar nature and size for each of the last Five years and details

of works underway or contractually committed and clients who may be contacted for

further information on those contracts ;

(d) Major items of construction equipment proposed to carry out the Contract.

(e) Qualifications and experience of key site management and technical personnel proposed for

contract;

(f) Reports on the financial standing of the Bidder, such as profit and loss statements and

auditor’s reports for the past Five years ;

(g) Evidence of access to line(s) of credit and availability of other financial resources facilities

(10% of contract value) certified by the Bankers. (Not more than 3 months old)(To be

deleted for works costing less than Rs. 5 Crores);

(h) Undertaking that the bidder will be able to invest a minimum cash upto 25% of contract

value of work during implementation of work ;

(i) Authority to seek references from the Bidder’s bankers ;

(j) Information regarding any litigation, current or during the last Five years, in which the

Bidder is involved, the parties cocerned and disputed amount ;

(k) Proposals for subcontracting components of the Works amounting to more than 10 percent

of the Bid Price (for each, the qualifications and experience of the identified sub contractor

in the relevant field should be annexed); and

Page 9: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

9

Contractor Dy.Executive Engineer Executive Engineer

(l) The proposed methodology and programme of construction, backed with equipment

planning and deployment, duly supported with broad calculations and quality control

procedures proposed to be adopted, justifying their capability of execution and completion

of the work as per technical specifications within the stipulated period of completion as per

milestones.(To be deleted for works less than Rs.1.50 Crore)(to be made applicable for

works over Rs.1.50 Crore).

4.3 Bids from Joint ventures are acceptable

Joint Venture :- The copy of Pre Registered consortiums issued by Registrar Firm or or

Acknowledgement of the submission of the Notarized Joint Venture Deed to the office of Registrar

of Firms for registration shall be enclosed with the tender in Envelope No. 1. The copy of

Registration of J. V. shall be submitted prior to the work order, otherwise Earnest Money of

concerned J. V. will be forfeited to the Govt. & work order will not be awarded.

(1) Two or more contractors combine and tender for a work costing to the amounts upto

which each individual contractor or the higher of two limits if they are of different categories are

empowered to tender.

The combination is of the contractor as a whole and not individual partners and.

(i) They draw a registered partnership deed and submit a copy thereof to the authority at the

time of purchase of the tender forms. Whenever the advantage of such combination of two or more

contractors is to be taken for quoting for a work, the registered partnership deed should be

irrevocable till the completion of work for which they have combined and till all the liabilities there

of are liquidated. The share of contractor of higher financial capacity should not be less than 51%

Further, the percentage share of the contractor of the lower financial capacity in such a partnership /

combination should not be less than 30%.

For financial capacity, Average Annual Turn Over C. A. Certificate of last five years shall

be considered.

The lead partners shall meet not less than 51% of all qualifying criteria like annual

turnover, single work, execution quantities and Bid capacity etc. The Joint Venture must collectively

satisfy 100% criteria of qualifying criteria above. The experience of the other Joint partner shall be

considered only if it is not less than 30% of the qualifying criteria as mentioned in the qualifying

criteria like Annual Turn Over, Single Work, Execution of Quantities, Bid Capacity etc.

(ii) Grouping of quantities of items, plant and machineries of individual contractors

executing joint venture will be considered.

(2) Bid Security, Additional Performance security in individual capacity of lead partner will

be accepted in case of joint venture. Security Deposit in form of Bank guarantees'/FDR issued in the

name of Joint Venture Company drawn by the Schedule Bank having branches in Maharashtra and

endorsed in the name of concerned Executive Engineer, for a period of one year only be considered.

4.4A. To qualify for award of the contract, each bidder in its name should have in the last Five

years as referred to in Appendix.

(a) Achieved a minimum annual financial turnover (in all classes of civil engineering construction

works only) of Rs. 571.70 Lakhs in any one year during last Five years (i.e. 2013-14, 2014-15,

2015-16, 2016-17, 2017-18) at price level 2018-19 (usually not less than 75 % of the annual cost of

the project under the contract); (Amount also indicated in Appendix)

(b) Satisfactorily completed (not less than 50% of contract value), during the last Five years (i.e 2013-

14, 2014-15, 2015-16, 2016-17, 2017-18) as a prime contractor (or as a nominated subcontractor,

where the subcontract involved execution of "all main items of work described in the bid document,

provided further that all other qualification criteria are satisfied) at least one similar work not less

than value of Rs. 457.36Lakhs (Amount also indicated in Appendix) (usually not less than 30% of

estimated value of contract);

(c) Executed in anyone year, during the last Five years (i.e. 2013-14, 2014-15, 2015-16, 2016-17, 2017-

18) the minimum quantities of the following items of work. (Amount also indicated in Appendix)

1) Excavation - 3021.00 cum

2) C.C.M-20 & above - 1347.00 Cum

3) Brick masonry - 610.00 Cum

4) TMT FE 500 - 150.00 M.T.

5) Plastering - 6250.00 sqm

6) Flooring - 3108.00 sqm

Page 10: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

10

Contractor Dy.Executive Engineer Executive Engineer

(Usually 30% of the expected peak rate of construction)

(d) The contractor or his identified sub-contractor should possess required valid electrical

license for executing the building electrification works upto Rs.15 lakh and should

have executed similar electrical works for a minimum amount as indicated in

Appendix in anyone year. (Delete if not applicable)

(e) The contractor or his identified sub-contractor should possess required valid license

for executing the water supply/sanitary engineering works upto Rs.7.5 lakh and

should have executed similar water supply/sanitary engineering works for a minimum

amount as indicated in Appendix in anyone year. (Delete if not applicable)

For (a) above, the tenderer shall provide authenticated proof of information given

therein. This shall include a certificate from the Chartered Accountant.

For (b) and (c) above, the criteria mentioned is for works carried out in Govt./

Semi Govt. Bodies such as MHADA,MSEDCL,MIDC,CIDCO.

For other than Govt./ Semi Govt.works the criteria of amount of Single Similar

Work and Quantities above shall be doubled of the mentioned above.

Certificates are required to be obtained from the officers not below the rank of the Executive

Engineer (for works carried out in Govt./ Semi Govt. Bodies such as

MHADA,MSEDCL,MIDC,CIDCO) or equivalent competent authority in case of local

bodies.

In case of other than Govt./Semi Govt./PSU's/Autonomous Bodies etc. certificates are

required to be obtained from Director /CEO/ or Office in Charge of Project or equivalent.

Page 11: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

11

Contractor Dy.Executive Engineer Executive Engineer

ANNEXURE-I

List of Key Plant &Equipment to be deployed on Contract Work

[Reference Cl. 4.5 (B) (a)]

4.4 B (a) Each bidder should further demonstrate:

Availability (either owned or leased or by procurement against mobilization

advances) of the following key and critical equipment for this work:

Sr

No.

Name of the equipment Quantity Own / Hire /

Lease/Undertaking

1 Reversible Drum Type Concrete Mixer having Minimum Capacity 7-9

cum per hour with integral weigh batcher and computerized control with

automated water dispensing arrangement of any standard company with

SCADA arrangement /RM-800/RM-1050/ Ready Mix batching Plant

1 Own

2

3

Plate Vibrator

Needle Vibrator

1

2

Own/Hire

Own/Hire

4 Vibratory Roller 1 Own/Hire

5 Water Tanker 1 Own/Hire

6 Sand Screening cum Washing Unit of minimum 4 - 6 cum / hr

capacity.

1 Own/Hire

1. For effective execution of work the machinery as mentioned at Sr. No.1 above must be

owned by the tenderer.

2. The tenderer who already has ownership of above stated at Sr. No.1 machinery shall

upload following scanned copies of the original documents in the Technical Bid.

i) Purchase Voucher, Receipts / ownership documents, Tax Invoice.

ii) Registered (Stamp Duty Paid)Sale Deed & Receipt of the Original owner, (If

purchased old machinery/ Second Sale).

3. The tenderers who do not have the ownership of above stated at Sr. No.1

machinery but intends to purchase then he shall upload following scanned copies of

the original documents in the Technical Bid.

i) The necessary "Firm Purchase Order" placed on reputed manufacturer with

payment not below 25% of the cost of the said plant / machinery along with

the Proforma Invoice.

ii) For machinery at Sr. No.1 only - the tenderer shall furnish Assured

Performance Security of Rs. 5.00 lakhs in the form of FDR/TDR in the

name of the said Executive Engineer, payable at his office headquarter for the

"Trial Run" and Commissioning of the machinery at Sr. No.1. Copies of the

Firm Order / Proforma Invoice /FDR/TDR shall be uploaded .

4. The tenderer shall submit an undertaking in Technical Bid, that he will make available

all the other required machinery like, Air Compressor/Excavator/Front End

Loaders/ Truck / Tippers etc. on the work site as and when required by the Engineer

Incharge.

5. The successful tenderer shall give trial run of machinery as mentioned at Sr. No.1

within 30 Days from the date of work order.

Note :- the tenderer who owns abovestated machinery as mentioned at Sr. No.1 of the required

capacity and such plant is located and installed within 25 kms. from the farthest point of the

work site and is in working condition then such tenderer need not to furnish Assured

Performance Security for the trial run and commissioning.

The bidders should, however, undertake their own studies and furnish with their bid, a

detailed construction planning and methodology supported with layout and necessary

drawings and calculations (detailed) as stated in clause 4.3 above to allow the employer to

review their proposals. The numbers, types and capacities of each plant/equipment shall be

shown in the proposals along with the cycle time for each operation for the given

production capacity to match the requirements.

Page 12: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

12

Contractor Dy.Executive Engineer Executive Engineer

Reversible Drum Type Concrete Mixer having Minimum Capacity 7-9 cum per hour with

integral weigh batcher and computerized control with automated water dispensing arrangement

of any standard company with SCADA arrangement /RM-800/RM-1050/ Ready Mix batching

Plant

B. Each bidder should further demonstrate:

(a) availability (either owned or leased) of the following key and critical equipment for this work:

NOTE: (To be deleted for works upto Rs. 1.50Crore, above Rs. 1.50 Crore applicable )

Based on the studies, carried out by the Engineer the minimum suggested major equipment to attain

the completion of works in accordance with the prescribed construction schedule are shown in the

Annexure-I.

The bidders should, however, undertake their own studies and furnish with their bid, a detailed

construction planning and methodology supported with layout and necessary drawings and

calculations (detailed) as stated in clause 4.3 (1) above to allow the employer to review their

proposals. The numbers, types and capacities of each plant/equipment shall be shown in the

proposals along with the cycle time for each operation for the given production capacity to match the

requirements.

(b) availability for this work of personnel with adequate experience as required; as per Annexure-II.

(c) liquid assets and/or availability of credit facilities of no less than amount indicated in Appendix

(Credit lines / letter of credit / certificates from Banks for meeting the funds requirement etc. -

usually the equivalent of the estimated cash flow for 3 months in peak construction period.)(for

works above Rs.1.50 Crores)

C. To qualify for a package of contracts made up of this and other contracts for which bids are invited

in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the aggregate

of the qualifying criteria for the individual contracts.

4.5Sub-contractors' experience and resources shall not 'be taken into account in determining thebidder's

compliance with the qualifying criteria except to the extent stated in 4.5 (A) above.

4.6Bidders who meet the minimum qualification criteria will be qualified only iftheir availablebid

capacity is more than the total bid value. The available bid capacity will be calculated as under:

Assessed Available Bid capacity = ( A*N*2 - B )

where

A = Maximum value of civil engineering works executed in anyone year during the last Five

years (updated to the price level of the year indicated in Appendix) taking into account the

completed as well as works in progress.

N = Number of years prescribed for completion of the works for which bids are invited.

B = Value (updated to the price level of the year indicated in Appendix) of existing commitments

and on-going works to be completed during the next Two Year (24 Months) (period of

completion of the works for which bids are invited)

Note: The statements showing the value of existing commitments and on-going works as well

as the stipulated period of completion remaining for each of the works listed should be

countersigned by the Engineer in charge, not below the rank of an Executive Engineer

or equivalent.

Page 13: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

13

Contractor Dy.Executive Engineer Executive Engineer

4.7 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they

have:

- made misleading or false representations in the forms, statements and attachments submitted in

proof of the qualification requirements; and/or

- record of poor performance such as abandoning the works, not properly completing the contract,

inordinate delaysin completion, litigation history, or financial failures etc.; and/or

- participated in the previous bidding for the same work and had quoted unreasonably high bid

prices and could not furnish rational justification to the employer.

5.0 One Bid per Bidder

5.1 Each bidder shall submit only one bid for one work. A bidder who submits or participates in more

than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or

requested) will cause all the proposals with the Bidder's participation to be disqualified.

6.0 Cost of Bidding

6.1. The bidder shall bear all costs associated with the preparation and submission of his Bid,and the

Employer will in no case be responsible and liable for those costs.

7.0 Site Visit

7.1. The Bidder, at the Bidder's own responsibility and risk is encouraged to visit and examine the Site

of Works and its surroundings and obtain all information that may be necessary for preparing the

Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall

be at the Bidder's own expense.

Page 14: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

14

Contractor Dy.Executive Engineer Executive Engineer

B. BIDDING DOCUMENTS

8. Content of Bidding Documents

8.1 The set of bidding documents comprises the documents listed below and addenda issued in

accordance with Clause 10.

Section Particulars Volume No.

Invitation for Bids

I

1 Instruction to Bidders

2 Qualification information and other forms

3 Conditions of Contract

4 Contract Data

5 Technical Specification II

6 Form of Bid

III 7 Bill of Quantities

8 Securities and other forms

9 Drawings IV

10 Documents to be furnished by bidder V

8.2 One copy of each of the volumes I, II, III and IV will be issued to the bidder. Documents to be

furnished by the bidder in compliance to section 2 will be prepared by him and furnished as

Volume- V in two parts (refer clause 12).

8.3 The bidder is expected to examine carefully all instructions, conditions of contract, contract data,

forms, terms, technical specifications, bill of quantities, forms, Annexes and drawings in the Bid

Document. Failure to comply with the requirements of Bid Documents shall be at the bidder's own

risk. Pursuant to clause 26 hereof, bids which are not substantially responsive to the requirements of

the Bid Documents shall be rejected.

9. Clarification of Bidding Documents

9.1 A prospective bidders requiring any clarification of the bidding documents may notify the Employer

in writing or by Fax /email at the Employer’s address indicated in the invitation to bid before the

date and time of the pre-bid meeting specified in the Tender Schedule. The Employer will respond to

any request for clarification which he received, earlier than 3 days prior to the Bid due date. Copies

of the Employer's response will be uploaded in “edit attachment option” of concern tender on e-

tendering portal and viewable to all tenderer, including a description of the enquiry but without

identifying its source.

9.2 Pre-bid meeting

9.2.1 The bidder or his official representative is invited to attend a pre-bid meeting which will take

place at the address, venue, time and date as indicated in NIT.

9.2.2 The purpose of the meeting will be to clarify issues and to answer questions on any matter

that may be raised at that stage.

9.2.3 The bidder is requested to submit any questions in writing by fax or by e-mail to reach the

Employer well before the date & time of the pre-bid meeting.

9.2.4 Minutes of the meeting, including the text of the questions raised (without identifying the

source of enquiry) and the responses given will be transmitted by uploading on e-tender portal

without delay for information to all intended bidder. Any modifications of the bidding

documents listed in sub clause 8.1 which may become necessary as a result of the pre-bid

meeting shall be made by the Employer exclusively through the issue of an Addendum

pursuant to clause 10 and not through the minutes of the pre-bid meeting.

Page 15: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

15

Contractor Dy.Executive Engineer Executive Engineer

9.2.5 Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.

10. Amendment of Bidding Documents

10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by

issuing addenda. 10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in

writing or by fax or e-mail to all the purchasers of the bidding documents. Prospective bidders

shall acknowledge receipt of each addendum in writing or by fax or email to the Employer. The

Employer will assume no responsibility for postal delays. 10.3 To give prospective bidders reasonable time in which to take an addendum into account

inpreparing their bids, the Employer may, at his discretion, extend as necessary the deadline for

submission of bids, in accordance with Sub-Clause 20.2 below.

C. PREPARATION OF BIDS

11. Language of the Bid

11.1 All documents relating to the bid shall be in the English language.

12. Documents Comprising the Bid

12.1 The bid to be submitted by the bidder as Volume V of the bid document (refer Clause 8.1) shall

be in two separate parts:

Part I shall be named "Technical Bid" and shall comprise

(i) Bid Security in the form specified in section 8

(ii) Qualification Information and supporting documents as specified in Sect. 2.

(iii) Certificates, undertakings, affidavits as specified in Section 2.

(iv) Any other information pursuant to Clause 4.2 of these instructions.

(v) Undertaking that the bid shall remain valid for the period specified in Clause 15.1.

(vi) Acceptance/ non acceptance of Dispute Review Expert proposed in Clause 36.1.

Part II shall be named "Financial Bid" and shall comprise

(i) Form of Bid a specified in Section 6.

(ii) Priced Bill of Quantities for items specified in Section 7.

Each part will be separately sealed and marked in accordance with the Sealing and Marking

Instructions Clause 19.

12.2 The documents and details mentioned in clause 12.1 Part I above scanned copies of the original

documents shall be submitted online on website http://pwd.maharashtra.etenders.in. Details and

process of online submission of the tender and relevant documents are given in the website mentioned

above. The above mentioned documents to be submitted in Hard Copies in the manner as prescribed

below:

12.2 The bidder shall prepare two copies of the bid, marking them 'Original' and 'Copy' respectively.

12.3 Following documents, which are not submitted with the bid, will be deemed to be part of the

bid.

Section Particulars Volume No.

Invitation for Bids (IFB)

1 Instruction to Bidders

Volume I 3 Conditions of Contract

4 Contract Data

5 Specifications Volume II

6 Drawings Volume IV

Page 16: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

16

Contractor Dy.Executive Engineer Executive Engineer

13 Bid Prices.

13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill

of Quantities submitted by the Bidder.

13.2 The bidder shall fill rates and prices and line item total (both in figures and words)for all items of

the Works described in the Bill of Quantities along with total bid price (both in figures and

words). Items for which no rate or price is entered by the bidder will not be paid for by the

Employer when executed and shall be deemed covered by the other rates and prices in the Bill of

Quantities. Corrections of any, shall be made by crossing out, initialing, dating and rewriting.

13.3 All duties, taxes and other levies payable by the contractor under the contract, or for any other

cause shall be included in the rates, prices and total Bid Price submitted by the Bidder.

13.4* The rates and prices quoted by the bidder shall be fixed for the duration of the Contract and shall

not be subject to adjustment on any account (For contracts up to 12 months period).

OR

13.4 The rates and prices quoted by the bidder are subject to adjustment during the performance of the

Contract in accordance with the provisions of Clause 47 of the Conditions of Contract (For

contracts more than 12 months period).

14.0 Currencies of Bid and Payment

14.1 The unit rates and the Prices shall be quoted by the bidder entirely in Indian Rupees. All payment

shall be made in Indian Rupees.

* Choose one and delete the other

15.0 Bid Validity

15.1. Bids shall remain valid for a period not less than 120 days after the deadline date for

bidsubmission specified in Clause 20. A bid valid for a shorter period shall be rejected by the

Employer as non-responsive. In case of discrepancy in bid validity period between that given in the

undertaking pursuant to Clause 12.1 (v) and the Form of Bid submitted by the bidder, the latter

shall be deemed to stand corrected in accordance with the former and the bidder has to provide for

any additional security that is required.

15.2. In exceptional circumstances, prior to expiry of the original time limit, the Employer may request

that the bidders may extend the period of validity for a specified additional period. The request and

the bidders' responses shall be made in writing or by cable. A bidder may refuse the request

without forfeiting his bid security. A bidder agreeing to the request will not be required or

permitted to modify his bid except as provided in 15.3 hereinafter, but will be required to extend

the validity of his bid security for a period of the extension, and in compliance with Clause 16 in all

respects.

15.3.* In the case of contracts in which the Contract Price is fixed (not subject to price adjustment), in

the event that the Employer requests and the Bidder agrees to an extension of the validity period,

the contract price, if the Bidder is selected for award shall be the bid price corrected as follows:

(delete if the contract is for more than 12 months period)

The price shall be increased by the factor of 0.2% for each week or part of a week that has elapsed

from the expiration of the initial bid validity to the date of issue of letter of acceptance to the

successful Bidder.

15.4 Bid evaluation will be based on the bid prices without taking into consideration the above

correction.

Page 17: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

17

Contractor Dy.Executive Engineer Executive Engineer

16.0 Bid Security

16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 4 of

the table of IFB for this particular work. This bid security shall be in favor of Employer as named

in Appendix and may be in one of the following forms;

16.1 A The Bidder shall furnish, as part of the Bid, Bid Security (EMD), in the amount specified in

the Appendix to ITB.

16.2 Tenderer has to pay the applicable amount of EMD using NEET/ RTGS or payment Gateway

mode OR Bank Guarantee. This payment of EMD shall be made only from the authorized

through account of the tenerer only. Bank Guarntee shall strictly issued only by the

Nationalized Bank in favour of the Executive Engineer, Public Works Division

Pandharkawada. This Bank Guaranttee shall to valid up to for period Bid validity.

16.3 Any bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub-

Clauses 16.1 and 16.2 above shall be rejected by the Employer as non-responsive.

16.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid

validity period specified in Sub-Clause 15.1.

16.5 The Bid Security of the successful bidder will be discharged when the bidder has signed the

Agreement and furnished the required Performance Security

*Delete if the contract is for more than 12 months period

Agreement and furnished the required Performance Security.

16.6 The Bid Security may be forfeited

(a)if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;

(b)if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or

(c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to

(i) sign the Agreement; or (ii) furnish the required Performance Security.

17.0 Alternative Proposals by Bidders

17.1 Bidders shall submit offers that fully comply with the requirements of the bidding documents,

including the conditions of contract (including mobilisation advance or time for completion), basic

technical design as indicated in the drawing and specifications. Conditional offer or alternative

offers will not be considered further in the process of tender evaluation.

18.0 Format and Signing of Bid

18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as

described in Clause 12 of these Instructions to Bidders, bound with the volume containing the

"Technical Bid" and "Financial Bid" in separate parts and clearly marked "ORIGINAL" and

"COPY" as appropriate. In the event of discrepancy between them, the original shall prevail. 18.2 The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a

person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub- Clauses 4.3.

All pages of the bid where entries or amendments have been made shall be initialed by the

person or persons signing the bid. 18.3 The Bid shall contain no alterations or additions, except those to comply with instructions issued

by the Employer, or as necessary to correct errors made by the bidder, in which case such

corrections shall be initialed by the person or persons signing the bid.

Page 18: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

18

Contractor Dy.Executive Engineer Executive Engineer

D. SUBMISSION OF BIDS 19.0 Sealing and Marking of Bids

19.1 Physical Submission :- The bidder shall submit his bid online as per the procedure laid down

on the e-tender portal. The Bidder shall also submit Bid in Hard Copy within 72 hours from

the date and time of Bid Lock in any of the offices mentioned below. Required documents

for qualifying criteria shall be placed in sealed envelope, The financial offer & the D.D./Bank

Guaranttee/ FDR against Additional Performance Security shall be placed in another

another separate sealed envelope. and these two envelopes shall be submitted in one

envelope. This Envelope shall bear the Name of Work, Tender Notice No. e-Tender No.

Name of the concerned Executive Engineer, etc. This Hard Copy will be opened only if any

problem arises. i) Executive Engineer, Public Works Division Pandharkawda

ii) Executive Engineer, Special Project Division Yavatmal

iii) Superintending Engineer, Public Works Circle Yavatmal.

iv) Chief Engineer, Public Works Region Amravati.

v) Deputy Secretory (Raods), P.W.D. Mantralya, Mumbai.

The Bidder shall seal the original and copy of the Bid in separate envelopes duly

marking the envelopes as "ORIGINAL" and "COPY". These two envelopes (called as inner

envelopes) shall then be put inside one outer envelope. Each set of the inner envelope marked

"ORIGINAL" and "COPY" shall contain within it two separate sealed envelopes marked

"Technical Bid" and "Financial Bid" with additional markings as follows - Original or Copy, as the case may be

- Technical Bid: To be opened on---------------------- (AS per NIT)

in the presence of Evaluation Committee.

- Financial Bid: Not to be opened except with the approval of Evaluation Committee

- The contents of Technical and Financial Bids will be as specified in clause 12.1

19.2. The inner, outer, and separate envelopes containing Technical and Financial Bids shall

(a) be addressed to the Employer at the address given in Appendix (b) bear the identification as indicated in Appendix.

19.3. In addition to the identification required in Sub-Clauses 19.1 and 19.2, each of the envelopes shall

indicatethe name and address of the bidder to enable the bid to be returned unopened in case it is

declared late, pursuant to Clause 21, or the Evaluation Committee declares the bid as non

responsive pursuant to Clause 23. 19.4 If the outer envelope is not sealed and marked as above, the Employer willassume no

responsibility for the misplacement or premature opening of the bid. 20.0 Deadline for Submission of the Bids

20.1 Complete Bids (including Technical and Financial) must be received by the Employer at the

address specified above not later than the date indicated in appendix. In the event of the specified

date for the submission of bids declared a holiday for the Employer, the Bids will be received upto

the appointed time on the next working day. 20.2. The Employer may extend the deadline for submission of bids by issuing an amendment in

accordance with Clause 10, in which case all rights and obligations of the Employer and the

bidders previously subject to the original deadline will then be subject to the new deadline.

21.0 Late Bids

21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned

unopened to the bidder.

22.0 Modification and Withdrawal of Bids

22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline

prescribed in Clause 20 or pursuant to Clause 23.

Page 19: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

19

Contractor Dy.Executive Engineer Executive Engineer

22.2 Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered

in accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked

"MODIFICATION" or "WITHDRAWAL", as appropriate. 22.3 No bid may be modified after the deadline for submission of Bids except if pursuance of Clause

23.

22.4 Withdrawal or modification of a Bid between the deadline for submission 0f bids and the

expiration of the original period of bid validity specified in Clause 15.1 above or as extended

pursuant to Clause 15.2 may result in the forfeiture of the Bid security pursuant to Clause 16.

22.5 Clause for Royalty / Laboratory Testing Charges.

1. There are separate B.O.Q.'s of 'Royalty' and 'Testing of Materials' enclosed here with.

Contractor shall not quote the rates in these B.O.Q.'s other than that shown by the department.

In these B.O.Q.'s any other rates quoted by the contractor shall not be considered for his offer

value. Royalty charges shall be payable at the time of actual execution of work as per rates

decided by the Govt. of Maharashtra revenue Department only on producing Royalty Passes

and payment details duly verified from concerned Revenue authority. However if, the

contractor fails to provide adequate number of passes for the quantity of materials of

executed work, then the recovery of royalty payable for such shortfall of royalty passes,

shall be made from the amount of bills payable. In such cases the contactor himself will be

solely responsible for any legal action by appropriate authority for procuring material

without paying royalty.

2. Testing charges shall be payable for the only tests carried out from the Govt. P.W.D.

Laboratories or any Govt. Institutions at rates applicable at the time of actual testing as

per P.W. Department's V. & Q. C. Circle testing charges on producing satisfactory test

reports as per the norms. If contractor fails to carry out material test as per number of

tests mentioned, then three times the prevailing testing charges will be recovered

from the amount of bills payable.

Page 20: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

20

Contractor Dy.Executive Engineer Executive Engineer

E. BID OPENING AND EVALUATION 23.0 Bid Opening

23.1 The Superintending Engineer Employer will open all the Bids received (except those received

late), including modifications made pursuant to Clause 22, in the presence of the Bidders or their

representatives who choose to attend at time, date and the place specified in Appendix in the

manner specified in Clause 20 and 23.3. In the event of the specified date of Bid opening being

declared a holiday for the Employer, the Bids will be opened at the appointed time and location

on the next working day.

23.2 Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an

acceptable notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened. 23.3 The envelope containing "Technical Bid" shall be opened. The amount, form and validity of the

bid security furnished with each bid will be announced. If the bid security furnished does not

conform to the amount and validity period as specified in the Invitation for Bid (ref. Column 4 and

paragraph 3), and has not been furnished in the form specified in Clause 16, the remaining

technical bid and the sealed financial bid will be returned to the bidder. 23.4 (i) Subject to confirmation of the bid security by the issuing Bank, the bids accompanied with

valid bid security will be taken up for evaluation with respect to the Qualification

Information and other information furnished in Part I of the bid pursuant to Clause 12.1.

(ii) After receipt of confirmation of the bid security, the bidder will be asked in writing (usually

within 10 days of opening of the Technical Bid) to clarify or modify his technical bid, if

necessary, with respect to any rectifiable defects.

(iii) The bidders will respond in not more than 7 days of issue of the clarification letter, which

will also indicate the date, time and venue of opening of the Financial Bid (usually on the

21st day of opening of the Technical Bid) (iv) Immediately(usually within 3 or 4 days), on receipt of these clarifications the Evaluation

Committee will finalize the list of responsive bidders whose financial bids are eligible for

consideration.

23.5 At the time of opening of "Financial Bid", the names of the bidders were found responsive in

accordance with Clause 23.4(iv) will be announced. The bids of only these bidders will be opened.

The remaining bids will be returned to the bidders unopened. The responsive Bidders' names, the

Bid prices, the total amount of each bid, any discounts, Bid Modifications and withdrawals, and

such other details as the Employer may consider appropriate, will be announced by the

Superintending Engineer / Employer at the opening. Any Bid price or discount, which is not

readout and recorded will not be taken into account in Bid Evaluation. 23.6 In case bids are invited in more than one package, the order for opening of the "Financial Bid"

shall be that in which they appear in the "Invitation For Bid". 23.7 The Employer shall prepare minutes of the Bid opening, including the information disclosed to

those present in accordance with Sub-Clause 23.6. 24.0 Process to be Confidential

24.1. Information relating to the examination, clarification, evaluation, and comparison of Bids and

recommendations for the award of a contract shall not be disclosed to Bidders or any other

persons not officially concerned with such process until the award to the successful Bidder has

been announced. Any effort by a Bidder to influence the Superintending Engineer''''s /

Employer's processing of Bids or award decisions may result in the rejection of his Bid. 25.0 Clarification of Financial Bids

25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his

discretion, ask any Bidder for clarification of his Bid, including breakdowns of unit rates. The

request for clarification and the response shall be in writing or by cable, but no change in the price

or substance of the Bid shall be sought, offered, or permitted except as required to confirm the

correction of arithmetic errors discovered by the Superintending Engineer''''s / Employer in the

evaluation of the Bids in accordance with Clause 27.

Page 21: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

21

Contractor Dy.Executive Engineer Executive Engineer

25.2. Subject to sub-clause 25.1, no Bidder shall contact the Superintending Engineer''''s / Employer

on any matter relating to his bid from the time of the bid opening to the time the contract is

awarded. If the Bidder wishes to bring additional information to the notice of the Employer, it

should do so in writing.

25.3 Any effort by the Bidder to influence the Superintending Engineer''''s / Employer in the

Superintending Engineer''''s / Employer's bid evaluation, bid comparison or contract award

decisions may result in the rejection of the Bidders' bid. 26.0 Examination of Bids and Determination of Responsiveness

26.1. During the detailed evaluation of "Technical Bids", the Employer will determine whether each

Bid(a) meets the eligibility criteria defined in Clause 3 and 4; (b) has been properly signed; (c) is

accompanied by the required securities and; (d) is substantially responsive to the requirements of

the Bidding documents. During the detailed evaluation of the "Financial Bid", the responsiveness

of the bids will be further determined with respect to the remaining bid conditions, i.e., priced

bill of quantities, technical specifications, and drawings.

26.2 A substantially responsive "Financial Bid" is one which conforms to all the terms, conditions,

and specifications of the Bidding documents, without material deviation or reservation. A

material deviation or reservation is one (a) which affects in any substantial way the scope, quality,

or performance of the Works; (b)which limits in any substantial way, inconsistent with the

Bidding documents, the Employer's rights or the Bidder's obligations under the Contract; or (c)

whose rectification would affect unfairly the competitive position of other Bidders presenting

substantially responsive Bids.

26.3. If a "Financial Bid" is not substantially responsive, it will be rejected by the Employer, and may

not subsequently be made responsive by correction or withdrawal of the non-conforming

deviation or reservation. 27.0 Correction of Errors

27.1 "Financial Bids" determined to be substantially responsive will be checked by the Employer for

any arithmetic errors. Errors will be corrected by the Employer as follows:

(a)where there is a discrepancy between the rates in figures and in words, the rate in words will

govern; and (b)where there is a discrepancy between the unit rate and the line item total resulting from

multiplying the unit rate by the quantity, the unit rate as quoted will govern.

27.2 The amount stated in the "Financial Bid" will be corrected by the Employer in accordance with

the above procedure and the bid amount adjusted with the concurrence of the Bidder in the

following manner:

(a) If the Bid price increases as a result of these corrections, the amount as stated in the bid will be

the 'bid price' and the increase will be treated as rebate; (b) If the bid price decreases as a result of the corrections, the decreased amount will be treated as

the 'bid price' Such adjusted bid price shall be considered as binding upon the Bidder. If the

Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may

be forfeited in accordance with Sub-Clause 16.6 (b).

28.0 Deleted 29.0 Evaluation and Comparison of Financial Bids

29.1 The Superintending Engineer''''s / Employer will evaluate and compare only the Bids determined

to be substantially responsive in accordance with Sub-Clause 26.2. 29.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by

adjusting the Bid Price as follows:

(a) making any correction for errors pursuant to Clause 27; or (b)making an appropriate adjustments for any other acceptable variations, deviations; and

Page 22: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

22

Contractor Dy.Executive Engineer Executive Engineer

(c)making appropriate adjustments to reflect discounts or other price modifications offered in

accordance with Sub-Clause 23.6.

29.3 The Superintending Engineer''''s / Employer reserves the right to accept or reject any variation or

deviation. Variations and deviations and other factors, which are in excess of the requirements of

the Bidding documents or otherwise result in unsolicited benefits for the Employer shall not be

taken into account in Bid evaluation. 29.4 The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of

Contract, during the period of implementation of the Contract, will not be taken into account in

Bid evaluation.

29.5 If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of

the cost ofwork to be performed under the contract, the Employer may require the Bidder to

produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the

internal consistency of those prices with the construction methods and schedule proposed. After

evaluation of the price analyses, the Employer may require that the amount of the performance

security set forth in Clause 34 be increased at the expense of the successful Bidder to a level

sufficient to protect the Employer against financial loss in the event of default of the successful

Bidder under the Contract. 29.6 A bid which contains several items in the Bill of Quantities which are unrealistically priced low

and which cannot be substantiated satisfactorily by the bidder, may be rejected as non-responsive.

30.0 Deleted

F. AWARD OF CONTRACT

31.0 Award Criteria

31.1. Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been

determined

(i) to be substantially responsive to the Bidding documents and who has offered the lowest

evaluated Bid Price; and

(ii) to be within the available bid capacity adjusted to account for his bid price which is evaluated

the lowest in any of the packages opened earlier than the one under consideration.

In no case, the contract shall be awarded to any bidder whose available bid capacity is less

than the evaluated bid price, even if the said bid is the lowest evaluated bid. The contract will in

such cases be awarded to the next lowest bidder at his evaluated bid price.

32.0 Employer's Right to Accept any Bid and to Reject any or all Bids

32.1. Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to

cancel the Bidding process and reject all Bids, at any time prior to the award of Contract, without

thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the

affected Bidder or Bidders of the grounds for the Employer's action. 33.0 Notification of Award and Signing of Agreement

33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to

expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter.

This letter (hereinafter and in the Conditions of Contract called the "Letter of Acceptance") will

state the sum that the Employer will pay the Contractor in consideration of the execution,

completion, and maintenance of the Works by the Contractoras prescribed by the Contract

(hereinafter and in the Contract called the "Contract Price"). 33.2. The notification of award will constitute the formation of the Contract, subject only to the

furnishing of a performance security in accordance with the provisions of Clause 34. 33.3. The Agreement will incorporate all agreements between the Employer and the successful Bidder.

It will be signed by the Employer and sent to the successful Bidder, within 28 days following the

notification of award along with the Letter of Acceptance. Within 21 days of receipt, the

successful Bidder will sign the Agreement and deliver it to the Employer.

Page 23: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

23

Contractor Dy.Executive Engineer Executive Engineer

33.4 Upon the furnishing by the successful Bidder of the Performance Security, the Employer will

promptly notify the other Bidders that their Bids have been unsuccessful. 34.0 Performance Security

34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the

Employer a Performance Security in any of the forms given below for an amount equivalent to 2

% (Two Percent) of the Contract price plus additional security for unbalanced Bids in

accordance with Clause 29.5 of ITB and Clause 52 of Conditions of Contract:

- a bank guarantee in the form given in Section 8; or - certified Cheque / Bank Draft as indicated in Appendix.

34.2. If the performance security is provided by the successful Bidder in the form of a Bank Guarantee,

it shall be issued either (a) at the Bidder's option, by a Nationalized Scheduled Indian bank or (b)

by a foreign bank located in India and acceptable to the Employer. 34.3 Failure of the successful Bidder to comply with the requirements of Sub-Clause 34.1 shall

constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security.

Page 24: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

24

Contractor Dy.Executive Engineer Executive Engineer

5) If the bidder comply the stipulations laid down in the tender and qualified for the opening of his financial

offer then the Bank Guarantee / Demand Draft / FDR of the other bidders (other than 1st and 2nd lowest

bidder) shall be returned within 7 days after the date of opening of the bid.

6) The demand draft/ Bank Guarantee / FDR of the 2nd lowest bidder shall be returned within 3 days from

the date of work order.

7) If it is found that the Bank Guarantee / Demand Draft / FDR as above submitted by the bidder is False /

Forged then the Earnest Money submitted by such bidder shall be Forfeited and appropriate action as per the

prevailing Govt. Rules will be taken against him & he will also be Black Listed. This is also applicable for

Unregistered Bidder.

34. [A] ADDITIONAL PERFORMANCE SECURITY ;- Bank Guarantee / Demand Draft / FDR for

Additional Performance Security Deposit for Quoting Offer More than 1% below the tender cost. (As Per

GR. Dated 12.04.2017).

As per the directives laid down in Government Of Maharashtra, Public Works Department,

Marathi Resolution No. CAT 2017/PRA.KRA 8/ Bldg-2/dt. 12.04.2017, & Letter No. Sankirnya-2017/CR-

121(II)/Bld-2/ Dt. 04.09.2017 If the bidder intends to quote his offer below more than 1 % of the Bid cost of

the department then such bidder should upload a Bank Guarantee (in the form as prescribed by

Government) Or Demand Draft / FDR from any Schedule Bank or Nationalized Bank against Additional

Performance Security in Part II - Financial Bid as mentioned below.

A) If the Bidder intends to quote his offer below more than 1 % upto 10 % of the estimated cost put to Bid

then he should submit a Bank Guarantee/ Demand Draft / FDR amounting to 1% of the Bid cost of the

department towards Additional Performance Security and scanned copy of Bank Guarantee / Demand

Draft/ FDR shall be uploaded in Part II - Financial Bid.

B) If the Bidder intends to quote his offer more than 10 % below the estimated cost put to Bid then he should

submit Additional Performance Security 1 % for every percent after 10 % below percentage in addition to the

cost of 1% Additional performance security mentioned above clause A for quoting below offer, scanned copy

of Bank Guarantee / Demand Draft / FDR shall be uploaded in Part II - Financial Bid

(eg. If Bidder quotes his offer 14 % below the estimated cost put to bid, then he should submit 14 - 10 = 4 %

Additional Performance security + 1% = 5 % amount of the cost put to bid as a total Additional Performance

Security.)

If the amount of Additional Performance Security as required above (under A & B) is not submitted by the

bidder along with Part II - Financial Bid, then his offer will be treated as ''Non Responsive" and will not be

considered.

1) Such Bank Guarantee / Demand Draft / FDR shall strictly issued only by the Nationalized Bank or

Scheduled Bank in favour of in the Executive Engineer Public Works Division, Pandharkawada and Bank

Guarantee shall be valid up to from the period of Complection of Work, DD shall be valid for three months

2) The Bank Guarantee / Demand Draft / FDR should bear the MICR and IFSC Code Number of the

issuing bank.

3) The scanned copy of this Bank Guarantee / Demand Draft / FDR shall be uploaded in Part II - Financial

Bid of the bid. The Hard Copy of this Bank Guarantee / Demand Draft / FDR shall be submitted in the

office of the concerned Executive Engineer in "sealed envelope" within three working days from the date of

receipt of bid. The bidder shall write the 'Name of Work,' 'E- Tender No.' and 'Tender Notice No.' on such

sealed envelope addressed to the concerned Executive Engineer.

4) If such contractor will not comply the stipulations laid down in the bid and not qualified for the opening of

his financial offer Part II - Financial Bid the Bank Guarantee / Demand Draft / FDR of such bidder shall be

returned within 7 days after the date of opening of the bid.

Page 25: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

25

Contractor Dy.Executive Engineer Executive Engineer

8) The work order to the successful contractor shall be issued only after the encashment of his Demand Draft

by the concerned Executive Engineer.

9) The amount of performance security of successful contractor shall be refunded immediately upon

satisfactory completion of work.

10) If at the time of submitting the below offer as stated above, contractor has submitted the required Demand

Draft then after completing the tender process the Demand Draft of the Lowest bidder will be returned to him

if the Bank Guaranttee / FDR of the required amount valid upto the period of the Completion of work

submitted by the contractor.

Note :- for calculating the amount of ADDITIONAL PERFORMANCE SECURITY contractors offer

will be calculated in percentage rounded upto two decimal points only.

The Additional performance Security is permitted to be in the form of DD/FDR/BG of any

Nationalized / Scheduled Bank. This shall be enclosed/uploaded in the financial envelope

(Envelope No.2) with a self attested affidavit that Additional Performance Security is enclosed

in envelope no.2 shall be included/uploaded in the Techinical Envelope No.1. If the Additional

Performance Security is not found included in envelope no.2 (financial envelope) (in cases

which are found below 10% of amount put to tender ) the offer shall be treated as non

responsive.

35.0 Advance Payment and Security

35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in

theConditions of Contract, subject to maximum amount, as stated in the Contract Data.

36.0 Dispute Review Expert

36.1. The Employer proposes that [name of proposed Dispute Review Expert as indicated in Appendix]

be appointed as Dispute Review Expert under the Contract, at a daily fee as indicated in Appendix

plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state

in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of the

Dispute Review Expert, the Dispute Review Expert shall be appointed by the Council of Indian

Roads Congress at the request of either party.

36.2 For works costing above Rs.5 Crore the procedure for arbitration will be as per G.R of Law &

Judiciary Department issued vide Sankirn- 2016/C.R. 20/ Ka-19 dt. 13/10/2016 regarding “

Institutional Arbitration Policy”.

37.0 Corrupt or Fraudulent Practices

37.1 The Employer will reject a proposal for award if it determines that the Bidder recommended for

award has engaged in corrupt or fraudulent practices in competing for the contract in question and

will declare the firm ineligible. either indefinitely or for a stated period of time, to be awarded a

contract with National Highways Authority of India / State PWD and any other agencies, if it at

any time determines that the firm has engaged in corrupt or fraudulent practices in competing for

the contractor, or in execution.

37.2 Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 23.2 and Sub-Clause

59.2 of the Conditions of Contract.

Page 26: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

26

Contractor Dy.Executive Engineer Executive Engineer

APPENDIX TO ITB

Clause Reference

With respect to

Section – I.

1 Name of the Employer is- Executive Engineer, Public Works Division

Pandharkawda-

[ Cl. 1.1]

2 The last Five years

2017-2018………………….

2016-2017………………….

2015-2016………………….

2014-2015…………………

2013-2014…………………..

3 The maximum annual financial turn over The last Five years

amount is - Rs. 571.70 lakhs

[Cl. 4.5 A(a)]

4 Value of Similar work is Rs- 457.36 Lakhs [Cl. 4.5 A(b)]

5 Quantities of work are –

1) Excavation - 3021.00 cum

2) C.C.M-20 & above - 1347.00 Cum

3) Brick masonry – 610.00 Cum

4) TMT FE 500 - 150.00 M.T.

5) Plastering - 6250.00 sqm

6) Flooring - 3108.00 sqm

[Cl. 4.5 A ( c )]

6 The cost of electric work is Rs. NIL (In Words) [Cl. 4.5 A(d)]

7 The cost of water supply/ sanitory work is Rs………………….. (In Words) [Cl. 4.5 A( e )]

8 Liquid assets and/or availability of credit facilities is Rs. 150.00 lakhs only [Cl. 4.5 B ( c )]

9 Price level of the financial year 2018-19. [Cl. 4.7]

10 The Pre-bid meeting will take place at Chief Engineer, P.W. Region Amaravati (address of the venue) on 23.10.2018 @ 2.00 P.M. As per NIT

[Cl. 9.2.1]

11 The technical bid will be opened online at the Office of the ----As per NIT

12 Address of the Employer- Executive Engineer, Public Works Division

Pandharkawda

13 Identification : Bid for -

Bid Reference : No..

Do not open before .............. As per NIT

[Cl. 19.2(b)]

14 The bid should be submitted latest by ................(date and time)As per NIT [Cl. 20.1]

15 The Financial bid will be opened at ---- As per NIT [Cl. 23.1]

16 The Bank Guarantee / Draft in favour of Executive Engineer, Public Works

Division Pandharkawda payable at Pandharkawda [Cl. 34.1]

17 The name of Dispute Review Expert is ............ [Cl. 36.1]

18 Escalation factors (for the cost of works executed and financial figure to a

common base value for works completed)

Year before Multiply factor

One 1.10

Two 1.21

Three 1.33

Four 1.46

Five 1.61

Page 27: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

27

Contractor Dy.Executive Engineer Executive Engineer

ANNEXURE-I

List of Key Plant &Equipment to be deployed on Contract Work

[Reference Cl. 4.5 (B) (a)]

Sl. Type of Equipment Maximum

age as on

Contract Package Size

Upto Rs.30

Crores

above Rs.30

&

upto 50

Crores

Rs.50 Crores

and above

1 Reversible Drum Type Concrete Mixer

having Minimum Capacity 7-9

cum per hour with integral weigh

batcher and computerized control with

automated water dispensing

arrangement of any standard company

with SCADA arrangement /RM-

800/RM-1050/ Ready Mix batching

Plant

15 1 1 1

2 Plate Vibrator 15 1 1 2

3 Needle Vibrator 15 2 2 2

3 Vibratory Roller 15 1 2 3

4 Water Tanker 15 1 3 4

5 Sand Screening cum Washing Unit

of minimum 4 - 6 cum / hr

capacity.

5 1 1 2

6 Automatic Computerized

controlled Drum mix Hot Mix

Plant, of minimum capacity of

DM-50 / 60 to 90 TPH

(The plant must be within 60

Km from the work site.

(Shifting of plant is not

allowed)

10 1 1 2

7 Paver finisher with electronic

sensor 5 1 1 2

8 Bitumen Sprayer 10 1 1 2

9 Tandem Roller 5 1 2 2

10 Jet Patcher 10 1 1 1

11 Concrete Batching and

Mixing Plant (Minimum

capacity – 15 m3/hour)

5 - - -

Total

4 14 18 29

The above list is indicative. Column 1 & 2 may be suitably modified by the DTP approving authority

suiting to the requirements of work (Viz. Buildings/ Bridges/ Roads).

Page 28: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

28

Contractor Dy.Executive Engineer Executive Engineer

ANNEXURE-II

List of Key Personnel to be deployed on Contract Work [Reference Cl. 4.5 (B) (b)]

Sr.

No.

Personnel

Qualification Contract Package Size

Upto Rs.30

Crores

Above Rs.30 &

upto 50 Crores

Rs.50 Crores

and above

1 Project Manger B.E. Civil + 15 Years Exp. (5

years as Manager)

1 No. 1 No. 1 No.

2 Site Engineer B.E. Civil + 10 Years Exp. 1 No. 2 No. 4 No.

3 Plant Engineer B.E. Mech. + 10 Years Exp.

or Dip. Mech. + 15 years Exp.

1 No. 1 No. 2 No.

4 Quantity Surveyor B.E. Civil + 7 years Exp. or

Dip. Civil + 10 years Exp.

1 No. 1 No. 2 No.

5 Soil & Material

Engineer

B.E. Civil + 10 years Exp. 1 No. 1 No. 2 No.

6 Survey Engineer B.E. Civil + 5 years Exp. or

Dip. Civil + 8 years Exp.

1 No. 1 No. 2 No.

Total 4 7 13

Note:- The above list is indicative. The number of personnel may be modified and experience shall be specified

by DTP approving authority (Viz. Buildings / Bridges / Roads)

Page 29: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

29

Contractor Dy.Executive Engineer Executive Engineer

SECTION 2

QUALIFICATION INFORMATION

Page 30: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

30

SECTION – 2

QUALIFICATION INFORMATION

The information to be filled in by the bidder in the following pages will be used for purposes

of post qualification as provided for in clause 4 of the Instructions to bidders. This

information will not be incorporated in the contract

1. For Individual Bidders

1.1 Constitution or legal status of Bidder

(Attach Copy)

Place of registration: ----------------------------------

Principal place of business: ----------------------------------

Power of attorney of signatory of bid

(Attach)

1.2 Total value of civil Engineering

1.3 Construction work performed in the last Five years ** β

(Rs. in Crore)

2017-2018 --------------

2016-2017 -----------

2015-2016 -----------

2014-2015 -----------

2013-2014 -----------

1.3.1Work performed as prime contractor, work performed in the past as a nominated sub-

contractor will also be considered provided the Sub-contract involved execution of all

main items of work described in the bid document, provided further that all other

qualification criteria are satisfied (in the same name) on works of a similar nature over

the last Three/five years **

Project

Name

Name of

the

Employer

*

Description

of work

Contract

No.

Value of

Contract

(Rs.

Crore)

Date of

Issue of

work

order

Stipulated

period of

completion

Actual date

of

completion

*

Remarks

explaining

reasons for

delay &

work

completed

* Attach certificate(s) from the Engineer(s)-in-charge.

** Immediately preceding the financial year in which bid are received.

βAttach certificate(s) from Chartered Accountant.

Page 31: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

31

1.4 Information on Bid capacity (works for which bids have been submitted and

works which are yet to be completed) as on the date of this bid.

(A) Existing commitments and on-going works :

Descript

ion of

work

place &

State

Contract

No.

Name &

Address of

employer

Value of

Contract

(Rs. Cr.)

stipulated

period of

completio

n

Value of

works*

remaining

to be

completed

(Rs. Cr.)

Anticipate

d date of

completion

.

1 2 3 4 5 6 7 8

* Attach certificate(s) from the Engineer(s)-in-charge.

@ The item of works for which data is requested should tally with that specified in ITB clause

4.5A(C).

** Immediately preceding the financial year in which bid are received.

The list is indicative and may be suitably modified by the DTP approving authority suiting to the

requirements of work (Viz. Buildings/ Bridges/ Roads)

(B) Works for which bids already submitted:

Description

of works

Place &

State

Name &

Address of

Employer

Estimated value

of works

(Rs Cr)

Stipulated

period of

completion

Date when

decision is

expected

Remarks,

if any

1 2 3 4 5 6 7

1.5. Availability of key items of Contractor's Equipment essential for carrying out the Works [Ref.

Clause 4.5(B)(a)]. The Bidder should list all the information requested below. Refer also to Sub

Clause 4.3 (d) of the Instructions to Bidders.

Item of

Equipment

Requirement Availability proposals Remarks

(from whom

to be

purchased)

No. Capacity Owned/Leased

to be procured

Nos./Capacity Agel

Condition

1.6. Qualifications and experience of key personnel required for administration and execution of the

Contract [Ref. Clause 4.5(B)(b)]. Attach biographical data. Refer also to Sub Clause 4.3(e) of

instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract.

Position Name Qualification Year of Experience

(General)

Years of experience in the

proposed position

Project Manager

Etc

Page 32: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

32

1.7. Proposed sub-contracts and firms involved. [Refer ITB Clause 4.3 (k)]

Sanctions of the works Value of Sub-contract Sub-contractor

(Name & Address)

Experience in similar work

Attach copies of certificates on possession of valid license for executing water supply / sanitary work /

building electrification works [Reference Clause 4.5(d) & Clause 4.5 (e)]

*1.8. Financial reports for the last Three / five years: balance sheets, profit and loss statements,

auditors' reports (in case of companies/corporation), etc. List them below and attach copies. 1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand,

lines of credit. etc. List them below and attach copies of support documents. 1.10 Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide

references if contacted by the Employer. 1.11 Information on litigation history in which the Bidder is involved.

Other Party (ies) Employer Cause of Dispute Amount involved Remarks showing Present

Status

1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to

Bidders. (Name of Consultant engaged for project preparation is**..................................

)

------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------

1.13 Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts

as necessary to comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1

& 4.3 (I)] 1.14 Programme

1.15 Quality Assurance Programme

2.0. Deleted

3.0 Additional Requirements

3.1 Bidders should provide any additional information required to fulfill the requirements of

Clause 4 of the Instructions to the Bidders, if applicable.

(i) Affidavit

(ii) Undertaking

(iii) Update of original prequalification application

(iv) Copy of original prequalification application

(v) Copy of prequalification letter

Page 33: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

33

SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY

OF CREDIT FACILITIES

(CLAUSE 4.2 (i) OF ITB)

BANK CERTIFICATE

This is to certify that M/s. ____________________________ is a reputed company with a good

financial standing.

If the contract for the work, namely ____________________________ is awarded to the above

firm, we shall be able to provide overdraft/credit facilities to the extent of Rs

________________________ to meet their working capital requirements for executing the above

contact during the contract period.

___________________________

(Signature)

Name of Bank

Senior Bank Manager

Address of the Bank

(Not required for works costing less than Rs. 5 Crores)

Page 34: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

34

AFFIDAVIT 1. I, the undersigned, do hereby certify that all the statements made in the required attachments are

true and correct.

2. The undersigned also hereby certifies that neither our firm

M/s--------------------------------------- have abandoned any work on Building/Bridges/Roads etc. nor

any contract awarded to us for such works have been rescinded, during last five years prior to the

date of this bid. 3. The undersigned hereby authorize (s) and request(s) any bank, person, firm or corporation to

furnish pertinent information deemed necessary and requested by the Department to verify this

statement or regarding my (our) competence and general reputation. 4. The undersigned understand and agrees that further qualifying information may be requested, and

agrees to furnish any such information at the request of the Department, Project implementing

agency.

---------------------------------------------------

(Signed by an Authorised Officer of the Firm)

-------------------------------

Title of Officer ---------------------

Name of Firm ---------------------

DATE

Page 35: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

35

UNDERTAKING

I, the undersigneddo hereby undertake that our firm M/s -------------------------------------------would

invest a minimum cash up to 25% of the work during implementation of the Contract.

-----------------------------------------

(Signed by an Authorised Officer of the Firm)

---------------------

Title of Officer

------------------- Name of Firm

--------------------

DATE

Page 36: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

36

SECTION 3

CONDITIONS OF CONTRACT

Page 37: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

37

Conditions of Contract

Table of Contents

Page No. Page No.

A. General C. Quality Control

1. Definitions 33. Identifying Defects

2. Interpretation 34. Tests

3. Language and Law 35. Correction of Defects

4. Engineer’s Decision 36. Defects

5. Delegation

6. Communications D. Cost Control

7. Sub-contracting 37. Bill of Quantities

8. Other Contractors 38. Changes in Quantities

9. Personnel 39. Variations

10. Employer’s & Contractor’s risk 40. Payments for Variations

11. Employer’s Risks 41. Cash Flow forecasts

12. Contractor’s Risks 42. Payment Certificates

13. Insurance 43. Payments

14. Site Investigation Reports 44. Compensation Events

15. Queries about the Contract Data 45. Tax

16. Contractor to Construct the

Works

46. Currencies

17. The works to be completed by the

Intended Completion Date

47. Price Adjustment

48. Retention

18. Approval by the Engineer 49. Liquidated Damages

19. Safety 50. Bonus

20. Discoveries 51. Advance Payment

21. Possession of the Site 52. Securities

22. Access to the Site 53. Deleted

23. Instructions 54. Cost of Repairs

24. Disputes

25. Procedure for Disputes E. Finishing the Contract

26. Replacement of Dispute Review

Expert

55. Completion

56. Taking Over

57. Final Account

B. Time Control 58. Operating and Maintenance

27. Programme Manuals

28. Extension of the Intended

Completion Date

59. Termination

60. Payment upon Termination

29. Deleted 61. Property

30. Delays Ordered by the Engineer 62. Release from Performance

31. Management Meetings F. Special Conditions of

Contract

Page 38: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

38

CONDITIONS OF CONTRACT

A. GENERAL 1. Definitions

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but

keep their defined meanings. Capital initials are used to identifydefined terms.

The Adjudicator (synonymous with Institutional Arbitration Policy ) is the person

appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as

provided for in Clauses 24 and 25. The name of the Adjudicator is defined in the Contract Data.

Bill of Quantities means the priced and completed Bill of Quantities formingpart of the Bid.

Compensation Events are those defined in Clause 44 hereunder.

The Completion Date is the date of completion of the Works as certified by the Engineer in

accordance with Sub Clause 55.1.

The Contract is the contract between the Employer and the Contractor to execute, complete

and maintain the Works. It consists of the documents listed in Clause 2.3 below.

The Contract Data defines the documents and other information which comprise the

Contract.

The Contractor is a person or corporate body whose Bid to carry out the Works has been

accepted by the Employer.

The Contractor's Bid is the completed Bidding document submitted by the Contractor to the

Employer and includes Technical and Financial bids.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted

in accordance with the provisions of the Contract.

Days are calendar days; months are calendar months.

A Defectis any part of the Works not completed in accordance with the Contract.

The Defects Liability Period is the period named in the Contract Data and calculated from

the Completion Date.

The Employer is the party who will employ the Contractorto carry out the,Works.

The Engineer is the person named in the Contract Data (or any other competent person

appointed and notified to the contractor to act in replacement of the Engineer) who is responsible

for supervising the Contractor, administering the Contract, certifying payments due to the

Contractor, issuing and valuing Variations to the Contract, awarding extensions of time, and valuing

the Compensation Events.

Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to

construct the Works.

The Initial Contract Price is the Contract Price listed in the Employer's Letter of

Acceptance.

The Intended Completion Date is the date on which it is intended that the Contractor shall

complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended

Completion Date may be revised only by the Engineer by issuing an extension of time.

Materials are all supplies, including consumables, used by the contractor for incorporation in

the Works.

Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or

chemical or biological function.

The Site is the area defined as such in the Contract Data.

Site Investigation Reports are those which were included in the Bidding documents and are

factual interpretative reports about the surface and sub-surface conditions at the site.

Specification means the Specification of the Works included in the Contract and any

modification or addition made or approved by the Engineer.

Page 39: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

39

The Start Date is given in the Contract Data. It is the date when the Contractor shall

commence execution of the works. It does not necessarily coincide with any of the Site Possession

Dates.

A Subcontractor is a person or corporate body who has a Contract with the Contractor to

carry out a part of the work in the Contract which includes work on the Site.

Temporary Works are works designed, constructed, installed, and removed by the

Contractor which are needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer, which varies the Works.

The Works are what the Contract requires the Contractor to construct, install, and turn over

to the Employer, as defined in the Contract Data.

2.0 Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or

neuter, and the other way around. Headings have no significance. Words have their normal meaning

under the language of the Contract unless specifically defined. The Engineer will provide

instructions clarifying queries about the Conditions of Contract. 2.2 If sectional completion is specified in the Contract Data, references in theConditions of Contract to

the Works, the Completion Date, and the Intended Completion.

Date apply to any Section of the Works (other than references to the Completion Date and Intended

Completion date for the whole of the Works). 2.3. The documents forming the Contract shall be interpreted in the following order of priority:

(1) Agreement (2) Letter of Acceptance, notice to proceed with the works (3) Contractor's Bid (4) Contract Data (5) Conditions of Contract including Special Conditions of Contract (6) Specifications (7) Drawings (8) Bill of quantities and (9) any other document listed in the Contract Data as forming part of the Contract.

3.0 Language and Law

3.1 The language of the Contract and the law governing the Contract are stated in the ContractData. 4.0 Engineer's Decisions

4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the

Employer and the Contractor in the role representing the Employer. 5.0 Delegation

5.1 The Engineer may delegate any of his duties and responsibilities to other people except tothe

Adjudicator after notifying the Contractor and may cancel any delegation afternotifyingthe

Contractor.

6.0 Communications

6.1 Communications between parties which are referred to in the conditions are effective onlywhen in

writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act). 7.0 Sub-contracting

7.1 The Contractor may sub-contract any portion of work, upto a limit specified in Contract Data, with

the approval of the Engineer but may not assign the Contract without the approval of the Employer in

writing. Sub-contracting does not alter the Contractor's obligations.

Page 40: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

40

8.0 Other Contractors

The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and

the Employer between the dates given in the Schedule of otherContractors. The Contractor shall as

referred to in the Contract Data, also provide facilities and services for them as described in the

Schedule. The employer may modify the schedule of other contractors and shall notify the contractor of

any such modification.

9.0 Personnel

9.1 The Contractor shall employ the key personnel named in the Schedule of KeyPersonnel as referred

to in the Contract Data to carry out the functions stated in the Schedule or other personnel approved

by the Engineer. The Engineer will approve any proposed replacement of key personnel only if their

qualifications, abilities, and relevant experience are substantially equal to or better than those of the

personnel listed in the Schedule. 9.2. If the Engineer asks the Contractor to remove a person who is a member of the Contractor's staff or

his work force stating the reasons the Contractor shall ensure that the person leaves the Site within

seven days and has no further connection with the work in the Contract.

10.0 Employer's and Contractor's Risks

The Employer carries the risks which this Contract states are Employer's risks, and the Contractor

carries the risks which this Contract states are Contractor's risks.

11.0 Employer's Risks

11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the

execution of the Works in India, the risks of war, hostilities, invasion, act of foreign enemies,

rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or disorder

(unless restricted to the Contractor's employees), and contamination from any nuclear fuel or nuclear

waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other than

the Contractor's design.

12.0 Contractor's Risks

All risks of loss of or damage to physical property and of personal injury and death which arise

during and in consequence of the performance of the Contract other than the excepted risks are the

responsibility of the Contractor.

13.0 Insurance

13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance

cover from the Start Date to the end of the Contract Period, in the amounts and deductibles stated in

the Contract Data for the following events which are due to the Contractor's risks:

(a) loss of or damage to the Works, Plant and Materials;

(b) loss of or damage to Equipment:

(c) loss of or damage of property (except the Works, Plant, Materials and Equipment) in connection

with the Contract; and

(d) personal injury or death.

13.2 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the

Engineer's approval before the Start Date. All such insurance shall provide for compensation to be

payable in the types and proportions of currencies required to rectify the loss or damage incurred. 13.3 If the Contractor does not provide any of the policies and certificates required, the Employer may

effect the insurance which the Contractor should have provided and recover the premiums the

Employer has paid from payments otherwise due to the Contractor or, if no payment is due, the

payment of the premiums shall be a debt due. 13.4 Alterations to the terms of an insurance shall not be made without the approval of the Engineer. 13.5 Both parties shall comply with any conditions of the insurance policies.

Page 41: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

41

14.0 Site Investigation Reports

The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the

Contract Data, supplemented by any information available to the Bidder.

15.0 Queries about the Contract Data

15.1 The Engineer will clarify queries on the Contract Data.

16.0 Contractor to Construct the Works

16.1 The Contractor shall construct and install the Works in accordance with the Specification and

Drawings. 17.0 The Works to be Completed by the Intended Completion Date

17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the

Works in accordance with the program submitted by the Contractor, as updated with the approval of

the Engineer, and complete them by the Intended Completion Date. 18.0 Approval by the Engineer

18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to

the Engineer, who is to approve them if they comply with the Specifications and Drawings. 18.2 The Contractor shall be responsible for design of Temporary Works. 18.3 The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary

Works. 18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works where

required.

18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works,

are subject to prior approval by the Engineer before their use.

19.0 Safety

19.1 The Contractor shall be responsible for the safety of all activities on the Site. 20.0 Discoveries

20.1. Anything of historical or other interest or of significant value unexpectedly discovered on the Site is

the property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry

out the Engineer's instructions for dealing with them. 21.0 Possession of the Site

21.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is

not given by the date stated in the Contract Data the Employer is deemed to have delayed the start of

the relevant activities and this will be Compensation Event.

22.0 Access to the Site

22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the

Site, to any place where work in connection with the Contract is being carried out or is intended to

be carried out and to any place where materials or plant are being manufactured / fabricated /

assembled for the works.

23.0 Instructions

23.1 The Contractor shall carry out all instructions of the Engineer pertaining to works which comply with

the applicable laws where the Site is located. 23.2 The Contractor shall permit the Employer to inspect the Contractor's accounts and records relating to

the performance of the Contractor and to have them audited by auditors appointed by the Employer,

if so required by the Employer.

24.0 Disputes

24.1 If the Contractor believes that a decision taken by the Engineer was either outside the authority given

to the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred

to the Dispute Review Expert within 14 days of the notification of the Engineer's decision.

Page 42: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

42

25.0 Procedure of Disputes

25.1. The Employer proposes that [name of proposed Dispute Review Expert as indicated in

Appendix] be appointed as Dispute Review Expert under the Contract, at a daily fee as indicated in

Appendix plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so

state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of the

Dispute Review Expert, the Dispute Review Expert shall be appointed by the Council of Indian Roads

Congress at the request of either party.

25.2 For works costing above Rs.5 Crore the procedure for arbitration will be as per G.R of Law &

Judiciary Department issued vide Sankirn- 2016/C.R. 20/ Ka-19 dt. 13/10/2016 regarding “

Institutional Arbitration Policy”.

26.0 Replacement of Dispute Review Expert

26.1 Should the Dispute Review Expert resign or die, or should the Employer and the Contractor

agree that the Dispute Review Expert is not fulfilling his functions in accordance with the provisions

of the Contract, a new Dispute Review Expert will be jointly appointed by the Employer and the

Contractor. In case of disagreement between the Employer and (he Contractor, within 30 days, the

Dispute Review Expert shall be designated by the Appointing Authority designated in the Contract

Data at the request of either party, within 14 days of receipt of such request.

B. TIME CONTROL

27.0 Programme

27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a

Programme showing the general methods, arrangements, order, and timing for all the activities in the

Works along with monthly cash flow forecast. 27.2 An update of the Programme shall be a programme showing the actual progress achieved on each

activity and the effect of the progress achieved on the timing of the remaining work including any

changes to the sequence of the activities. 27.3 The Contractor shall submitted the Engineer, for approval, an updated Programme at intervals no

longer than the period stated in the Contract Data. If the Contractor does not submit an updated

Programme within this period, the Engineer may withhold the amount stated in the Contract Data

from the next payment certificate and continue to withhold this amount until the next payment after

the date on which the overdue Programme has been submitted. 27.4. The Engineer's approval of the Programme shall not alter the Contractor's obligations. The Contractor

may revise the Programme and submit it to the Engineer again at any time. A revised Programme is

to show the effect of Variations and Compensation Events.

28.0 Extension of the Intended Completion Date

28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a

Variation is issued which makes it impossible for Completion to be achieved by the Intended

Completion Date without the Contractor taking steps to accelerate the remaining work and which

would cause the Contractor to incur additional cost.

28.2 The Engineer shall decide whether and by how much to extend the Intended Completion Date

within 35 days of the Contractor asking the Engineer for a decision upon the effect of a

Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with

a delay, the delay by this failure shall not be considered in assessing the new Intended Completion

Date. 28.3 The Engineer shall within 14 days of receiving full justification from the contractor for extension of

Intended Completion Date refer to the Employer his decision. The Employer shall in not more than

21 days communicate to the Engineer the acceptance or otherwise of the Engineer's decision. If the

Employer fails to give his acceptance, the Engineer shall not grant the extension and the contractor

may refer the matter to the Dispute Review Expert under Clause 24.1.

29.0 Deleted 30.0 Delays Ordered by the Engineer

Page 43: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

43

30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the

Works.

31.0 Management Meetings

31.1 Either the Engineer or the Contractor may require the other to attend a management meeting. The

business of a management meeting shall be to review the plans for remaining work and to deal with

matters raised in accordance with the early warning procedure. 31.2 The Engineer shall record the business of management meetings and is to provide copies of his

record to those attending the meeting and to the Employer. The responsibility of the parties for

actions to be taken is to be decided by the Engineer either at the management meeting or after the

management meeting and stated in writing to all who attended the meeting.

32.0 Early Warning

32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or

circumstances that may adversely affect the quality of the work, increase the Contract Price or delay

the execution of works. The Engineer may require the Contractor to provide an estimate of the

expected effect of the future event or circumstance on the Contract Price and Completion Date. The

estimate is to be provided by the Contractor as soon as reasonably possible. 32.2 The Contractor shall cooperate with the Engineer in making and considering proposals for how the

effect of such an event or circumstance can be avoided or reduced by anyone involved in the work

and in carrying out any resulting instruction of the Engineer.

Page 44: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

44

C. QUALITY CONTROL 33.0 Identifying Defects

33.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects

that are found. Such checking shall not affect the Contractor's responsibilities. The Engineer

may instruct the Contractor to search for a Defect and to uncover and test anywork that the

Engineer considers may have a Defect. 34.0 Tests

If the Engineer instructs the Contractor to carry out a test not specified in the Specification to

check whether any work has a Defect and the test shows that it does, the Contractor shall pay

for the test and any samples. If there is no Defect the test shall be aCompensation Event. 35.0 Correction of Defects

35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the

Defects Liability Period, which begins at Completion and is defined in the Contract Data.

The Defects Liability Period shall be extended for as long as Defects remain to becorrected. 35.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect

within the length of time specified by the Engineer's notice.

36.0 Uncorrected Defects

If the Contractor has not corrected a Defect within the time specified in the Engineer's notice,

the Engineer will assess the cost of having the Defect corrected, and the Contractor will pay

thisamount.

D. COST CONTROL

37.0 Bill of Quantities

37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and

commissioning work to be done by the Contractor.

37.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the

quantity of the work done at the rate in the Bill of Quantities for each item.

38.0 Deleted

38.1 Deleted

38.2Deleted 38.3 Deleted.

39.0 Deleted 40.0 Deleted

Page 45: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

45

41.0 Cash Flow Forecasts

41.1 When the Programme is updated, the contractor is to provide the Engineer with an

updated cash flow forecast.

42.0 Payment Certificates

42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of

the work completed less the cumulative amount certified previously.

42.2. The Engineer shall check the Contractor's monthly statement within 14 days and certify the

amount to be paid to the Contractor after taking into account any credit or debit for the

month in question in respect of materials for the works in the relevant amounts and under

conditions set forth in sub-clause 51(3) of the Contract Data (Secured Advance).

42.3. The value of work executed shall be determined by the Engineer. 42.4. The value of work executed shall comprise the value of the quantities of the items in the

Bill of Quantities completed. 42.5 The value of work executed shall include the valuation of Variations and Compensation

Events. 42.6. The Engineer may exclude any item certified in a previous certificate or reduce the

proportion of any item previously certified in any certificate in the light of later

information.

43.0 Payments

43.1. Payments shall be adjusted for deductions for advance payments, retention, other recoveries

in terms of the contract and taxes at source, as applicable under the law. The bill shall be

paid after due verification and upon availability of budget. 43.2. If an amount certified is increased in a later certificate as a result of an award by the

Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed payment

as set out in this clause. Interest shall be calculated from the date upon which the increased

amount would have been certified in the absence of dispute. 43.3. Items of the Works for which no rate or price has been entered in will not be paid for by the

Employer and shall be deemed covered by other rates and prices in the Contract.

44.0 Compensation Events

44.1 Compensation shall be applicable and only extension may be considered on merits if not on

part of Contractor

44.2 The Contractor shall not be entitled to compensation to the extent that the Employer's

interests are adversely affected by the Contractor not having given early warning or not

having cooperated with the Engineer.

45.0 Tax

45.1 The rates quoted by the Contractor shall be deemed to be inclusive of the labour welfare

cess and other taxes (other than GST) that the Contractor will have to pay for the

performance of this Contract. The Employer will perform such duties in regard to the

deduction of such taxes at source as per applicable law.

45.2 Payment of GST

1 Bidder shall quote his rate excluding GST

2 GST shall be payble on the accepted contract value.

3 GST shall be paid to contractor on the amount of bill of sork done as per prevailing rate

of GST during the period of work done

46.0 Currencies

46.1 All payments shall be made in Indian Rupees.

47.0 As per Cl- 37 – Price Adjustment

Page 46: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

46

48.0 Retention

48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in

the Contract Data until Completion of the whole of the Works. 48.2 On Completion of the whole of the Works total amount retained is repaid to the Contractor

after contract Period has passed and the Engineer has certified that all the works completed

as per specification of contract document.

48.3 On completion of the whole works, the contractor may substitute retention money with an

"on demand" Bank guarantee. 49.0 Liquidated Damages

49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the

Contract Data for each day that the Completion Date is later than the Intended Completion

Date (for the whole of the works or the milestone as stated in the contract data). The total

amount of liquidated damages shall not exceed the amount defined in the Contract Data. The

Employer may deduct liquidated damages from payments due to the Contractor. Payment of

liquidated damages does not affect the Contractor's liabilities.

49.2 If the Intended Completion Date is extended after liquidated damages have beenpaid, the

Engineer shall correct any overpayment of liquidated damages by the Contractor by

adjusting the next payment certificate. The Contractor shall be paid interest on the over

payment calculated from the date of payment to the date of repayment at the rates specified

in Sub Clause 43.1. 49.3. If the contractor fails to comply with the time for completion as stipulated in the tender,

then the contractor shall pay to the employer the relevant sum stated in the Contract Data

as Liquidated damages for such default and not as penalty for everyday or part of day

which shall elapse between relevant time for completion and the date stated in the taking

over certificate of the whole of the works on the relevant section, subject to the limit

stated in the contract data.

The employer may, without prejudice to any other method of recovery deduct the

amount of such damages from any monies due or to become due to the contractor. The

payment or deduction of such damages shall not relieve the contractor from his

obligation to complete the works on from any other of his obligations and liabilities

under the contract. 49.4. If, before the Time for Completion of the whole of the Works or, if applicable, any

Section, a Taking - Over Certificate has been issued for any part of the Works or of a

Section, the liquidated damages for delay in completion of the remainder of the Works or

of that Section shall, for any period of delay after the date stated in such Taking-Over

Certificate, and in the absence of alternative provisions in the Contract, be reduced in the

proportion which the value of the part so certified bears to the value of the whole of the

Works or Section, as applicable. The provisions of this Sub-Clause shall only apply to the

rate of liquidated damages and shall not affect the limit thereof.

50.0 Deleted

51.0 Secured Advance -

The Engineer shall make advance payment in respect of materials intended for but not yet

incorporated in the Works in accordance with conditions stipulated in the Contract Data.

52.0 Securities

52.1 The Performance Security (including additional security for unbalanced bids) shall be

provided to the Employer no later than the date specified in the Letter of Acceptance and

shall be issued in an amount and form and by a bank or surety acceptable to the Employer,

and denominated in Indian Rupees. The Performance Security and additional security for

unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of

completion.

53.0 Deleted

54.0 Cost of Repairs

Page 47: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

47

54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start

Date and the end of the Defects Correction periods shall be remedied by the Contractor at

the Contractor's cost if the loss or damage arises from the Contractor's acts or omissions.

E. FINISHING THE CONTRACT

55.0 Completion

55.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the Works

and the Engineer will do so upon deciding that the Work is completed. 56.0 Taking Over

56.1 The Employer shall take over the Site and the Works within seven days of the Engineer

issuing a certificate of Completion.

57.0 Final Account

57.1. The Contractor shall supplyto the Engineer a detailed account of the total amount that the

Contractor considers payable under the Contract before the end of the Defects Liability

Period. The Engineer shall issue a Defect Liability Certificate and certify any final payment

that is due to the Contractor within 56 days of receiving the Contractor's account if it is

correct and complete. If it is not, the Engineer shall issue within 56 days a schedule that

states the scope of the corrections or additions that are necessary. If the Final Account is still

unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable

to the Contractor and issue a payment certificate, within 56 days of receiving the

Contractor's revised account.

58.0 Operating and Maintenance Manuals-

58.1 If "as built" Drawings and/or operating and maintenance manuals are required, the

Contractor shall supply them by the dates stated in the Contract Data.

58.2 If the Contractor does not supply the Drawings and/or manuals by the datesstated in the

Contract Data, or they do not receive the Engineer's approval, the Engineer shall withhold

the amount stated in the Contract Data from payments due to the Contractor.

59.0 Termination

59.1 The Employer or the Contractor may terminate the Contract if the other party causes a

fundamental breach of the Contract.

59.2 Fundamental breaches of Contract include, but shall not be limited to the following:

(a) the Contractor stops work for 15 days when no stoppage of work is shown on the

current Programme and the stoppage has not been authorized by the Engineer;

(b) the Engineer instructs the Contractor to delay the progress of the Works and the

instruction is not withdrawn within 28 days;

(c) the Employer or the Contractor is made bankrupt or goes into liquidation other than for

a reconstruction or amalgamation;

(d) a payment certified by the Engineer is not paid by the Employer tothe Contractor

within 56 days of the date of the Engineer's certificate;

(e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental

breach of Contract and the Contractor fails to correct it within a reasonable period of

time determined by the Engineer;

(f) the Contractor does not maintain a security which is required;

(g) the Contractor has delayed the completion of works by the number of days for which

the maximum amount of liquidated damages can be paid as defined in the Contract

data; and

(h) if the Contractor, in the judgment of the Employer has engaged in corrupt or fraudulent

practices in competing for or in executing the Contract.

For the purpose of this paragraph: "corrupt practice" means the offering,

giving, receiving or soliciting of any thing of value to influence the action of a public

official in the procurement process or in contract execution. "Fraudulent practice"

means a misrepresentation of facts in order to influence a procurement process or the

execution of a contract to the detriment of the Borrower, and includes collusive practice

Page 48: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

48

among Bidders (prior to or after bid submission) designed to establish bid prices at

artificial non-competitive levels and to deprive the Borrower of the benefits of free and

open competition."

59.3 When either party to the Contract gives notice of a breach of contract to the Engineer for a

cause other than those listed under Sub Clause 59.2 above, the Engineer shall decide whether

the breach is fundamental or not.

59.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

59.5 If the Contract is terminated the Contractor shall stop work immediately, make the Site safe

and secure and leave the Site, Soon as reasonably possible.

60.0 Payment upon Termination

60.1 If the-Contract is terminated because of a fundamental breach of Contract by theContractor,

the Engineer shall issue a certificate for the value of the work done less advance payments

received up to the date of the issue of the certificate, less other recoveries due in terms of the

contract, less taxes due to be deducted at source as per applicable law and less the

percentage to apply to the work not completed as indicated in the Contract Data. Additional

Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any

payment due to the Contractor the difference shall be a debt payable to the Employer. 60.2 If the Contract is terminated at the Employer's convenience or because of a fundamental

breach of Contract by the Employer, the Engineer shall issue a certificate for the value of the

work done, the cost of balance material brought by the contractor and available at site, the

reasonable cost of removal of Equipment, repatriation of the Contractor's personnel

employed solely on the Works, and the Contractor's costs of protecting and securing the

Works and less advance payments received up to the date of the certificate, less other

recoveries due in terms of the contract and less taxes due to be deducted at source as per

applicable law.

61.0 Property

61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be

the property of the Employer, if the Contract is terminated because of a Contractor's default. 62.0 Release from Performance

If the Contract is frustrated by the outbreak of war or by any other event entirelyoutside the

control of either the Employer or the Contractor the Engineer shall certify that the Contract has

been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible

after receiving this certificate and shall be paid for all work carried out before receiving it and

for any work carried out afterwards to which commitment was made.

F. SPECIAL CONDITIONS OF CONTRACT

1. LABOUR:

The Contractor shall, unless otherwise provided in the Contract, make his ownarrangements

for the engagement of all staff and labour, local or other, and for their payment, housing,

feeding and transport.

The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in

such form and at such intervals as the Engineer may prescribe, showing the staff and the

numbers of the several classes oflabour from time to time employed by the Contractor on the

Site and such other information as the Engineer may require.

2. COMPLIANCE WITH LABOUR REGULATIONS:

During continuance of the contract, the Contractor and his sub-contractors shall abide at all

times by all existing labour enactments and rules made there under, regulations, notifications

and bye laws of the State or Central Government or local authority and any other labour law

(including rules), regulations, bye laws that may be passed or notification that may be issued

under any labour law in future either by the State or the Central Government or the local

authority. Salient features of some of the major labour laws that are applicable to construction

industry are given below. The Contractor shall keep the Employer indemnified in case any

action is taken against the Employer by the competent authority on account of contravention of

any of the provisions of any Act or rules made there under, regulations or notifications

including amendments. If the Employer is caused to pay or reimburse, such amounts as may be

necessary to cause or observe, or for non-observance of the provisions stipulated in the

Page 49: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

49

notifications/bye laws/Acts/Rules/regulations including amendments, if any, on the part of the

Contractor, the Engineer/Employer shall have the right to deduct any money due to the

Contractor including his amount of performance security. The Employer/Engineer shall also

have right to recover from the Contractor any sum required or estimated to be required for

making good the loss or damage suffered by the Employer.

The employees of the Contractor and the Sub-Contractor in no case shall be treated as

theemployees of the Employer at any point of time.

3) As per the directives laid down by the Government of Maharashtra Department of

Industries, Energy and labour Mantralaya Mumbai GR No BCA -2009/ Case No 108/

Labour –7 A Dt 17.6.2010. Cess @ 1% (One percent) shall be deducted at source, from every bill

of the contractor by the Executive engineer under Building and other construction for workers

welfare, cess act 1996.

4) Insurance of Contract work.

Contractor shall take out necessary Insurance Policy/Policies (Viz contractors all risk

Insurance policy, Erection all risk, Insurance policy etc. as decided by the Directorate of

Insurance) so as to provide adequate insurance cover for execution of the awarded work for

total contract value and complete contract period compulsorily from the, “Directorate of

Insurance, Maharashtra State, Mumbai” only. Its postal address for correspondence is “264,

MHADA, First Floor, Opp. Kalanagar, Bandra (East) Mumbai-400051”. (Telephone Nos.

26590403/26590690 and Fax Nos. 26592461/26590403. Similarly all workmen appointed to

complete the contract work are required to insure under workmen’s compensation insurance

Policy. Insurance Policy/Policies taken out

from any other company will not be accepted. If any Contractor has effected Insurance with

any Insurance Company, the same will not be accepted and the amount of premium calculated

by the Government Insurance Fund will be recovered directly from the amount payable to the

Contractor for the executed contract work and paid to the Directorate of Insurance Fund

Maharashtra State, Mumbai. The Director of Insurance reserves the right to distribute the risk

of insurance among the other resources.

5) Contractor shall submit a certificate to the effect that “All the payments to the labour/staff are

made in bank accounts of staff linked to Unique Identification Number (AADHAR CARD).”

The certificate shall be submitted by the contractor within 60 days from the commencement of

contract. If the time period of contract is less than 60 days then such certificates shall be

submitted within 15 days from the date of commencement of contract.

38. Royalty:- Royalty charges will be recovered from the contractor's bills as pe material

consumption in that bill. Royalty so recovered, will be kept in deposit. Contractors will

have to submit "Royalty Clearance Certificate" from the Revenue Authority; failing

which the recovered royalty amount will be transferred to Revenue Authority.

Page 50: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

50

SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TOESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTIONWORK.

(a) Workmen Compensation Act 1923 :- The Act provides for compensation in case of injury by

accident arising out of and during the course of employment.

(b) Payment of Gratuity Act 1972 :- Gratuity is payable to an employee under the Act on

satisfaction of certain conditions on separation if an employee has completed 5 years service

or more on death, the rate of 15 days wages for every completed year of service. The Act is

applicable toall establishments employing 10 or more employees.

(c) Employees P.P. and Miscellaneous Provision Act 1952:The Act Provides for monthly

contributions by the employer plus workers @ 10%or 8.33%. The benefits payable under the

Act are:

(i) Pension or family pension on retirement or death, as the casemay be.

(ii)Deposit linked insurance on the death in harness of the worker.

(iii)Payment of P.P. accumulation on retirement/death etc.

(d) Maternity Benefit Act 1951:- The Act provides for leave and some other benefits to women

employees in case of confinement or miscarriage etc.

(e) Contract Labour (Regulation & Abolition) Act 1970:- The Act provides for certain welfare

measures to be provided by the Contractor to contract labour and in case the Contractor fails to

provide, the same are required to be provided, by the Principal Employer by Law. The

Principal Employer is required to take Certificate of Registration and the Contractor is

required to take licence from the designated Officer. The Act is applicable to the

establishments or Contractor of Principal Employer, ifthey employ 20 or more contract labour. (f) Minimum Wages Act 1948 :- The Employer is supposed to pay not less than the Minimum

Wages fixed by appropriate Government as per provisions of the Act, if the employment is a

scheduled employment. Construction of Buildings, Roads, Runways are scheduled

employments. (g) Payment of Wages Act 1936:- Itlays down as to by what date the wages are to be paid, when it

will be paid and what deductions can be made from the wages of the workers. (h) Equal Remuneration Act 1979 :- The Act provides for payment of equal wages for work of

equal nature to Male and Female workers and for not making discrimination against Female

employees in the matters of transfers, training and promotions etc.

(i) Payment of Bonus Act 1965 :- The Act is applicable to all establishments employing 20 or

more employees. The Act provides for payments of annual bonus subject to a minimum of

8.33% of wages and maximum of 20% of wages to employees drawing Rs.3S00/-per month or

less. The bonus to be paid to employees getting Rs.2S00/- per month or above upto Rs.3500/-

per month shall be worked out by taking wages as Rs.2S00/ -per month only. The Act does not

apply to certain establishments. The newly set-up establishments are exempted for five years

in certain circumstances. Some of the State Governments have reduced the employment size

from 20 to 10 for the purpose of applicability of this Act.

(j) Industrial Disputes Act 1947 :- The Act lays down the machinery andprocedure for

resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal and

what are the requirements for laying off or retrenching the employees or closing down the

establishment. (k) Industrial Employment (Standing Orders) Act 1946 :-It is applicable to all establishments

employing 100 or more workmen (employment size reduced by some of the States and Central

Government to SO). The Act provides for laying down rules governing the conditions of

employment by the Employer on matters provided in the Act and get the same certified by the

designated Authority. (l) Trade Unions Act 1926 :- The Act lays down the procedure for registration of trade unions of

workmen and employers. The Trade Unions registered under the Act have been given certain

immunities from civil and criminal liabilities. (m) Child Labour (Prohibition & Regulation) Act 1986 :- The Act prohibits employment of

children below 14 years of age in certain occupations and processes and provides for

regulation of employment of children in all other occupations and processes. Employment of

Child Labour is prohibited in Building and Construction Industry.

Page 51: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

51

(n) Inter-State Migrant workmen's (Regulation of Employment & Conditions of Service) Act 1979

:- The Act is applicable to an establishment which employs 5 or more inter-state migrant

workmen through an intermediary (who has recruited workmen in one state for employment in

the establishment situated in another state). The Inter-State migrant workmen, in an

establishment to which this Act becomes applicable, are required to be provided certain

facilities such as housing, medical aid, travelling expenses from home upto the establishment

and back, etc. (0) The Building and Other Construction workers (Regulation of Employment and Conditions of

Service) Act 1996 and the Cess Act of 1996 :- All the establishments who carryon any building

or other construction work and employs 10 or more workers are covered under this Act. All

such establishments are required to pay cess at the rate not exceeding 2% of the cost of

construction as may be modified by the Government. The Employer of the establishment is

required to provide safety measures at the Building or construction work and other welfare

measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for

workers near the work place etc. The Employer to whom the Act applies has to obtain a

registration certificate from the Registering Officer appointed by the Government.

(p) Factories Act 1948:- The Act lays down the procedure for approval of plans before setting up a

factory, health and safety provisions, welfare provisions, working hours, annual earned leave

and rendering information regarding accidents or dangerous occurrences to designated

authorities. It is applicable to premises employing 10 persons or more with aid of power or 20

or more persons without the aid of power engaged in manufacturing process.

(q) The Contractor shall ………. of works DGIC at a . If 3 ARBITRATION

3.1. The Employer proposes that [name of proposed Dispute Review Expert as indicated in

Appendix] be appointed as Dispute Review Expert under the Contract, at a daily fee as

indicated in Appendix plus reimbursable expenses. If the Bidder disagrees with this proposal,

the Bidder should so state in the Bid. If in the Letter of Acceptance, the Employer has not

agreed on the appointment of the Dispute Review Expert, the Dispute Review Expert shall be

appointed by the Council of Indian Roads Congress at the request of either party.

3.2 For works costing above Rs.5 Crore the procedure for arbitration will be as per G.R of

Law & Judiciary Department issued vide Sankirn- 2016/C.R. 20/ Ka-19 dt. 13/10/2016

regarding “ Institutional Arbitration Policy”.

Page 52: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

52

SECTION-4

CONTRACTDATA

Page 53: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

53

Contract Data

Items marked “N/A” do not apply in this Contract Clause

Reference

with

respect to

Section - 3

1. The Employer is Executive Engineer, Public Works Division Pandharkawda Name :

Address :

[Cl.1.1]

2. The Engineer is Executive Engineer, Public Works Division Pandharkawda

3. The Dispute Review Expert appointed jointly by the employer and Contractor is: [Cl.1.1]

* Name : Superintending Engineer, P.W.Circle Yavatmal ?

*Address:

4. The Defects Liability Period is 60 Months from the date of Completion. [Cl.1.1 & 35]

5. The Start Date shall be …. days from the date of issue of the Work Order. [Cl.1.1]

6. The Intended Completion Date for the whole of the Works is …. days including

monsoon period after start of work with the following milestones:

[Cl.1.1,17&28]

Milestone dates: [Cl.2.2,& 49.1]

Physical Works to be completed Period from the start date

i) Milestone 1 : 20% of work 06 months

ii) Milestone 2 : 50% of work

12 months

iii) Milestone 3 : 70% of work

18 months

vi) Milestone 4 : 100% of work

24 months

7. Site Location - Site is located at Pandharkawda Tq. Kelapur in Yavatmal

Dist Yavatmal. in Maharashtra State

[Cl.1.1]

8. The name and identification number of the Contract is:- [Cl.1.1]

Page 54: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

54

9 The work consist of ...

1. ……………..

2. …………….

3. The works shall, inter alia, include the following, as specified or as

directed:

(A) Road Works

Site Clearance; setting out and layout; widening of existing carriageway and strengthening including camber corrections;

construction of new road/parallel service road; bituminous pavements

remodelling/construction of junctions, intersections, bus bays,

laybyes; supplying and placing of drainage channels, flumes, guard

posts and guard other related items; construction/extension of cross

drainage works, bridges, approaches and other related stones; road

markings, road signs and kilometre / hectometre stones; protective

works for roads/bridges; all aspects of quality assurance of various

components of the works rectification of the defects in the completed

works during the Defects Liability Period; submission of “ As Built”

drawings and other related documents; and other item of work as may

be required to be carried out for completing the works in accordance

with the drawings and provisions of the contract to ensure safety. (B) Bridge Works

Site Clearance; setting out, provision of foundations, piers abutments

and bearings; pre-stressed / reinforces cement concrete

superstructure; wearing coat, hand railing, expansion joints, approach

slabs, drainage spouts / downtake pipes, arrangements for fixing light

posts, water mains, utilities etc. provision of suitably designed

protective works, wing / return walls; provision of road markings, road signs etc. all aspects of quality assurance; clearing the site and

handing over the works on completion; rectification of the defects

during the Defects Liability Period and submission of “ As Built”

drawings and other related documents; and other item of work as may

be required to be carried out for completing the works in accordance

with the drawings and provisions of the contract to ensure safety.

(C) Buildings and Other Items

Any other items as required to fulfil all contractual obligations as per

the Bid documents

[Cl.1.1]

10. The following documents also form part of the Contract:.......................

[ Cl. 2.3(9) ]

11. The law, which applies to the Contract, is the law of Union of India. [ Cl. 3.1 ]

12. The language of the Contract documents is English [ Cl. 3.1 ]

13. Limit of subcontracting – 50 % of the Initial Contract Price [ Cl. 7.1 ]

14. The Schedule of Other Contractors – [ Cl. 8 ]

15. The Schedule of Key personnel - As per Annex-II to section I [Cl. 9]

16. The minimum insurance cover for physical property, injury and death is Rs.5

lakhs per occurrence with the number of occurrences limited to four. After each

occurrence, Contractor will pay additional premium necessary to make insurance valid for four occurrences always.

[Cl. 13]

17. Site investigation report – To be assessed by the contractor [Cl. 14]

18. The site possession Dates shall be same day from issue of Work order to proceed with the work.

[Cl. 21]

Page 55: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

55

19. Fees and types of reimbursable expenses to be paid to the Dispute Review Board

(To be inserted later)

[Cl. 25]

20. Appointing Authority for the Dispute Review Expert-Council, Indian Roads

Congress, New Delhi [Cl. 26]

21. The period for submission of the programme for approval of Engineer shall be 21

days from the issue of letter of Acceptance [Cl. 27.1]

22. The period between programme updates shall be … day. [Cl. 27.3]

23. The amount to be withheld for late submission of an update programme shall be

Rs. ……

[Cl. 27.3]

24. The following events shall also be Compensation Events: [Cl. 44]

Substantially adverse ground conditions encountered during the course of

execution of work not provided for in the bidding document –

(i) Removal of underground utilities detected subsequently

(ii) Significant change in classification of soil requiring additional

mobilisation by the contractor e.g. ordinary soil to rock excavation

(iii) Removal of unsuitable material like marsh, debris dumps etc. not caused

by the contractor

(iv) Artesian conditions.

(v) Seepage, erosion, landslide

(vi) River training requiring protection of permanent work

(vii) Presence of historical, archaeological or religious structures, monuments

interfering with the works

(viii) Restriction of access to ground imposed by civil. judicial, or military

authority.

25. The currency of the Contract is Indian Rupees [Cl. 46]

26. The Proportion of payments retained (retention money) shall be 6 % from each

bill subject to a maximum of 5 % of final contract price.

[Cl. 48]

27. Amount of liquidated damages for delay in

completion of works (I) for Whole of work [Cl. 49]

(1/2000)th of the initial contract

price rounded off to the nearest

thousand per day

(II) for sectional completion

28. Nature of Advances Amount (Rs.)Conditions to be

fulfilled

(Whatever specified in Item 6

of Contract Data) - (1/200)th of

initial contract price for section

of work under

(i) milestone I rounded off to

the nearest thousand per day.

(ii) milestone II rounded off to the nearest thousand per day

i.e. Rs.200000/- (Rs. Two lakh

only)per day.

28 Maximum limit of liquidated damages for

delay in completion of work.

10 percent of the Initial

contract Price rounded off to

the nearest thousand. i.e. (Rs.

only)

[Cl. 49]

Page 56: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

56

29. The amounts of the advance payment are. [Cl. 51 &

52]

Nature of advance Amount (Rs.) Conditions to

be fulfilled

ii. *EQUIPMENT

DELETED

90% for new and 50% of depreciated value

for old equipment.

Total amount will be

subject to a maximum

of 5 % of the Contract

Price.

After equipment is brought to site (provided the Engineer is satisfied that the equipment is required

for performance of the contract) and on submission

of unconditional Bank Guarantee for amount of

advance.

i. *EQUIPMENT

90% for new and 50%

of depreciated value

for old equipment.

Total amount will be

subject to a maximum

of 5 % of the Contract

Price.

After equipment is brought to

site (provided the Engineer is

satisfied that the equipment is

required for performance of the

contract) and on submission of

unconditional Bank Guarantee

for amount of advance.

ii. Secured advance for

non-perishable materials brought to

site

75% of Invoice Value a) The materials are in

accordance with the

specification for works.

b) Such materials have been

delivered to site, and are

properly stored and protected

against damage or deterioration

to the satisfaction of the

Engineer. The Contractor shall

store the bulk material in

measurable stacks;

c) The Contractor’s records of

the requirements, orders,

receipt and use of materials are

kept in a form approved by the

Engineer and such records shall

be available for inspection by

the Engineer.

d) The contractor has submitted

with his monthly statement the

estimated value of the materials

on site together with such

documents as may be required by the Engineer for the purpose

of valuation of the materials

and providing evidence of

ownership and payment

thereof.

e) Ownership of such materials

shall be deemed to vest in the

Employer for which the

Contractor has submitted an

Indemnity Bond in an acceptable format, and

f) The quantities of materials

are not excessive and shall be used within a reasonable time

as determined by the Engineer

[Cl. 45]

29. Repayment of Secured advance

The advance shall be repaid from each monthly payments to the extent materials

[for which advance was previously paid pursuant to Clause 51.4 of G. C. C. ]

have been incorporated into the works.

[Cl. 51.4]

30. The Securities shall be for the following minimum amounts equivalent as a

percentage of the Contract Price:

Performance Security for 2% (Two percent) of contract price plus

Rs....................... (to be decided after evaluation of the bid) as additional security

in terms of ITB Clause 29.5

The Standard form of Performance Security acceptable to the Employer shall be

an unconditional Bank Guarantee of the type as presented in Section 8 of the

Bidding Documents.

[Cl. 52]

Page 57: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

57

36. Star Rates :-

The Star Rates for Bitumen, Steel and Cement are as follows.

1. Bitumen V.G. 30 Grade - Rs. 32410/- per M.T.

2. Bitumen V.G. 10 Grade - Rs. 26130/- per M.T.

3. Cement Rs. 4200/- per M.T.

4. Steel Rs. 33425/- per M.T.

The difference between purchase price of contractor and the Star Rate shall be Recoverable / Payable to

/ from the contractor

37. Price Adjustment :-

Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels

and lubricants excluding bitumen, cement and steel in accordance with the following principles and

procedures and as per formula given in the contract data. The price variation clause to be included shall be

read as follows:

(a) The price adjustment shall apply for the work done from the start date given in the contract data upto end

of the initial intended completion date or extensions granted by the Engineer and shall not apply to the work

carried out beyond the stipulated time for reasons attributable to the contractor. (b) The price adjustment shall

be determined during each month from the formula given in the contract data. (c) Following expressions and

meanings are assigned to the work done during each month:

R = Total value of work done during the month. It would include the amount of secured advance

granted, if any, during the month, less the amount of secured advance recovered, if any during the month. It

will exclude value for works executed under variations for which price adjustment will be worked separately

based on the terms mutually agreed.

To the extent that full compensation for any rise or fall in costs to the contractor is not covered by

the provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall be

deemed to include amounts to cover the contingency of such other rise or fall in costs.

The formula (e) for adjustment of prices are: R = Value of work

Adjustment for labour component (i) Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance with the

following formula:

(ii) VL= 0.85 x P1/lOO x R x (LI- Lo )/Lo

(iii) VL= increase or decrease in the cost of work during the month under consideration due to changes

in rates for local labour.

(iv) Lo= the consumer price index for industrial workers for the State on 28 days preceding the date of

opening of Bids as published by Labour Bureau, Ministry of Labour, Government of India.

(v) LI= The consumer price index for industrial workers for the State for the under consideration as

published by Labour Bureau, Ministry of Labour, Government of India.

(vi) PI= Percentage of labour component of the work.

Adjustment of POL (fuel and lubricant) component

(v) Price adjustment for increase or decrease in cost of POL (fuel and lubricant) shall be paid in accordance

with the following formula:

Vf = 0.85 x P/100 x R x (F, - F)/Fo

31. The Schedule of Operating and Maintenance Manuals ................N/A [Cl. 58]

32. The date by which “as-built’ drawings (in scale as directed) in 2 sets are required

is within 28 days of issue of certificate of completion of whole or section of the

work, as the case may be.

[Cl. 58]

33. The amount to be withheld for failing to supply “as-built” drawings by the date

required is Rs. ………. Lakh.

[Cl. 58]

34. The following events shall also be fundamental breach of contract : “The

Contractor has contravened Sub-Clause 7.1 and Clause 9 of GCC.”

[Cl. 59.2]

35. The Percentage to apply to the value of the work not completed representing the

Employer’s additional cost for completing the Works shall be 20 percent.

[Cl. 60]

Page 58: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

58

Vf = Increase or decrease in the cost of work during the month under consideration due to changes in rates

for fuel and lubricants.

Fo = The official retail price of High Speed Diesel (HSD) at the existing consumer pumps of IOC at nearest

center on the day 28 days prior to the date of opening of Bids.

F, = The official retail price of HSD at the existing consumer pumps of IOC at nearest center for the 15th day

of month of the under consideration.

P, = Percentage of fuel and lubricants component of the work. Note: For the application of this clause, the price of High Speed Diesel oil has been chosen to represent fuel

and lubricants group.

Adjustment of Other materials Component (Excluding bitumen, steel and cement )

(vii) Price adjustment for increase or decrease in cost of local materials other than cement, steel, bitumen and

POL procured by the contractor shall be paid in accordance with the following formula:

Vm = 0.85 x Pm /100 x R x (MI - M0 )/M0

Vm= Increase or decrease in the cost of work during the month under consideration due to changes in rates

for local materials other than cement, steel, bitumen and POL.

M,= The all India wholesale price index (all commodities) on 28 days preceding the date of opening of Bids,

as published by the Ministry of Industrial Development, Government of India, New Delhi.

M, = The all India wholesale price index (all commodities) for the month under consideration as published

by Ministry of Industrial Development, Government of India, New Delhi.

Pm= Percentage of local material component (other than cement, steel, bitumen and POL of the work.

The following percentages will govern the price adjustment for the entire contract:

1. Labour - Pl 31.00 %

2. POL - Pf 02.00 %

3. Other materials - Pm 67.00 %

Note :- Price adjustment will be given for Petrol / Oil / Lubricants (POL), Labour and material other

than bitumen, cement and steel. However the maximum amount due to price variation will be

restricted to 5% of the accepted contract value excluding the compensation payable for the materials

(bitumen, steel and cement) which have been directly given difference in purchase price and star rate.

Page 59: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

59

Scope of Work

Name of Work - : CONSTRUCTION OF COURT BUILDING AT PANDHARKAWDA, TQ.

KELAPUR DISTT. YAVATMAL

Following provisions are made in this estimate.

GF + FF + SF Total Built up Area 5939.43 Sqm

R.C.C Framed structure

i) Excavation in soils of all types

ii) Soling 80mm

iii) P.C.C. 1:4:8

iv) M-25 RCC Conc. : For Raft, for Column upto Plinth, Plinth beam

v) M-20 RCC Conc. : For Column above plinth, Lintel beam, Floor Beam

vi) II nd class BB masonry for foundation & super str.

vii) Flooring

Granite : At Enterance, Corridoor

Vetrified: Court hall & other rooms

Ceramic : For Toilets Dado and Skirting

Chequred: For Ramp

Kotah : Kitchen, Store

Ultra tiles : Court yard

viii) Plaster

6mm Plaster: For Ceiling with putty finish

12mm/20mm Plaster: For internal Walls with putty finish

Sand Faced: For external Walls

Wall Cladding For external Walls

ix) Painting

Internal : Plastic emulsion paint

External : External Weather proof Paint

x) Doors & Windows

Doors :

- Double leaf Panelled door CCTW 60 x 100

frame :- for Enterance door

- Single leaf Panelled door with

Pressed steel sheet door frame

- Granite door frame for Toilet

with PVC shutter

Window : Three track Aluminium/ UPVC Window

Ventilators :- Aluminium/ UPVC louvered ventilators xi) Water Supply and Sanitary fitting

Provision made for water supply and sanitary fittings

B:- Compound Wall

RCC Frame with Column beam footings of M-20 grade

Sand face plaster & Water proof cement paint

Entrance MS Grill Gate with Security Cabin

Page 60: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

60

C:- Sump Tank & Pump House

Sump tank: 2.50m x 5.00m x 2.50m

Pump House 2.50m x 3.0

RCC Frame with Column, beam, raft of M-20 grade

Sand face plaster & Water proof cement paint

Concrete flooring of 40mm thick

D:- Bore well

150mm dia 80m depth

PVC Casing 50m

E:- Internal Road

75 mm thick MPM, 20 mm thick OGC with Liquid Seal Coat.

4 Wheeler and 2 Wheller Parking Shed

F:- Box Cell

M-25 grade Raft Slab, Ballast walls and Deck Slab

M-15 cut off walls, apron

Page 61: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

61

SECTION 5

TECHNICAL SPECIFICATIONS

Page 62: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

62

TECHNICAL SPECIFICATIONS

GENERAL CONDITIONS OF CONTRACT

1) Authority of the Engineer-in-charge.

1.1) So far as it is legally or physically impossible, the contractor shall execute, complete and

maintain the works in strict accordance with the contract under the directions and to the entire

satisfaction of the Engineer-In-Charge and shall comply with and adhere strictly to the Engineer-In-

Charge’s instructions, and directions on any matter (whether mentioned in the contract or not)

pertaining to this works.

1.2) The Engineer-In-Charge shall decide all questions which may arise as to quality and acceptability of

materials furnished and work executed, manner of execution, rate of progress of the works,

interpretation of the plans and specifications and acceptability of fulfillment of the contract on the

part of the contractor. He shall determine the amount and quality of the work performed and

materials furnished and his decision and measurements shall be final. In all such matters and in any

technical questions which may arise touching the contract, his decision shall be binding on the

contractor.

1.3) The Engineer-in-charge shall have the power to enforce such decision and orders if the contractor

fails to carry them out promptly. If the contractor fails to execute the work ordered by the

Engineer-in-charge may give notice to the contractor specifying a reasonable period therein

and on the expiry of the period proceed to execute such work as may be deemed necessary and

recover the cost thereof from the contractor.

1.4) Authorities of the Engineer-in-charge’s Representative :

The duties of the representative of the Engineer-in-charge are to watch and supervise the

work and to test and examine the materials to be used for workmanship employed in connection

with the works.

1.5) The Engineer-in-charge may from time to time, in writing, delegate to his

representative any of the powers and authorities vested in the Engineer-in-charge and shall furnish to

the contractor a copy of all such delegations of powers and authorities. Any written instruction of

approval given by the representative of the Engineer-in-charge to the contractor within the terms of

such delegations (but not otherwise) shall bind the contractor and the department as through, it had

been given by the Engineer-in-charge, provided always as follows :

a) Failure of the representative of the Engineer-in-charge to disapprove any work or

materials shall not prejudice the power of the Engineer-in-charge thereafter to disapprove such

work or materials and to order to pulling down, removal or breaking up thereof.

b) If the contractor is dis-satisfied with any decision of the representative of the Engineer-in-

charge, he shall be entitled to refer the matter to the Engineer-in-charge, who shall there upon

confirm, reverse or vary such decision.

2) Other conditions for submission of Tender.

2.1) The Contractor shall be deemed to have carefully examined the work and site conditions

including labour, the general and the special conditions, the specifications, schedules and drawings

and shall be deemed to have visited the site of the work and to have fully informed himself

regarding the lead conditions including tide and water level, wind and current velocity and sub-soil

conditions and carried out his own investigation to arrive at the rates quoted in the tender. In this

regard he will be given necessary information to the best of knowledge of department but without

any guarantee about it.

2.2) It is presumed that the contractor has carefully gone through the works specifications,

P.W.D. Handbook, M.O.R.T.& H specifications and the schedule of rates of the division and studied

the site conditions before arriving at the rates quoted by him.

Page 63: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

63

3) Treasure trove :

In the event of discovery by the contractor or his employees during the progress of the

works of the any treasure, fossils, minerals or any other articles of value or interest, the contractor

shall give immediate intimation there of to the Engineer-in-charge and alongwith make over to the

Engineer-in-charge this representative such treasure or things which shall be the property of

Government.

3.1) Layout of work :

Layout of the work will be done by the Contractor in consultation with the Executive

Engineer, of the Department or his representative. The modern equipments like Theodolite /

Total station shall be deployed by the contractor at his own cost as directed by the Engineer-in-

charge. Some permanent marks should however be established to indicate the demarcation of the

structure or any component there of made to this permanent marks in measurement books and

drawing, signed by the contractor and the departmental officer. Responsibility regarding layout

will be joint. All vegetation / bushes shall be cleared from site before start of work, so as to stack

the material without hindrance to traffic.

4) Agent and work order book :

4.1) The contractor shall himself engage an authorized all time agent on the work

capable of managing and guiding the work and understanding the specifications and contract

condition. A qualified and experienced Engineer be provided by the contractor as his agent for

technical matters in case the Engineer-in-charge consider this as essential for the work and so directs

the contractor. Agent will take orders as will be given by the Executive Engineer or his

representative and shall be responsible for carrying them out. The agent and/or site Engineer shall

not be changed without prior intimation to the Executive Engineer and his representative on the

work site. The Engineer-in-charge have the unquestionable right to ask for changes in the quality

and strength of Contractors supervisory staff and to order removal from work of any of such staff.

The contractor shall comply with such order and effect replacements of the satisfaction of the

Engineer-in-charge.

4.2 A work order book shall be maintained on site and it shall be the

property of Government and the contractor shall promptly acknowledge the order given therein by

the Engineer or his authorized representative or his superior officer, and comply with them. The

compliance shall be reported by contractor to the Engineer-in-charge in good time so that it can be

checked. The blank work order book, with machine numbered pages in quadruplicate with

perforated sheets for three copies to be detached, will be provided by the department for this

purpose. Whenever any instructions are written in the work order book the contractor will be

supplied with the first carbon copy.

5) Initial measurement for record :

Where for proper measurement of the work it is necessary to have an initial set of levels or

other measurement taken the same as recorded in the authorized field book or M.B. of Government

by the Engineer or his authorized representative will be signed by the contractor who will be entitled

to have a true copy of same made at his cost. Any failure on the part of the contractor to get such

level etc. recorded before starting the work will tender him liable to accept the decision of the

Engineer as to the basis of taking measurements. Likewise the contractor will not cover any work

which will render its subsequent measurement difficult or impossible without first getting the same

jointly measured by himself and the authorized representatives of the Engineer. The record of such

measurements on the Government side will be signed by the contractor and he will be entitled to

have a true copy of the same made at his cost.

Page 64: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

64

6) Custody of work:

All work and materials before being finally taken over by Government will be the entire

liability of the contractor for guarding, maintaining and making good any damages of any magnitude. It is

however, to be understood that before taking over such work. Government will not put it to regular use as

distinct from casual or incidental use, except as specially mentioned elsewhere in this contract or as mutually

agreed to.

7) Co-ordinations :

When several agencies for different sub works of the project are to work simultaneously on

the project site, the contractor shall render full co-ordination for achieving proper co-ordination

between different contractors to ensure timely completion or the whole project smoothly. The

scheduled dates for completion specified in each contract shall, therefore, be strictly adhered to.

Each contractor may make his independent arrangements for water, power, access, housing etc. but

if they so desire he will be at liberty to come to mutual agreement with other contracting agencies in

this behalf and make joint agreement with the approval of the Engineer-in-charge. The contractor

shall not take or cause to be taken any steps or action that may cause disruption, discontent or

disturbance to work, labour or other arrangements etc. of other contractors in the project localities.

Any action by the Contractors which the Engineer-in-charge in his unquestioned discretion,may

consider infringement of the above would be considered as a breach of the contract conditions and

shall be dealt with as such.

In case of any dispute or disagreement between the various contractors, the Engineer-

in-charge’s decisions regarding the coordination, co-operation and facilities to be provided by any

of the contractor shall be final and binding on the contractor concerned & such a decision or

decisions shall not vitiate contract nor absolve the contractor of his obligations under the contract,

nor form the grounds for any claim or compensation.

8) Patented Devices, Materials and Process :

Whenever the contractor desires to use any designed device, material or process covered

by letter of patent copy right, the right for such use shall be secured by suitable legal arrangement

and agreement with patent owners and the copy of their agreement shall be filed with Engineer-in-

charge.

9) Relation with Public Authorities :-

The contractor shall comply with all rules, regulations, by law and directions, given from

time-to-time by any local or public authority or body in connection with this work and shall himself

pay fees or charges which are leviable on him with out any extra cost to Government.

10) Indemnity :

The contractor shall indemnify the Government against all action, suits, claims and

demands brought or made against it in respect of anything done or committed to done by the

contractor in execution of or in connection with the work of this contract any against any loss or

damage to the Government in consequences of anything done or committed to be done in the

execution of the work of this contract. The Government may, at its discretion and entirely at the

cost of contractor, defend such suit either jointly with the contractor or singly, in case the letter

chooses not to defend the case.

11) Stacking, Storage and guarding of materials:

11.1) The stacking and storage of materials at site shall be in such a manner as to prevent

determination or intrusion of foreign matter and to ensure the preservation of their quality,

properties and fitness for the work. Suitable precautions shall be taken by the contractor to protect

against atmospheric actions, fire and other hazard. The materials likely to be carried away by wind

shall be stored in suitable stores or with suitable barricades and where there is likelihood of

subsidence of soil, heavy materials shall be stored on paved platforms. Suitable separating

Page 65: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

65

barricades and enclosures as directed shall be provided to separate materials brought by contractor

and obtained from different sources of supply.

11.2) The contractor shall at his own expenses, engage watchmen for guarding the materials

and plant and machinery and the work during day and night against any pilferage or damage and

also for prohibiting trespassers.

11.3) No materials brought to the site shall be removed from the site without the prior approval

of the Engineer-in-charge.

12) Inspection of work by Engineer-in-charge.

12.1) The contractor shall inform the Engineer-in-charge in writing when any portion of the

work is ready for inspection giving him sufficient notice to enable him to inspect the same without

affection the further progress of the work.

12.2) The contractor shall provide at his cost necessary ladders and such arrangements as are

considered safe by the Engineer-in-charge for proper inspection of all parts of the work by the local

representatives, M.L.A’s and officers etc. No compensation shall be paid to the contractor on this

account.

13) Precaution to be taken by contractor:

13.1) The work shall be carried out by the contractor without causing damage to the

existing Government property and/or private property. If any such damage are caused, the

contractor shall pay for restoration of the property to the original conditions, and any other

consequent damages.

13.2) In the event of an occurrence of an accident, involving serious injury or death of any

person, at site of work or quarry or at any place in connection with the work the same shall be

reported in writing within twenty four hours of the occurrence to the Engineer-in-charge

and the Commissioner of Workmen’s compensation.

14) Clearance of site on completion of works:

The contractor after completion of work shall clean the site of all debris and remove all

unused materials other than those supplied by the department and all plant and machinery,

equipments, tools etc., belonging to him within one month from the date of completion of the work,

or otherwise the same will be removed by the department at his cost or disposed off as per

departmental procedure. In case the material is disposed off by department, the sale proceeds will

be credited to the `contractor’s account after deducting the cost of sale incurred. However, no claim

of contractor regarding the price of amount credited will be entertained afterwards. In case of road

work the vegetation on road formation and slopes shall be cleared at the time of completion by

contractor at his own cost.

15) Removal of Constructional plant with prior permission:

All constructional plant, provided by the contractor shall when brought on the site be

deemed to be exclusively intended for the construction and the contractor shall not remove the same

or any part thereof (Save of the purpose of moving it from one part of the site to another) without

the consent in writing of the Engineer-in-charge who shall record the reasons for withholding the

consent.

16) Restrictions because of local traffic:

As there is Local traffic by the side of construction, the contractor will have to take proper

precautions such as proper barricading, fencing, lighting, information and cautionary boards for safe

and smooth flow of traffic, and keeping the concerned authorities informed about the work in

progress.

Page 66: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

66

17) Completion Certificate:

17.1) The work shall not be considered to have been completed in accordance

with the terms of the contract until the Engineer-in-charge shall have certified in writing to that

effect. No approval of material or workmanship or approval of part of work during the progress of

execution shall bind the Engineer-in-charge or in any way prevent him from even rejecting the work

which is claimed to be completed and to suspend the issue of his certificate of completion until such

alteration and modification or reconstruction have been effected at the cost of the contractor as shall

enable him to certify that the work has been completed to his satisfaction.

17.2) After the work is completed the contractor shall give notice of such completion

to the Engineer-in-charge and within 30 days of receipt of such a notice the Engineer-in-charge

shall inspect the work and if there is no defect in the work, shall furnish the contractor with a

certificate indicating the date of completion. However, if there are any defects which in the opinion

of the Engineer-in-charge are rectifiable he shall inform the contractor the defects noticed. The

contractor after rectification of such defects shall then inform the Engineer-in-charge and Engineer-

in charge on his part shall inspect the work and issue the necessary completion certificate within 30

days if the defects are rectified to his satisfaction, and if not, he shall inform the contractor

indicating defects yet to be rectified. The time cycle as above, shall continue.

17.3) In case defects noticed by the Engineer-in-charge which in his opinion are not

rectifiable but otherwise work is acceptable at reduced payment, work shall be treated as completed.

In such cases completion certificate shall be issued by the Engineer-in-charge within 30 days

indicating the un-rectifiable defects for which specified reduction in payment is being made by him.

17.4) The issue of completion certificate shall not be linked up with the site clearance after

completion of work.

17.5) Should the part of construction is put to use at any stage prior to date of issue of completion

certificate, the maintenance period of that part of the work shall be reckoned from the date of actual

use of the facility.

18) Ancillary Works :

The contractor shall submit to Engineer-in-charge in writing the details of all ancillary

works including layout and specifications to be followed for its construction. Ancillary work shall

not be taken up in hand unless approved by Engineer-in-charge. The Engineer-in-charge reserves

the right to suggest modifications or make complete changes in the layout and specifications

proposed by the contractor at any stage to ensure the safety on the work site. The contractor shall

carry out all such modification to the ancillary works at his own expenses as ordered by Engineer-in-

charge.

19) Temporary Quarter :-

The contractor shall at his own expense make his own arrangement for housing his staff

with all necessary amenities. General layout plan for such structures shall be got approved from the

Engineer-in-charge. It will be the responsibility of the contractor to get his layout plan of temporary

structure approved from the local competent authorities.

20) Safety measures and Amenities :

Safety Measures

The contractor shall take all necessary precautions for the safety of the workers and

preserving their health while working on such jobs as required special protection and precaution

where ever required. The contractor shall also comply with the directions issued by the Engineer-in-

charge in this behalf from time to time at all times.

Page 67: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

67

The following are some of the requirement

i) Providing protective footwear to workers in situations like mixing and placing of

mortar or concrete, in quarries and place where the work is to be done under too much

wet conditions as also for, movements over surfaces infested with oyster growth.

ii) Providing protective hardware to working in quarries etc. to protect them against

accidental fall of materials from above.

iii) Providing handrails at the edge of the floating platforms, barges walkways, ladder etc.

iv) Providing workmen with safety belts, ropes etc. when working on any masts cranes, cribs,

hoists, dredgers etc.

v) Taking necessary steps towards training the workers concerned on the use of machinery

before they are allowed to handle it independently and taking all necessary precautions in

and around the areas where machines, hoists and similar units are working. Wherever

required, the persons handling the machinery shall have requisite licenses, certificate etc.

vi) Preventing over loading and over-crowding of floating and land based machinery and

equipment.

vii) Providing life belts to all men working at such situations from where they may

accidentally fall into water or on the ground, . Equiping the boats with adequate numbers

of life buoys etc.

viii) Avoiding bare live wires etc. as would cause electrocutions.

ix) Making platforms, stagings and temporary structures sufficiently strong and not

causing the workmen and supervisory staff to work under risks.

x) Providing sufficient first-aid trained staff and equipment to be available quickly at the

worksite to render immediate first-aid treatment in case of accident due to suffocation,

drowning and other injuries.

xi) Taking the all necessary precautions wherever drivers are engaged on work.

xii) Providing full length gum boots, leather hand gloves, leather

jackets with fireproof aprons to cover the chest and back

reaching upto knees plain goggles for the eyes to the labour working with hot asphalt

handling, vibrators in cement concrete and also where use of any or all these items is,

essential in the interest of health and well-being of the labourers in the opinion of the

Engineer-in-charge.

21) Medical and Sanitary Arrangements to be provided for labour employed in the construction

by the Contractor :

a) The Contractor shall provide an adequate supply of potable water for the use of labourers on works

and in camps.

b) The Contractor shall construct trenches or semi permanent latrines for the use of labourers.

Separate latrine shall be provided for men and women.

c) The Contractor shall build sufficient number of huts on suitable plot of land for use of the

labourers according to the following specifications.

(1) Huts of Bamboos and Grass may be constructed.

Page 68: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

68

(2) There should be no over-crowding. The floor space at the rate of 3 sqm. (30 Sq.ft.) per

head shall be provided. Care should be taken to see that the huts are kept clean and in good order.

(3) The contractor must find his own land. If he wants Government land he should apply for

it. Assessment for it, if demanded will be payable by contractor. However the department does not

bind itself for making available the required land.

(4) A good site not liable to submergence shall be selected. High ground remote from

jungle but well provided with trees, shall be chosen wherever it is available. The neighborhood of

tank, jungles, grass or weeds should be particularly avoided. Camps should not be established close

to large cutting of earth work.

(5) The lines of huts shall have open space of at least 10 meters between rows. When a

good natural site can not be procured particular attention should be given to the drainage.

d) The contractor shall construct sufficient number of bathing places. Sufficient number of washing

places should also be provided for the purpose of washing cloths.

e) The contractor shall make sufficient arrangements for draining away the surface and sullage water

as well as water from the bathing and washing places and shall dispose off this waste water in such a

way as not to cause any nuisance.

f) The contractor shall engage a medical officer with a traveling dispensary for a camp containing

500 or more persons if there is no Govt. or other private dispensary situated within 8 kilometers

from the camp. In case of an emergency, the contractor shall arrange at his cost free transport for

quick medical help to his sick workers.

g) The contractor shall provide the necessary staff for affecting the satisfactory conservancy and

cleanliness of the camp to the satisfaction of the Engineer-in-charge. At least one sweeper per 200

persons should be engaged.

h) The Assistant Director of Public Health shall be consulted before opening a labour camp and his

instructions on matters such as water supply. Sanitary convenience, the camp site, accommodation

and food supply shall be followed by the contractor.

i) In addition to above all provisions of the relevant labour act pertaining to basic amenities to be

provided to the labourer shall be applicable which will be arranged by the contractor.

j) The contractor shall make arrangement for anti-malaria measure to be provided for labour

employed on the work. The anti-malaria measures shall be as directed by Assistant Director of

Public Health Officer.

22) The contractor except as provided in special conditions which follow, shall, if necessary

construct at his cost, temporary roads and maintain these in proper conditions till completion of the

work, at his own cost.

23) The contractor except as provided in special conditions which follow shall have to at his

own expenses make all preliminary arrangements for labour, water, electricity, and materials etc.,

immediately after getting the work order. The Government may render necessary assistance in this

regard by way of letters of recommendation, if so requested by the contractor. No claim for any

extra payment or application for extension of time on the grounds of any difficulty in connection

with the above matters will be entertained.

24) Working methods and progress schedules :

24.1) The Contractor shall submit within the time stipulated by the Engineer in writing the

details of actual methods that would be adopted by the contractor for the execution, of any items as

required by Engineer at each of the location, supported by necessary detailed drawing and sketches

including those of the plant and machinery that would be used their locations arrangement for

conveying and handling materials etc. and obtain prior approval of the Engineer-in-charge who

reserves the right to suggest modifications or make corrections in the method proposed by the

Page 69: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

69

contractor whether accepted previously or not at any stage of the work, to obtain the desired

accuracy, quality, safety and progress of work which shall be binding on the contractor. No claim

on account of such change in method of execution will be entertained by Government so long as

specification of the item remains unaltered.

24.2) The Contractor shall furnish within one month of the order to start the work

programme of work in quadruplicate indicating the date of actual start, the monthly progress

expected to be achieved and the anticipated completion date of each major item of work to be done

by him, also indicating date of procurement of materials and setting up of plants and machinery.

The programme is to be such as to be practicable of achievement towards the completion of the

whole work in the time limit and of the particular items, if any on the due dates specified in the

contract. Planning and programme of works shall be done by the mutual discussion between the

Engineer –in-charge and contractor's representative in charge of work. The progress of work shall

be reviewed every six months and revised programme shall be drawn up, if necessary, No revised

programme shall be operative without the approval of Engineer-in-charge in writing. The Engineer

is further empowered to ask for more detailed schedule or schedules say weekly, for any item or

items in case of urgency of work as will be directed by him and the contractor shall supply the same

and when asked for. Acceptance of the programme or the revised programme, by the Engineer-in-

charge shall not relieve the contractor of his responsibility to complete the whole of the work by the

prescribed time or the extended time if any.

24.3) The Contractor shall furnish sufficient plant, equipment and labour as may be

necessary to maintain the progress schedule. The working and shift hours restricted to one shift a

day for operations to be done under the Government supervision shall be such as may be approved

by the Engineer-in-charge. They shall not be varied without prior approval of the Engineer. Night

work which requiring supervision shall not be permitted except when specifically allowed by

Engineer-in-charge if requested by contractor. The contractor shall provide necessary lighting

arrangement etc. for night work as directed by Engineer without extra cost of Government.

24.4) The contractor shall submit report on progress of work in forms and statement etc. as

periodical intervals in the form of progress charts, forms, statements and/or reports as may be

approved by the Engineer. Forms for sending reports about progress will be supplied by the

Executive Engineer.

24.5) The contractor shall maintain proforma, chart, details regarding machinery equipment,

labour, material, periodical returns thereof in proforma to be approved from the Engineer-in-charge.

25) Payment :

The Tenderer must understand clearly that the rates quoted are for completed work and

include all cost due to labour, all leads and lifts involved and if further necessitated scaffolding

plants, supervision, service works, power etc. and to include all to cover the cost of night and round

the clock work as and when required and no claim for additional payment beyond the prices or rates

quoted will be entertained and the tenderers will not be entitled subsequently to make any claim on

the ground of any representation or on any promise by and person (whether tender in the

employment of any Public Works Deptt. or not) or on the ground of any failure on his part to obtain

all necessary information for the purpose of making his tender and fixing the several prices and rates

therein relieve him from any risks or liabilities arising out of or consequence upon the submission

of the tender.

Payment to the contractors will be made by cheque drawn on any treasury within the

Division, provided the amount to be paid exceeds Rs. 300/- smaller amount will be paid in cash.

27.6) Controlled concrete :

Acceptance criteria shall be as per IS: 456 – 2000

27.7) Ordinary concrete :

Page 70: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

70

Acceptance criteria shall be as per IS: 456 – 2000

28) Assistance in procuring priorities, permits etc. :

28.1) The Engineer-in-charge on written request by the contractor, will if in his opinion the

request is reasonable and in the interest of work and its progress, assist the contractor in securing the

police protection and the priorities for deliveries, transport, permits, for controlled materials permits

for quarries and other similar permits including labour liscence etc. where such are needed. All cost

in this behalf shall be borne by the contractor. The department will not, however, be responsible for

the non-availability of such facilities or delays in the behalf and no claims on account of such failure

or delays shall be allowed by the department.

28.2) The contractor will have to make his own arrangement for machinery required for the

work. However, if such machinery is conveniently available with the department it may be spared

on hire as per department’s rules in force if requested by the contractor in writing. For such

arrangement a separate agreement in the prescribed form will have to be signed by the contractor.

Such an agreement shall be independent of this contract and the supply or non-supply of machinery

shall not form a ground for any claim or extension of time limit for this work.

29) Water supply :

29.1) Availability of adequate water for work and sources thereof shall be confirmed by the

contractor before submitting the tender.

29.2) The Contractor shall make his own arrangements at his own cost for entering into

contract with concerned authorities for obtaining the connection and carry the water upto the work

site as required by him. The location of the pipe line with respect to the road shall be decided by

Engineer-in-charge and shall be binding on the contractor. The department shall not bear any

responsibility in respect of any problem and contractor shall not be liable for getting any

compensation on any ground. The progress of work shall not hamper for the above reasons.

29.3) The contractor is advised to provide water storage tanks of adequate capacity to take care of

possible shut down of water supply system.

29.4) The contractor shall have to supply water required by the department for its

establishment at work site free of cost.

30) Electricity :

30.1) The contractor will have to make his own arrangement at his own cost for obtaining or

providing electric supply at work site. The Department shall not bear any responsibility in respect

of any problem and contractor shall not be liable for getting any compensation on any ground. The

progress of work shall not hamper for the above reasons.

30.2) Electrical supply for the Departments use at work site shall be provided by the contractor at

mutually agreed terms. The contractor may not abide by these conditions when power supply at the

site fails.

31) Telephone facilities :

Contractor will have to make his own arrangement at his own cost for telephone connection

at work site, if required.

32) Material Sources:

32.1) The tenderers shall make their own independent investigations into the availability as well

as suitability of the various materials required for construction as referred to in this para.

32.2) If any quarry is in the possession of the department the contractor will be allowed to use the

same on usual conditions. In other cases, the contractor will have to make his own arrangement for

procuring quarries or the quarry permits, necessary assistance of which will be given by the

department.

Page 71: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

71

32.3) Lime stone shall not be permitted for any concrete work.

33) Land:

3.1) The contractor shall make all efforts to obtain land required for the ancillary works. In case the

contractor is unable to obtain land and if requested then the department may requisite land at his

cost.

33.2) Land as available with the department or requisitioned by the department at the request of the

contractor will be handed over to the contractor for such use as will be necessary for ancillary work

required on payment of rent to the department. Plot development, if any, will have to be done by the

contractor at his own cost. The development shall be in conformity with the regulations of the local

authority.

33.3) If for the purpose of construction it becomes necessary of the contractor to occupy land not in

possession of the department the contractor will have to

make his own arrangement with the land owners and pay such compensations as mutually agreed

between them.

33.4) On completion of work, all land mentioned in para 34.1., 34.2, 34.3 shall be handed over back to the

owners, or the department, as the case may be, after clearing the land as directed by the Engineer-in-

charge. Dismantling of building on Government or department land shall be done only after the

approval of the Engineer-in-charge.

34) Floods or Accidents :

The contractor shall take all precautions against damages by floods or from accidents etc.

No compensation will be allowed to the contractor on this account or for correction and repairing

any such damages to the work during construction.

The contractor shall be liable to make good at his cost any plant or materials belonging to

the Government lost or damaged by floods or from any other causes while in his charge.

35) Urgent Works: If any “Urgent Works” become necessary and contractor is unable or unwilling to

carry it out at once, the Engineer-in-charge may by his own or through other people have it carried

out as he may consider necessary. If the "Urgent Work" shall be such as in the opinion of the

Engineer-in-charge the contractor is liable under the contract to carry out at his expenses, all

expenses incurred on it by the department shall be recoverable from the contractor, and be adjusted

or set off against any sum payable to him.

36) Cement Concrete Work.

Theoretical consumption of Cement for the Concrete work.

Sr.No. Volumetric mix of concrete Consumption of cement in

bags/Cum

1 C.C. 1:4:8 3.40 bags/Cum

2 C.C.M-10 4.40 bags/Cum

3 C.C.M-15 6.27 bags/Cum

4 C.C.M-20 7.10 bags/Cum

5 C.C.M-25 7.50 bags/Cum

6 C.C.M-30 8.00 bags/Cum

7 C.C.M-35 8.30 bags/Cum

Page 72: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

72

8 C.C. M-40 8.50 bags/Cum

Note : The weight per bag of cement is considered as 50 Kg.

The rate of consumption of cement for various grades of concrete referred above is a

theoretical rate of consumption assumed for the estimate purpose. The contractor will have to obtain

an economic mix design for various grades of concrete and get it approved from the Engineer-in-

charge. The specification for controlled cement concrete shall be as per standard specification No.

B-7 Page 38, and IS 456-2000.

The minimum cement content for plain and reinforced concrete for various grade of concrete shall

be as specified in IS 456-2000

Immediately upon the receipt of the award of the contract, the contractor shall inform the

Engineer the exact location of the sources of the acceptable material. The concrete mix to be used

shall be got designed in all Govt. laboratory, by the contractor with a optimum quantity of cement to

give the specified strength in the preliminary tests and the proportion got approved by the engineer

in writing. These proportions shall be used so long as the materials continue to be of the same

quality and from the same sources subject only to slight changes in the relative quantities of fine and

course aggregate for the purpose of promoting workability provided the work tests and shows the

required strength.

If such preliminary tests involve change in cement consumption upto 2% on the higher or

lower side, no adjustment in the cost of the item to be paid to the contractor shall be made. If such

alterations, changes, theoretical consumption of cement by more than 2% on the higher or lower

side, the sources and quality of aggregate remaining the same, payment will be adjusted for or

against the contractor in whatever amount the total cost of cement to the contractor has been

increased or decreased by more than 2%. The amount of such increase or decrease shall be

calculated on the basis of quantity of cement determined and prescribed in the special provisions. In

adjusting the cost only the cost of cement shall be considered and not handling or other charges,

which shall be treated as incidental to the terms. If during the progress of work the contractor

wishes to change the material, the proportions shall be fixed on the basis of fresh preliminary tests to

give the required strength after the Engineer is satisfied that the material satisfy the specifications.

No adjustment of the cost shall be made for a change of proportions of cement fixed in the original

preliminary tests.

37) Contractor to inform himself fully :

The Contractor shall be deemed to have carefully examined the work and site conditions

including labour, the general and the special conditions, the specifications, schedules and drawings

and shall be deemed to have visited the site of the work and to have fully informed himself

regarding the local conditions including water levels, winds, current velocities and sub-soil

condition and carried out his own investigation to arrive at the rates quoted in the tender. In this

regard he will be given necessary information to the best of knowledge of department but without

any guarantee about it.

If he shall have any doubts as to the meaning of any portion of these general conditions, or the

special conditions to the scope of working of the specifications and drawing, or any other matter

concerning the contact, he shall in good time before submitting his tender set forth the particulars

there of and submit them to the Engineer in writing in order that such doubt may be clarified

authoritatively before tendering. Once a tender is submitted the matter will be decided in

accordance to the tender conditions in absence of such authentic clarification.

38) Errors, Omissions And Discrepancies :

a) In case of errors, omissions and/or disagreement between written and scaled dimensions

in the drawing or between the drawings and specifications etc. the following order of preference

shall apply :

Page 73: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

73

i) Between actual scaled and written dimensions or description or description on a drawing the latter

shall be adopted.

ii) Between the written or shown description or dimensions in the drawing the corresponding one in

the specifications, the latter, shall apply.

iii) Between the quantities shown in the schedule of quantities and those arrived at from the drawing

the latter shall be preferred.

b) In all cases of omissions and/or doubts or discrepancies in the dimension or description of any

item or specifications a reference shall be made to the Engineer, whose elucidation, elaboration or

decision shall be considered as authentic. The contractor shall be held responsible for any errors

that may occur in the work through lack of such reference and precautions.

c) The contractor should not sublet any part of work without written permission of the Engineer-in-

charge.

39) Samples and Testing of Materials :

i) All materials to be used on work such as cement, lime, brick, aggregates, steel, stone,

asphalt, wood, tiles etc. shall be got approved in advance from the Engineer-in-charge and shall pass

the tests and analysis required by him which will be (a) as per specifications of the items

concerned and or (b) as

specified by the Indian Road Congress standard specification and code of practice for road and

bridges or (c) I.S.I. specification whichever and wherever applicable (d) as per specification

Ministry of Surface Transport for Roads and bridges section 900 quality control for road work or

(e) such recognized specification acceptable to the Engineer-in-charge as equivalent there to or

in the absence of such authorized specification (f) such representative in the order of precedence

given above.

i) The contractor shall at his risk and cost make all arrangements and/or shall provide for all such

facilities as the Engineer-in-charge may require for collecting, preparing and forward required

number of samples for tests or for analysis to the nearest approved laboratory and bear all

charges and cost of testing. Such samples shall also be deposited with the Engineer-in-

charge till sent for testing.

iii) The contractor shall, if and when required, submits at his cost the samples of materials to be tested

or analyzed and if so directed, shall not make use or incorporate in the works any materials to be

represented by the sample until the required test or analysis have been made and after this test

results of the materials finally accepted by the Engineer-in-charge.

iv) Frequency of testing of the construction material and the percentage of testing from the Government

laboratory shall be as under.

a) Where the field laboratory certified by the concerned Executive Engineer is established for the work

at work site 70% tests as per total frequency required shall be carried out in the said field laboratory

& 30% tests shall be carried out at the Vigilance & Quality Control Laboratory for the materials

mentioned in Annexure-I here under for the material not covered in Annexure- I, 50% tests shall be

carried out in the field laboratory and remaining 50% tests need to be carried out in the Vigilance &

Quality Control Laboratory of P.W.D. Govt. of Maharashtra. The entire responsibility of the sample

testing as per required frequency including testing charges will be borne by the Contractor.

b) Where field laboratory is not established at works site 100% tests as per frequency shall be carried

out in the Vigilance & Quality Control Laboratory.

c) Testing of cement and steel 100% in V.Q.C.C. Laboratory at Amravati is compulsory.

Page 74: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

74

d) It is mandatory to submit the test report of materials used for the work as per the frequency along

with the bill. If the test results are not submitted along with the bill,an amount equal to five times the

testing charges shall be deducted form the bill.

v) For providing Electric wiring duct tubes of the required diameters and length shall be provided

through walls, beams and floors, slab as when diverted without any extra cost.

vi) a) The contractor will make his own arrangement for receiving all

materials, tools, etc. required for the work.

b) No extra charge for the carriages of work be allowed.

c) The rates for all items are inclusive of all charges such as carting,

lifting etc. No extra payment for any lead and lift will be paid for

any item.

d) The contractor should not be sublet any part of work without

written permission of the Engineer-in-charge.

e) The condition in the tender notice will be binding on the

contractor and tender notice will form a part of agreement.

f) Frequency of testing shall be as per relevant specifications. In case

such frequency is not specified in work specifications then the I.S.

Code will be referred and for other cases where I.S. Code do not

stipulate the frequency of testing it will as directed by Engineer-in-

charge.

40) Weigh Batching: The following instructions shall be followed as regards to preliminary designs of

mix and methods of batching of plain cement concrete and reinforced cement concrete. The

preliminary mix design and batching for various grades of concrete shall be governed by the

following guidelines as per IS 456–2000/ Mix Design- It will be the responsibility of the contractor

to obtain the mix design for various cement concrete grades at his cost from the recognized

institution.

41) Miscellaneous:

41.1) Competency of Tender:- The work will be awarded only to those contractors who are considered to

be responsible bidders, capable of performing the class of work to be completed. Before passing the

final award any or all bidders may have to show that he has the necessary experience, facilities,

ability, and financial resources to execute the work in satisfactory manner and also within the

stipulated time. The bidders may also be required to furnish to the Department a statement in respect

of their experience and final resources.

41.2) Eraser : Person tendering are informed that no erasers or any alterations by them in the text

of the documents set herewith will be allowed and any such eraser on an alteration will be

disregarded, if there is any error in writing no overwriting should be done but the wrong words

or figures should be struck out and the correct one written above or near it in an unambiguous way.

Such corrections should be initiated and dated.

41.3) Acceptance : Intimation of acceptance of tender will be given by a telegram or a letter sent

by registered post to the address given below the signature of

Page 75: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

75

the tenderer in the tenders. The tenders which do not fulfill any of the conditions for those in the

form and which are incomplete in any respect shall be liable for rejection.

41.4) Precautions to be taken by the contractor to prevent accident.

i) No live electric lines should be allowed to run along the ground in the blasting zone and

they should be at least 3 meter above ground if not more.

ii) The wiring cable should be taken near the live electric line and it should be

preferably short firing cable as supplied by the supplier of explosives. If such cable

is not available a substitute cable made up of several pieces properly jointed and tapped be

used.

iii) The blasting shed from where the exploder is to finally operated should be at least 500

Ft. away from the area to be blasted. It should have a strong roof which can

withstand the impact of flying stones at his range.

iv) Only trained hands should be allowed to handle explosives, cable detonators etc.

41.5) Police Protection:- For the special protection of the camp of the contractors work, the Deptt.

will help the contractors as far as possible to arrange for such protection with the concerned

authorities. The cost shall be borne by the contractor.

41.6) For providing electric wiring or water line etc. recesses shall be provided if necessary

through walls, slabs beams etc. and later on refilled it with bricks or stones, chippings cement mortar

without any extra cost.

41.7) In case it becomes necessary for the due fulfillment of contract for the contractor to occupy

land outside the Department limits the contractor will have to make his own arrangements with the

landowners and pay such rents, if any, which are payable as mutually as agreed between them.

41.8) The contractor shall duly comply with the provisions of the Apprentices Act.1961 (iii) of

1960 and the rules and orders made there under from time to time under the said Act and the said

Rules and on his failure or neglect to do so he shall be subject to all the liabilities and penalties

provided by the said Act and said Rules.

41.9 It is presumed that the contractor has gone carefully through the standard specification (vol.

I & II 1981 edition) of Govt. of Maharashtra P.W.D condition/MORT & H specifications of latest

edition and the schedule of rate of the Division, and studied of site conditions before arriving at rates

quoted by him. The special provisions and detailed specification of wording of any item shall gain

precedence over the corresponding contract. Decision of Engineer-in-charge shall be final in case of

interpretation of specification.

41.10 If the standard specifications fall short for the items quoted in the schedule of this contract

reference shall be made to the latest Indian Standard specifications, I.R.C. codes, and MORT & H

specification if any of items of this contract do not fall in reference quoted above, the decision and

specifications as directed shall be final.

42) Load Testing :

Page 76: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

76

The Engineer-in-charge is empowered to order load testing of the building, bridges or their

component whenever there is a doubt about the workmanship or the safety of the building

component or whenever there is a need to confirm the workmanship and the safety of the structure

by carrying out load test. The load testing shall be carried out as per the specifications B.R. 58 of

the book of standard specifications published by Govt. of Maharashtra P.W.D. with such

specifications as ordered by Engineer-in-charge.

i) The load for such test shall be full dead load (excluding self load of the member under test) plus

125% maximum design live load (including impact) in cases of R.C.C. Bridges.

ii) The load testing will be carried out by the Department through a suitable Competent Agency. Test

result from such agency as will be fixed by Department will be binding on the contractor.

iii) If the result of the load test are not found to be satisfactory, the contractor shall strengthen the

already cast member of reconstruct the members at his cost and also bear the cost of load test. The

decision of the Engineer-in-charge will be final in this case.

43) Special Conditions:

43.1) The contractor should ensure that all safety precautions are observed by their labours,

working closed to the State Highway and while closing the State Highway precautions are taken

including insurance etc. for their labours at the cost of the contractor etc. If any accident occure to

the labour etc, no claim in this regard on whatsoever account shall be entertained and this decision

of the department will be final and conclusive.

43.2) During the execution if there is any change in:

(i) Span Arrangement.

(ii) Height of substructure and superstructure above ground level.

(ii) Change in the depth of foundation, change in plinth height, tendered rate for respective

items will hold good and no extra claims shall be entertained on this account.

43.3) Contractor shall observe the rules and regulations imposed by traffic police for smooth flow

of traffic on the diversion road and shall not be entitled for claim any compensation arising thereof.

44) Mix Design

44.1) The following instructions shall be followed as regards preliminary design of mix methods of

batching of plain cement concrete and reinforced cement concrete. These instructions should be

treated as supplementary to the relevant provision in the specifications for the respective items

contained in the book of standard specifications and will override the provisions contained therein

wherever they are contrary to the following instructions. The preliminary mix design and batching

for various grades of concrete shall be governed by the following guidelines.

Concrete Grade Guidelines

2 M-20 Preliminary mix design must be carried out for these

mixes. However, weight batching shall be insisted

for cement only.

3 M-25 and above. Preliminary mix design must be prepared for such

mixes, Weight batching shall be compulsory for

cement, fine aggregate and course aggregate.

Page 77: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

77

44.2) For the grades of concrete M-20 and above the preliminary mix design shall be carried in the Govt.

laboratory.

(i) The charges for preliminary design of concrete mix shall be entirely

borne by the contractor.

(i) For grades of concrete M-20 and above where cement is to be

used by weight, the cost of extra cement required to make up the under weight bags shall

be borne by the contractor.

(ii) For the items of concrete of grades lower than M-20 other items in

the agreement where cement is not to be used by weightment. The cement bags shall

contain cement of 50 Kg. net weight.

44.3) The admixtures such as plasticizers/super plasticizers for concrete grade M-20 and above

shall be used as directed by Engineer-in-charge depending upon specific requirements. No extra

payments on this account will be admissible.

45.0 STANDARD CEMENT CONSUMPTIONS

1 C.C. 1:4:8 3.40 bag/cum

2 C.C. M-10 /1:3:6 4.40 bag/cum

3 C.C.M-15/ 1:2:4 6.27 bag/cum

4 C.C. M-20 7.10 bag/cum

5 C.C. M-25 7.50 bag/cum

6 C.C. M-30 8.00 bag/cum

7 C.C. M-35 8.30 bag/cum

8 C.C. M-40 8.50 bag/cum

9 Providing uncoursed rubble masonry of trap stones in cement mortar 1:6 in

foundations and plinth

1.60 bag/cum

10 Providing uncoursed rubble masonry of trap stones in cement mortar 1:6 in

superstructure

1.60 bag/cum

11 Providing 2nd class Burnt Brick masonry with conventional/I.S. type bricks

in cement mortar 1:6 in foundations and plinth

1.42 bag/cum

12 Providing 2nd class Burnt Brick masonry with conventional/I.S. type bricks

in cement mortar 1:6 in super structure

1.42 bag/cum

13 Providing second class Burnt Brick masonry with conventional / I.S. type

bricks in cement mortar 1:4 in half brick thick wall

0.25 bag/Sqm

14 Providing internal cement plaster 6 mm thick in a single coat in cement

mortar 1:4 without neeru finish to concrete surface in all positions including

scaffolding and curing.

0.07 bag/Sqm

Page 78: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

78

15 Providing internal cement plaster 12 mm thick in a single coat in cement

mortar 1:5 without neeru finish to concrete or brick surface

0.09 bag/Sqm

16 Providing internal cement plaster 12 mm thick in a single coat in cement

mortar 1:4 without neeru finish to concrete or brick surface

0.10 bag/Sqm

17 Providing internal cement plaster 12 mm thick in a single coat in cement

mortar 1:3 without neeru finish to concrete or brick surface

0.11 bag/Sqm

18 Providing internal cement plaster 20 mm thick in a single coat in cement

mortar 1:5 without neeru finish to concrete or brick surface

0.14 bag/Sqm

19 Providing sand faced plaster for external portion in cement mortar using

Kharsalia/ Kasaba or similar type of sand,

0.25 bag/Sqm

20 Providing exterior stonecrete facing of approved colour and dressing with

base coat of 12 to 15mm thick in cement mortar 1:3 using water proofing

compound at 1kg/bag

0.30 bag/Sqm

21 Providing and laying cement concrete flooring 40 mm thick with 1:2:4

cement concrete

0.30 bag/Sqm

22 Providing and laying cement concrete flooring 40 mm thick with 1:2:3

cement concrete

0.36 bag/Sqm

23 Providing and laying cement concrete flooring 50 mm thick with 1:2:3

cement concrete

0.44 bag/Sqm

24 Providing sills of polished Kota stone 20mm to 25mm thick, on a bed of

cement mortar 1:4

0.290 bag/Sqm

25 providing and laying hand cut polished kota stone for Flooring 20 mm to 25

mm thick

0.270 bag/Sqm

26 providing and laying hand cut polished kota stone for dado & skirting 20

mm to 25 mm thick

0.290 bag/Sqm

27 providing and laying ceramic tiles for flooring in C.M. 1:4 0.27 bag/Sqm

28 providing and laying ceramic tiles for dado & skirting in C.M. 1:4 0.29 bag/Sqm

29 Providing and laying polished Kota Stone slabs 20mm to 25 mm thick for

treads and risers of steps and staircases,in C.M. 1:4

0.290 bag/Sqm

30 Providing and laying gray cement base marble mosaic tiles 25cm x 25 cm

and 20 mm thick of approved colour and pattern with white and coloured

marble chips upto maximum size 6mm for flooring

0.270 bag/Sqm

31 Providing and fixing Gray cement base marble mosaic tiles 25 cm x 25 cm

and 20 mm thick of approved colour and pattern with white and coloured

marble chips upto maximum size mm/12mm/20mm for dado and skirting

0.290 bag/Sqm

32 Providing water proofing treatment to newly laid fully cured concrete slab of

terraces for slanting length upto 5.0 m)

0.458 bag/Sqm

33 Providing water proofing treatment to newly laid fully cured concrete slab of

terraces for slanting lengths more than 5.0 m)

0.672 bag/Sqm

34 Providing water proofing treatment to old terraces by removing existing

treatment, sealing of cracks by non

0.458 bag/Sqm

Page 79: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

79

35 Providing water proofing in W.C and bath including B.B. coba in all position

consisting of specialised approved

2.110 bag/cum

36 Providing water proofing treatment to Bath and W.C. sunk by applying first

coat of polymer modified

0.322 bag/Sqm

Page 80: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

80

ADDITIONAL TECHNICAL CONDITIONS

1. The work shall be carried out in the best workmanship like manner and in strict accordance with

P.W.D. hand book Volume I & II 1960. Edition supplemented by specification attached and as per

Standard Specifications Book of Government of Maharashtra of 1979 and as per specific order of

the Executive Engineer or his representative from time to time.

2. The orders issued by the Government in P.W. Department C.E. S.E. and the Engineer in charge

from time to time regarding construction procedure shall be binding on the contractor in addition to

the specification contained in P.W.D. hand book Volume I & II and book of standard specification

of P.W. Department and the specifications enumerated above.

3. The contractor shall submit day to day account of the materials issued to him its use and also

monthly progress and programme of work.

4. a) DELETED

b) DELETED

5. The items provided with watering for curing include continuous watering operations through out

the day including lunch hours and also during holidays. For this purpose contractor shall have to

construct tank of appro. 5000 liters capacity near each building and provided necessary Booster

Pumps etc. to ensure adequate curing and wetting. Hold fasts coming in contact with R.C.C.

columns shall be of size 30cm x 4 cm to be fitted with two rows, nails fixed properly in concrete.

6. For all sand covering items, use of washed sand (with sand washing machine) is obligatory. No

separate claim in this regard will be entertained.

7. Material testing requirement frequency and type of testing is enclosed separately. Material to be

used shall be tested accordingly and cost shall be borne by contractor.

8. For R.C.C. centering plywood and M.S. sheet of approved quality shall be used and adjustable

props and fasteners shall be used.

9. The execution of any work form external side of the building ‘H’ frame steel scaffolding shall be

used. No separate payment for claims in this regard shall be entertained.

10. The scaffolding shall not be supported on existing external walls of the building by making holes

in it and also the scaffolds shall not rest on any part of the building.

Page 81: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

81

ADDITIONAL SPECIFICATION / CONDITIONS 1) Arrangements for the curing of C.C.foundation muffing;brick masonry work etc shall be done

by clean and soft water at site by the contractor at his own cost.

2) While executing the E.I.work the agency shall provide Generator for Electrical Drill machine at

his own cost.

3) The agency shall follow the ISI specification, Relevant standards,IER 1956 during the excution

of work.

4) The Agency shall obtaine the permission of local Authority (N.O.C) for digging the road if

necessary.

5) If during the execution of work, shut doen from M.S.E.D.C.Ltd. side is necessary. In that case it

is solely responsibility of agency to take necessary shut down with permission of local

M.S.E.D.C.ltd. authority.

6) The Agency will have to use necessary T & P while execution of work at his own cost.

7) After completion of work. The agency shall have to carry necessary IR test and earth test with

calibrated meggar & earth tester and the test report of same shall be submitted.

8) If necessary the agency shall have to arrange the inspection of E.I. from Electrical Inspector

and accordingly N.O.C. shall be obtained however the necessary inspection fee will be paid by

the agency.

9) The work insurance and insurance of worker / labour shall be done by agency under the

insurance act at his own cost.

10) The complete responsibility of safely of worker during the execution of work is solely of

agency. The agency will have to follow all the safety rules during the execution of work. If any

accident occurred during the execution of work. The responsibility of compensation will be of

agency. In any case this Department will not be responsible for any compensation.

11) Any Fees/ charges/taxes or penalties towards payment of Government/semi-Govt./Local/Private

bodies arising during the execution of the work is to be borned by the agency.No compensation

or refunds will be paid for this.

12) R.C.C.Design. 1. The agency shall submit the detailed R.C.C. design conforming to IS

456-2000,IS 1993,2002 & Design Circle’s note seismic Zone II and got

approved from the competent authority at his own cost.

2. The detailed architectural drawings are attached with the tender such

as general layout of plan & building drawing. There are no structural type design with details of

reinforcement readily available with department. The contractor shall provide the detail

structural design and drawings based on the standard practice of P.W.D. Maharashtra, after

award of contract and shall got it approved from competent authority i.e. Superintending

Engineer, P. W. Circle, Yavatmal

No separate payments on this account will be made and no extra time will be allowed for

preparation,proof checking and approval of design and drawings. .

i) General R.C.C.layout with approximate orientation of structural member and

approximate concrete sizes and lives loads considered.

(ii) After approval of the above, the detail structural design and drawings shall be prepared

and got approved.

iii) R.C.C.design shall include

a) Columns footing, Columns upto plinth level with plinth level,beams and slabs.

a) Columns, Superstructure/ Beams of slabs at typical floor level

and roof level slabs at all floor levels.

3) The contractor shall carry out concreting for R.C.C. work with concrete mixer having

automatic batching and automated water dispensing arrangement of appropriate capacity as

directed by Engineering-in-charge.

Page 82: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

82

ADDITIONAL SPECIFICATION / CONDITIONS

13) Arrangements for the curing of C.C.foundation muffing;brick masonry work etc shall be done

by clean and soft water at site by the contractor at his own cost.

14) While executing the E.I.work the agency shall provide Generator for Electrical Drill machine at

his own cost.

15) The agency shall follow the ISI specification, Relevant standards,IER 1956 during the excution

of work.

16) The Agency shall obtaine the permission of local Authority (N.O.C) for digging the road if

necessary.

17) If during the execution of work, shut doen from M.S.E.D.C.Ltd. side is necessary. In that case it

is solely responsibility of agency to take necessary shut down with permission of local

M.S.E.D.C.ltd. authority.

18) The Agency will have to use necessary T & P while execution of work at his own cost.

19) After completion of work. The agency shall have to carry necessary IR test and earth test with

calibrated meggar & earth tester and the test report of same shall be submitted.

20) If necessary the agency shall have to arrange the inspection of E.I. from Electrical Inspector

and accordingly N.O.C. shall be obtained however the necessary inspection fee will be paid by

the agency.

21) The work insurance and insurance of worker / labour shall be done by agency under the

insurance act at his own cost.

22) The complete responsibility of safely of worker during the execution of work is solely of

agency. The agency will have to follow all the safety rules during the execution of work. If any

accident occurred during the execution of work. The responsibility of compensation will be of

agency. In any case this Department will not be responsible for any compensation.

23) Any Fees/ charges/taxes or penalties towards payment of Government/semi-Govt./Local/Private

bodies arising during the execution of the work is to be borned by the agency.No compensation

or refunds will be paid for this.

Page 83: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

83

ADDITIONAL SPECIFICATIONS

The contractor shall achieve that following requirements in respect of quantity of work and his

contract rate shall provided for the same.

1.1 ADMIXTURES :-

Whenever necessary the admixture should be used to achieved the required workability. The type

of admixture should be got approved from Engineer-in-charge. The rate is inclusive of all

admixtures etc. if found necessary.

1.2 CEMENT IN CONCRETE :

For this purpose the conditions mentioned in additional specifications on Page 144 to 148 shall

also be applicable.

1.3 WATER / CEMENT RATIO :

For high quality concrete of low permeability, the water/cement ratio shall be as per IS456 2000

and mix design & not more than 0.45 and preferably 0.40 or less subject to the attainment of

adequate workability.

1.4 CURING FOR CONCRETE :

Special attention shall be paid to curing of concrete in order to ensure maximum

durability and no minimize cracking. Concrete shall be cured with fresh water whenever it is

possible to ensure that the concrete surface can be kept wet despite wind, etc. care shall be taken

on avoid rapid lowering of concrete temperatures caused by applying cold water to hot concrete

surface (thermal shock). Where there is doubt about the ability to keep concrete surface

permanently wet for the whole of the curing period heavy duty membranes curing compound shall

be used.

1.5 CONCRETE COVER TO REINFORCEMENT :

(i) The cover concrete must be of the same quality, impermeability and strength as the rest of the

concrete. Special mix design should be carried out for the concrete to be used for making concrete

cover blocks.

(ii) The concrete cover must develop sufficient alkalinity, and protect the steel. The alkalinity

developed shall not be less than 0.04 N and shall not more than 0.08 N.

(iii) The cover must be uniform throughout and it's thickness shall be exclusive of plaster or other

decorative finishes.

(iv) The concrete cover shall be as per the relevant clause of IS codes. In the case of poles the

cover thickness shall be separately decided by the Engineer in charge.

1.6 DETAILING OF MISCELLANEOUS ITEM :

Binding Wires : All ends of binding wires shall be carefully turned inwards so that they do not

project out of concrete and start rusting action. Plastic coated galvanised wires shall be used.

Wherever possible polythene binding string and polythene bar grips shall be used, after making

sure that these do not result in loss of bond or chemical reaction with concrete. The use is subject

to approval of Engineer-in-charge.

1.7 BAR SPACING : As per relevant I.S. codes and as detailed design drawing or as directed

by Engineer-in-charge.

Page 84: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

84

1.8 HOLLOWS IN CONCRETE : After concreting is complete the concrete surface particularity where

there is congestion of reinforcement, shall be tested by light hammering or if possible by Schmidtz

hammer. Any portion showing signs of hollowness should be grouted immediately.

SPECIFICATION FOR FORMWORK AND STEEL, CENTERING :-

I) FORMWORK :-

1.1 Formwork :- Formwork shall include all temporary forms of moulds required for forming the

concrete which is cast-in-situ, together with all temporary construction required for their support. Unless

otherwise stated all formwork shall conform to I.S. Specification.

1.2 Design of Formwork :- Formwork including complete false work shall be designed by the

contractor in accordance with I.S.: 2750 (1964), 4041 (1987) and all other relevant I.S. codes without any

extra cost to the Government and these shall be got approved from the Engineer in charge before erecting

the same

1.3 The contractor shall entirely be responsible for the adequacy and safety for false work not-

withstanding any approval or review by the Engineer of his drawing and design. Proprietary system of

formwork if used a detailed information shall be furnished to the Engineer for approval. Use of telescopic

props & acro spans is mandatory.

2. QUALITY OF SHUTTERING : The shuttering shall have smooth and even surface

and its joints shall not permit leakage of cement slurry.

2.1 Ply-board shuttering materials to be used shall be steel shuttering/marine plywood well seasoned

free from projecting nails, splits or other defects that may mark on the surface of concrete. It shall not be

so dry as to absorb water from concrete, or so green or wet as to shrink after erection. Mild steel plates or

plywood shall be used for slab and beam bottoms.

2.2 The timber shall be accurately spawned planed on the sides and the surface coming in contact with

concrete. .

2.3 So far as practicable, clamps shall be used to hold the forms together. Where use of nails is

unavoidable minimum number of nails shall be used and these shall be left projecting so that they can be

easily with drawn, use of double headed nails shall be preferred.

3. TOLERANCE ;-

3.1 The formwork shall be made so as to produce finished concrete true to shape, lines, levels plumb and

dimensions as shown on the drawings, subject to the following tolerance unless otherwise specified in

these documents or drawings or as directed by the Engineer:

a) Section dimension = 5 mm

b) plumb = 1 in 1000 of height

c) Levels = 3 mm before any deflection takes place.

3.2 Tolerance given above are specified for local aberrations in the finished concrete surface and should

not be taken as tolerance for the entire structure taken as a whole or for the setting and alignment of

formwork which should be as accurate as possible to the entire satisfaction of the Engineer, Errors if

noticed in any lift/ tilt of the structure after stripping of forms, shall be corrected in the subsequent work to

bring back the surface of the structure to its true alignment.

4. SPECIAL PROVISION :- Whenever the concreting of thinner members in required to be carried

out within shutters of considerable depth, temporary openings in the side of the shutters shall, if so

directed by the Engineer be provided to facilitate the poring and consolidation of the concrete. Small

temporary openings shall be provided as necessary at the bottom of shutters of walls and deep beams to

permit the expulsion of rubbish etc.

Page 85: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

85

5. REMOVAL OF FORMWORK :- The formwork shall be so removed that it shall not cause damage

to concrete. Centering shall be gradually and uniformly lowered in such a manner as to avoid any shock or

vibrations. Supports shall be removed in such a manner as to permit the concrete to take stresses due to its

own weight uniformly and gradually.

The whole of the formwork removal should be planned and definite scheme of operation shall be

worked out. Under no circumstances forms be struck until the concrete reaches a strength of at least twice

the stress to which the concrete may be subjected at the time of striking but not before the period as

mentioned in IS:456-2000 where ordinary portland cement is used.

II) STEEL CENTERING ;-

1. Work include :- Erecting steel centering with contractor's material comprising of standard

steel adjustable props and standard steel trusses / joists / spans, centering place for bottom of slab and

steel plats for bottom of beams etc. of adequate strength properly balanced for obtaining adequate rigidity

to with stand all loads coming on it including permanent and temporary fixtures and fastenings etc

complete for R.C.C. member like beams slabs and canopy including its removal after the specified period,

stacking making good the damaged parts / its replacement before its next use with all leads and lift (all

centering material shall be contractor.)

2. For R.C.C. works formwork shall be of marine plywood of adequate thickness and grade only.

The centering and supporting arrangement such as standard steel trusses/ joists/ spans standards

adjustable/ fixed props. H type frames etc shall be designed by the Contractor and approved from the

Engineer before commencement of its erection.

The Contractor with the prior approval of the Engineer shall use standard steel centering

arrangement which may be manufactured by the reputed firm.

3. The supporting arrangement designed by the contractor shall conform to the relevant I.S. code

and Standard practice adopted in this type of work. The centering arrangement shall be adequately braced

and properly secured by using appropriate type of fastenings and fixtures to ensure stability and rigidity of

the centering to withstand all loads coming on it. The entire responsibility for design, erection,

maintenance and safety etc. will exclusively rest with the contractor. The Engineer reserves right to call

detailed design calculations of the entire centering or part there of to verify its stability and also reserve

tight to reject entire centering arrangement or part there of and any material used for the centering in the

event of which the contractor shall have to arrange for its replacement at his own cost.

Page 86: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

86

SPECIFICATIONS FOR CONCRETE WORKS :-

1 DESIGN OF CEMENT CONCRETE MIXES :

a) All the cement concrete of grade; M-20 and higher strength the mix design shall be got done from

the Govt. Laboratory and shall confirm to the durability and other requirements of IS 456 2000. The

mix design shall be got approved from the Executive Engineer from time to time whenever there is

change in the source and type of cement and aggregates and change in the gradation of aggregates.

b) The design of concrete mixes for various concrete items in the work shall be obtained by the

contractor at his cost from the Govt.laboratory. The contractor shall submit in advance details of

such design to the Engineer-in-charge for his prior approval.

c) For concrete of Grade M-25 & M-30

Preliminary mix design must be carried out from the Govt. laboratory, for subsequent changes field

mix design shall be acceptable. However incase the Executive Engineer has got difficulty in

acceptance of the field mix design, laboratory mix design shall be got done by the contractor from

the Govt. laboratory at his own cost. Cement, find aggregate and coarse aggregate must be used by

weight only according to the requirement of the approved mix design.

d) The concrete mix design shall give target strength of 1.33 times the working strength.

e) The minimum size of aggregate permissible shall be as per para A-7 of Page - 8 f of standard

specification book of 1979 Edition Vol. 1.

f) The provision of the specification No. B-7 at page - 38 to 40 of Vol. 1 1979 Edition of standard

specification book for controlled concrete shall be applicable for all the structural concrete items.

The maximum water cement ratio shall be 0.45. The mix design shall be done accordingly.

g) All the expenses of preliminary mix design, subsequent field/ laboratory mix design, work tests,

shall be borne by the contractor.

2. FROMWORK FOR CONCRETE WORK :- The forms of concrete shall be of the materials as

directed by the Executive Engineer-in-charge and shall preferably be of steel or plywood. Forms

shall be of the required shape, profile and lines. Suitable devices shall be used to hold corners,

adjacent ends, edges of panel or other forms together in accurate alignment, the forms and joints

shall tight enough. Forms used for circular curved or structures of unusual shape, petal dome etc.

shall be of such a character that will result in smooth concrete surface and exact shape. They shall be

prepared such that they will not warp or distort during erection or while placing concrete. Their

design and layout shall be got approved form the Executive Engineer-in-charge in advance.

3. ERECTION AND REMOVAL OF FORM WORK :- The centering and strutting shall be of steel

or plywood board exclusively for concreting. The design and drawing should be got approved in

advance from the Department. For minor members the Engineer-in-charge may, at his discretion,

permit use of wooden shuttering. The centering and shuttering shall be close and tight to prevent

leakage of cement slurry The centering shall have the necessary props, bracing and edges

sufficiently strong and stable which shall not yield or displace while or after laying of concrete.

They shall be made in such way that they can be slackened and removed gradually and slowly

without distributing the concrete. Centering and shuttering shall not be removed before the design

strength is achieved.

4. MIXTURE OF CONCRETE :- Design mix concrete as well as nominal mix concrete shall be

mixed by following the provision in Standard specification at B. 6.4 unless otherwise directed by the

Engineer unless otherwise agreed by Engineer concrete shall be mixed in a batch type mixer of such

other type of mixer as the Engineer may approve.

During hot weather the Contractor shall ensure that the constituent materials are sufficiently cool

to prevent the concrete from stiffening in the intervals between its discharge from the mixer and its

final position.

Page 87: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

87

5. TRANSPORTATION, PLACING AND COMPACTION OF CONCRETE :- The method of

transportation placing and compaction of concrete shall be followed as per section B.6.6, 6.7 and 6.8

of Standard Specification unless otherwise directed by the Engineer. The compaction shall be done

with surface float vibrators for slabs and with pin vibrators for columns and beams. Vibrators of

adequate vibrating capacity shall be employed for all types of works.

6. CURING :- Curing shall be done by following provision of Section B.6.9 of Standard Specification

and as directed by the Engineer.

7. WORKING IN EXTREME WEATHER : During windy weather sufficient protection shall be

provided to prevent the cement from being blown away during the process of proportioning and

mixing. During wet weather, the concrete shall be adequately protected as soon as it is placed in

position.

No concreting shall be carried out during period of continuous heavy rains unless, it is completely

covered during mixing, transporting and placing. In extreme hot weather, concreting shall be

restricted to morning and evenings The time between mixing and placing of concrete shall be kept to

the minimum and formwork shall be cooled by sprinkling with water.

8. FINISHING : Finishing work shall comply with requirement of section B.6.10 of Standard

Specification unless otherwise specified herein below :

Immediately on removal of forms, the R.C.C. work shall be examined by the Engineer before any

defects are made good.

a) The work that has sagged or contains honey combing to an extent detrimental to structural safety or

architectural concept shall be rejected.

b) Surface defects of a minor nature shall be rectified generally as indicated below by the contractor.

i) Surface defects which require rectification when forms are removed usually consist of bulges due to

movement of forms, ridges at form joints, honeycombed areas, damage resulting from the stripping

of forms and bolt hole. Bulges and ridges shall be removed by careful chipping or tooling and the

surface is then rubbed with a grinding stone. Honey combed and other areas shall be chipped out,

the edges being cut as straight as possible and perpendicular to the surface, or preferably slightly

under cut to provide a key at the edge, of the patch. Bolt holes shall be closed by cement mortar to

ensure thorough filling.

ii) Shallow patches shall be treated with a coat of thin grout composed of one part of cement and one

part of sand and then filled with mortar similar to that used in concrete. The mortar is placed in

layers not more than 10 mm thick and each layer shall be given a scratch finish to secure bond with

the succeeding layer. The last layer shall be finished to match the surrounding concrete by floating,

rubbing or tooling on formed surfaces by pressing the form material against the patch while the

mortar is still plastic.

iii) Large and deep patches requires filling up with concrete held in place by forms. Such patches shall

be reinforced and carefully dowel led to the hardened concrete.

iv) The same amount of care to cure the material in the patches shall be taken for the whole structure.

Curing shall be started, as soon as possible after the patch is finished to prevent early drying. Damp

Hessian cloth may be used. But in some locations it may be difficult to hold it in place, a membrane

curing compound in these cases will be most convenient.

9. CONSTRUCTIONS JOINTS : Construction joints shall be provided and treated following the

provisions of Specification and as directed by the Engineer-in-charge.

10. DURABILITY :- Minimum cement contents for different exposures and sulphate attack are given

in Tables 4 and 5 o I.S. 456, 2000 shall be followed for design mix.

11 TESTS AND STA-NDARD OF ACCEPTANCE :-

Page 88: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

88

11.1 Tests and Standard o: acceptance criteria of design mix concrete and nominal mix concrete shall be

as follows:

Sampling and testing of Concrete shall be done as per provision of section B.6.12 of Standard

Specifications. Acceptance criteria for strength of concrete shall be as per IS 456-2000. Case falling

outside the above limit shall be examined by the Engineer on Merits in each case.

11.2 DEFECTIVE CONCRETE : Any concrete which gives substandard results, or is severely

damaged due to cracking or shows excessive honey combing and exposure of reinforcement, if

exhibits any fault which in the opinion of the Engineer, seriously impairs its function. may be

declared as defective concrete. Such non acceptable concrete shall be removed from the site and

replaced by fresh concrete of the specified quality by the contractor at his own expenses.

Alternatively in case of acceptable concrete, the Contractor shall carry out whatever other remedy

the Engineer may reasonably suggest "Small rendering shall be done by the Contractor without extra

cost."

12 KEEPING RECORDS : The record of mix design, mixing, slum, testing of C.C. cubes etc. shall be

maintained in accordance with Section B-6.13 of the Standard Specification.

12.1 DIARY:

Contractor shall maintain, throughout the construction period, a diary in the from of a register

regarding the following :-

i) Daily presence of all categories of labours, ii) Daily availability and use of machinery and

equipments on work. iii) Daily procurement. Consumption and balance of materials on site. iv)

Daily record of various visiting authorities alongwith name of the officers visited and timing, v)

Details, of work executed per day. The register shall be closed on daily basis and signature of

Engineers in charge or his representative should be taken over it.

Page 89: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

89

ADDITIONAL TENDER CONDITIONS

1) Construction Machinery/Equipment.:

1.1) The methodology and equipment to be used on the project shall be furnished by the

contractor to the Engineer well in advance of commencement of work and approval of the

Engineer obtained prior to its adoption and use.

1.2) The contractor shall give a trial run of the equipment for establishing its capability to

achieve the laid down specifications and tolerance to the satisfaction of the Engineer before

commencement of work, if so desired by the Engineer-in-charge.

1.3) All equipment provided shall be proven efficiency and shall be operated and maintained at

all times in manner acceptable to the Engineer-in-charge.

1.4) No equipment or personnel will be removed from site without permission of Engineer-in-

charge.

2) Work Programme and Methodology of Construction:

The Contractor shall furnish his programme of construction for execution of the work within the

stipulated time schedule together with methodology of construction of each type of work and obtain

the approval of the Engineer-in-charge.

3) Revised Programme of work in case of slippage :

In case of slippage from the approved work programme at any stage, the contactor shall furnish

revised programme to make upto slippage within the stipulated time schedule and obtain the

approval of the Engineer-in-charge.

4) Action in Case of disproportionate progress :

In case of extremely poor progress of the work or any item at any stage of work which in the opinion

of the Engineer can not be made good by the contractor considering his available resources, the

Engineer will get it accelerated to make up the lost time through any other agency and recover the

additional cost incurred, if any, in getting the work done from the contractor after informing him in

writing about the action envisaged by him.

5) Setting Out :

Setting out the work as spelt out in clause 109 of Ministry’s Specification for Road and Bridge

Works (2nd

Revision) will be carried out by the Contractor.

6) Public Utilities:

Action in respect of public utilities will be taken by the contractor as envisaged in clause 110 of

MORT&H Specification of Road and Bridge work (2001).

Page 90: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

90

7) Arrangement for traffic during construction:

Action for arrangement for traffic during construction will be taken by the contractor as envisaged in

the contract documents and spelt out in clause 112 of M.O.R.T.&H. Specification of Road and

Bridge work (2001)

8) Quality Control :

The responsibility of achieving quality of work will be on the contractor who will take actions as

stipulated in P.W.D. Standard Specifications of Buildings and as per Schedule ‘C’ of Tender

Document.

9) Govt. of Maharashtras, PWD, Standard Specifications :

PWD Standard Specifications, Govt. of Maharashtra will form part of the contract documents and

the contractors will be legally bound to the various stipulation made therein unless and other wise

specifically relaxed or waived wholly or partly through a special clause in the correct documents.

9.1) MORT&H specification for Road and Bridge work (2001) Fourth Revision:

MORT&H Specification of road and Bridge work (2001) will form part of the contract documents and the

contractors will be legally bound to the various stipulation made therein unless and other wise specifically

relaxed or waived wholly or partly through a special clause in the correct documents.

9.2) Applicable in case of Road Work only:

The details of the paver, specified in the M.O.R.T.&H. clause 504.3.5 third revision be relaxed in the case of

bituminous macadam MORT&H–IVth Revision (Clause 504) where it is going to be covered by any wearing

course other than semidense Bituminous macadum (Clause 507)/ Bituminous concrete (Clause 509) with the

provision that it can be laid by means of self propelled mechanical paver with suitable screeds capable of

spreading, temping and finishing the mixture to the specified lines grades and cross section.

10) Insurance of Contract work.

Contractor shall take out necessary Insurance Policy/Policies (Viz contractors all risk Insurance

policy, Erection all risk, Insurance policy etc. as decided by the Directorate of Insurance) so as to

provide adequate insurance cover for execution of the awarded work for total contract value and

complete contract period compulsorily from the, “Directorate of Insurance, Maharashtra State,

Mumbai” only. Its postal address for correspondence is “264, MHADA, First Floor, Opp.

Kalanagar, Bandra (East) Mumbai-400051”. (Telephone Nos. 26590403/26590690 and Fax Nos.

26592461/26590403. Similarly all workmen appointed to complete the contract work are required to

insure under workmen’s compensation insurance Policy. Insurance Policy/Policies taken out

from any other company will not be accepted. If any Contractor has effected Insurance with any

Insurance Company, the same will not be accepted and the amount of premium calculated by the

Government Insurance Fund will be recovered directly from the amount payable to the Contractor

for the executed contract work and paid to the Directorate of Insurance Fund Maharashtra State,

Mumbai. The Director of Insurance reserves the right to distribute the risk of insurance among the

other resources.

10(A) INSURANCE

The contractor shall provide in the joint names of the Employer and the contractor insurance

through Director of insurance Govt.of Maharashtra from the start date to the end of the Defects

Liability Period for the following events which are due to the Contractors risks . The Contractors all

Page 91: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

91

risk policy and the workmen insurance policy shall be within the Maharashtra insurance Fund only

as stated above.

i) Loss of or damage to the work, plant and materials

ii) Loss of or damage to Equipment

iii) Loss of or damage of property (except the work, plant, materials and

Equipment) in connection with the contractor and

iv) Personal injury or death

Policies and certificates for insurance shall be delivered by the contractor to the Engineer for the

Engineer’s approval before the start date. All such insurance shall provide for compensation to be

payable in the types and proportions of currencies required to rectify the loss or damage incurred.

If the contractor does not provide any of the policies and certificates required, the Employer may

effect the insurance which the contractor should have provided and recover the premiums the

Employer has paid from payments otherwise due to the contractor preferably from first running bill

of 1% of the contract amount or, if no payment is due, the payment of the premiums shall be a debt

due.

Alteration to the terms of an insurance shall not be made without approval of the Engineer.Both

parties shall comply with any conditions of the insurance policies.

10(B) Labour Licence :- It is obligatory on the part of the contractor that offer issue of work order Labour

Licence from concerned Labour department has to be obtained within 60 days.

11) The contractor shall provide, furnish, maintain and remove on completion of the work a suitable site

office-cum-laboratory on the work site for use of Executive Engineer’s representative. The site office

cum laboratory shall be separate rooms of sufficient area. It shall preferably be 68 sqm as per drawing

attached with Tender Document. It may have brick wall & asbestos or corrugated sheet roof with false

ceiling, paved floor should be 0.45 mtr. above ground level, laboratory shall have working platform,

necessary electrical provision and water supply arrangement. Arrangement of display of drawing should

also be made. He should provide suitable latrines, urinals and keep them clean daily. This will be

included in his offer. Necessary laboratory equipment, office furniture shall be provided by the

contractor at his own cost, After completion of work it will be property of contractor. It should be

removed from site of work at his own cost.

12) The contractor should produce the no objection certificate obtained from the Maharashtra Pollution

Control Board before starting Crusher/Drum Mix Plant on the work site.

13) Supply of Colour Record Photographs and Album :

The contractor shall arrange to take colour photograph at various stages/Facts of the work including

interesting and novel features of the work as desired by the Engineer-in-charge. Photographs shall

be of acceptable quality. Each photograph taken shall be standard post card size, marked in albums

of acceptable quality. Also the C.D. or the same shall be supplied for each photograph in the Album

shall be suitably captioned.

The contractor shall arrange for taking video films of important activities of the work as directed by

the Engineer-in-charge during the currency of the project and editing them to a video film of playing

time not less than 60 minutes and up to 180 minutes as directed by the Engineer-in-charge. It shall

Page 92: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

92

contain narration of the acceptable quality and the film shall be capable of producing colour

pictures.

It shall be considered as incidental to the work and no additional payment, whatsoever will

be made for the same.

In absence of the above requirements and failure of the agency to fulfill them in a

reasonable time the Executive Engineer in charge of the work will get it done from the Mechanical

wing of the P.W. Department and would recover the cost from the amount due to the agency at the

following rates.

i) Reflector Rs. 25/- Per Nos.

ii) Tail Lamp Rs.175/- Per Nos.

iii) Slogan Rs.75/- Per Nos.

15) The decision of the Engineer –in-charge will be binding and conclusive in this matter.

16) After award of contract, contractor will have to provide and fix the information boards showing

name, tender cost, period of completion, Name and Telephone number of agency and Executive

Engineer and other details as directed by Engineer-in-charge as per drawing attached. It is

incidental to work & no Extra payment will made to the contractor.

17) Laboratory Set up

Field Laboratory:-

17.1) The Contractor for the purpose of testing of material shall arrange to provide and maintain fully

furnished and adequately equipped field laboratory of adequate floor area. The field laboratory shall

preferably be located adjacent to site or as directed by the Engineer-in-charge. The field laboratory

shall be provided with amenities like water, electric supply etc. to be arranged by Contractor.

17.2) The floor space requirement shall include office space for Engineer & Contractor’s representative,

storage of samples, installation of equipment, laboratory table, cup boards, working platform of size

1m x 10 m working space for carrying out various tests, curing tank, wash basin, toilet etc. and the

minimum furniture such as office tables & chairs for material engineers, stools, working tables, store

accessories.

17.3) The Cost of Construction of laboratory at work site and cost of furniture, electrical equipments

fittings during the currency of Contract is incidental to work and no separate payment will be made

for the same to the contractor.

17.4) If the contractor fails to establish the laboratory within 60 days from the issue of work order an

amount of Rs. 5.00 lac will be recovered from forth coming bill payable to the Contractor.

17.5) After completion of work the above property will be contractor’s property.

17.6) The laboratory established by the contractor shall be manned by a qualified materials Engineer/Civil

Engineer assisted by experienced technicians and the setup shall be got approved from the Engineer-

in-charge.

17.7) The Contractor shall prepare printed proforma for recording readings and results of each type of

tests. Such formats shall be got approved from the Engineer-in-charge. The Contractor should keep

a daily record of all the tests carried out by him. Two copies of the test results should be submitted

to Engineer-in-charge within 7 days from the date of testing for examination and approval One copy

of test results will be returned to the Contractor by the Engineer-in-charge for keeping the record of

test results in acceptable manner at site of work.

Page 93: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

93

17.8) All quality Control register/records shall be maintained by the Contractor and checked by the

Engineer-in-charge or his representatives regularly.

17.9 After completion of work the laboratory equipments will be the property of the contractor. The

contractor shall clean all site by dismantling site office/laboratory and remaining all the debries from

the site of work,after completion of the work.

18) Set up of equipments:

18.1) The contractor shall have at least following equipments calibrated to the latest date in the

laboratory so established. The Contractor will have to carry out the calibration of the equipments

from the approved agency as and when directed by the Engineer-in-charge at his own cost in cases

where the calibration validity stands expired.

General:

i) Balance – 20 Kg. Capacity (self indicating)

1 No.

ii) Electronic Balance 5Kg capacity accuracy 0.5gm 1 No.

iii) Thermometer:

(1) Mercury in glass 0° to 250°

(2)Mercury in Steel with 30 cm.stem upto 300°C (Dial

type)

2 Nos.

2 Nos.

iv) Kerosene or Gas stove/electric hot plate 1 No.

v) Set of IS sieves 45 cm. Dia. G.I. Frame, 125 mm, 100mm,

90mm, 80mm, 63mm, 53mm, 50mm, 45mm, 40mm,

37.5mm, 26.5mm, 25mm, 22.4mm, 20mm, 19mm, 13.2mm,

11.2mm , 9.50mm, 5.6mm, 4.75mm, 4.25mm, 6.3mm,

6mm, with lid and pan (coarse sieve)

1 Set of 23 Nos. sieves.

vi) Set of IS fine sieves 20 cm. dia. brass Frame, 2.8 mm,

2.36mm, 1.18mm, 0.60mm, 0.30mm, 0.15mm, 0.75mm, 425

micron , 300 micron, 180 micron, 150 micron, 90 micron,

75 micron with lid and pan, (fine sieves)

1 Set of 13 Nos. sieves.

vii) Glass ware, spatulas, wire gauges, steel scales, measuring

tape, enameled tray, porcelain dish, requirement plastic

bags, gunny bags, digging tolls etc.

As per requirement

viii) First aid kit 1 No.

ix) Measuring Jar for silt testing 2 Nos

a) Aggregate & Soil testing

i) Aggregate impact value test apparatus. 1 Set

ii) Flakiness and elongation test gauge 1 Set

iii) Standard measures of 5, 3 and 1 litre 1 Set

vi) Measuring Jars for silt testing 2 Set

Page 94: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

94

v) Measuring Cylinders 500 ml and 100 ml. 1 No. each

b) Cement Concrete Testing

i) Compression testing machine of 200 tone capacity with two

dial gauges.

1 No.

ii) Vicat’s apparatus for testing setting time 1 No.

iii) Fineness of cement 1 set

vi) Soundness of cement 1 set

v) Slump cone apparatus 2 Nos.

vi) Cube moulds 15cmx 15cmx15cm 12 Nos.

vii) Needle vibrator 2 sets

1)

CONDITIONS FOR MATERIALS TO BE PROCURED BY THE CONTRACTOR

CEMENT :-

Cement to be used for works shall comply of the following with the prior approval of

Engineer.

a) Ordinary Portland cement 43 grade Conforming to IS: 8112 used in the manufacture of

exposed surface of concrete of any element of a structure shall be from the same factory.

Independent testing of cement used shall be done by the contractor at site and in the

laboratory approved by the Engineer before use. Any cement with lower quality than

those shown in manufacture’s certificate shall be debarred from use. In case of finally

ground cement or imported cement , the Engineer may direct the contractor to satisfy

him as to the acceptability of such cement, especially with regard to creep and shrinkage

effect. Any consignment or part of a consignment of cement which has deteriorated in

any way shall not used in the works and shall be removed from the site by the contractor

without charge to the employer.

Cement shall be transported, handled and stored on the site in such manner as to avoid

deterioration, contamination. Each consignment shall be stored separately, so that it may

be readily identified and inspected and cement shall be used in the sequence in which

delivered at site. The contractor shall prepare and maintain proper records on site in

respect of the delivery, handling storage and use of cement and these records shall be

available for inspection by the Engineer at all times.

b)Use of Portland Pozolana Cement Conforming to IS : 1489 ( Part-I 1991) permissible,

subject to the following conditions :-

i) For the concrete containing PPC Cement, the curing period shall not be less

than 14 days.

ii) The stripping time for removal of form work shall be as under.

Minimum period before

striking form work .

(a) Vertical formwork to columns, walls,

beams.

48 hrs.

(b) Soffit formwork to slabs ( Props to be

refixed immediately afrer removal of

formwork)

10 days

Page 95: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

95

(c) Soffit formwork to beams ( Props to be

refixed immediately after removal of

formwork)

14 days

(d) Props to slabs

i) Spanning up to 4.5 m

ii) Spanning over 4.5 m

10 days

21 days

(e) Props to beams and arches.

i) Spanning up to 6 m

ii) Spanning over 6 m

21 days

28 days

2) Sand

Silt content of sand shall not more than permissible limit. If it is found more than the

permissible limit, it should be washed at site by contractor at his own cost.

3) T.M.T. STEEL/HYSD STEEL

High Yield Strength Deformed ( T.M.T.) bars shall comply with IS :1786 grade Fe-415

and mild still bars shall comply I.S. 432.

All reinforcements shall be free from rust, loose mill scale or coats or oil, paints etc.

placing in position for concreting. The Agency should use the Steel manufactured by the

Main Producers or authorised conversion agents only. No rerolled steel shall be

incorporated in the work.

4) Bulk/Packed Bitumen

i) Only VG 30 grade bitumen shall be used.

ii) Bitumen brought on site shall conform to I.S.73 of latest

edition

iii) Testing has to be arranged by contractor from recognized

Govt. laboratory at his own cost for all tests mentioned in IS-73

of latest edition

iv) The Contractor shall use Bulk Bitumen obtained from any

Government Refinery only.

v) The material brought by agency will be open to check by

Executive Engineer or his representative at all time. He

should submit bill from refinery itself only. No other bill than

refinery’s unit will be accepted by department and no claim

of contractor will be admissible.

vi) For other activities storage weighments specification No. Rd.

42 Pg.217 of Standard Specification of P.W.D. will be referred.

Contractor has to arrange own static tank for storage of bulk

Page 96: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

96

bitumen.

vii) If it is decided to procure bulk bitumen the contractor shall

intimate Engineer-in-Charge well in advance. Consignment

will not be allowed to unload until it’s weight is checked on

weigh bridge by Departmental persons.

5) Rejection of Materials Not Conforming to Specification.

Any stock or batch of materials (s) of which samples (s) does not confirm to the

prescribed test and quality shall be rejected by Engineer or his representative and such

material shall be removed from site by the contractor at his own cost. Such materials shall

not be made acceptable by modifications.

Materials not corresponding in character and quality with approved samples will be

rejected by the Engineer or his representative and shall be removed from site immediately

and will not be allowed to use for any component of work.

Page 97: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

97

ADDITIONAL CONDITIONS FOR MATERIAL

BROUGHT BY THE CONTRACTOR

1) All the material required for construction for work shall be arranged by the contractor at his own

cost. The samples of material to be procured shall be got approved by the Engineer-In-Charge, Material as

per approved samples shall only be procured.

2) The contractor shall submit periodically as well as on completion of work, an account of all

materials brought by him in a manner as directed by Engineer-In-Charge. The contractor shall also furnish

monthly account of materials. A separate register shall be maintained on site for recording daily item wise

receipt and consumption of Cement, Steel and Asphalt used by him, also item wise consumption of other

materials used. This register shall be signed daily by the contractor or his representative and

representative of Engineer-in-Charge.

3) All the materials required for the work shall be brought by the contractor at his own cost. In each

case, certificate for its quality and quantity shall be produced by the contractor and samples of each

material shall be got tested from Government Laboratory as mentioned in condition at serial No. 39(4)(1)

(General condition) by the contractor at his own cost and the test results of samples shall be supplied to

the Department. The material not conforming to the required standard shall be removed at once from the

site of the work by the contractor at his own cost.

4) Testing of all construction material shall be carried out as per required frequency and specifications.

and the charges for testing shall be borne by the Contractor.

5) The contractor shall construct shed/sheds as per direction of the Engineer-In-Charge of the work for

storing the materials brought at site. The material shall be taken out for use in the presence of the

departmental representative only.

6) The contractor shall make his own arrangement for the safe custody of the materials which are

brought for construction of work.

7) The contractor shall not transfer any material once brought at work site without prior written

permission from Engineer-In-Charge.

8) In case the materials brought by the contractor become surplus owing to the change in the design of

the work, the materials should be taken back by the contractor at his own cost after prior permission of the

Engineer-In-charge.

9) The charges for conveyance of materials from the place of delivery to the site of work and the actual

spot on work site shall be entirely borne by the contractor. No claim on this account shall be entertained.

10) The contractor shall furnish the account of asphalt brought by him at each time before placing

orders for further supply. Also the same should submit on completion of the work, final account of the

material used by him to the Department. This account will be scrutinized by the Engineer-In-Charge.

11) Contractor should bring the bitumen from Govt. refinery only

Page 98: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

98

12) All empty asphalt drums shall be the property of contractor and the same shall be removed

immediately after completion of work.

13) Agency shall ensure the laying temperature of hot mix material as specified & accordingly he shall

make necessary arrangement for preventing loss of temperature of hot mix material during transit from

location of drum mix plant to work site.

14) The agency should use the steel manufactured by the main producer only.

15) The contractor shall procure the RCC pipes if required for this work from M.S.S.I.D.C. only. Proof

of purchasing of pipe should be submitted.

16) The contractor should inform the schedule of arrival of Bouzers to the Engineer-in-charge time to

time.

17) The contractor shall also arrange to provide field laboratory at plant site along with all necessary

equipment & materials for testing the grade of bitumen procured by him.

Page 99: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

99

ANNEXURE-I

QUALITY CONTROL TESTS & THEIR FREQUENCIES

Sr.No. Material Test Frequency of Testing Remarks

1 Sand i) Fineness Modules At the beginning & if

there is change in source

2 Metal

i) Crushing Value One test per 200 Cum or

part hereof

P.W.D. hand book

I.S.2386 Part -IV ii) Impact Value

iii) Abrasion Value

iv) Water Absorption

v) Flakiness Index

vi) Stripping value

vii) Gradation

3 Cement Concrete Compressive Strength Upto 5 Cum – 1 set M.O.R.T.& H.

Specification. 1716

(Fourth revision 01) 6-15 – 2 sets

16-30 – 3 sets

31-50 – 4 sets

51 & Above – 4 sets +

1 additional 50 Cum or

part thereof

4 Cement i) Compressive Strength One test for each

consignment of 50 MT

(1000 bags) or part

thereof.

I.S. 8112 - 1989

ii) Initial Setting Time

iii) Final Setting Time

iv) Specific Gravity

v) Soundness

vi) Fineness

5 Steel i)Weight per meter One test for every 5.0

M.T. or part thereof for

each diameter.

I.S. 432

IS 1786-1985 ii) Ultimate Tensile Stress

iii) Yield Stress

iv) Elongation

6 Granular Sub-

Base

i) Gradation One test per 200 cum MORT&H specification

Table 900-3 (Fourth

Revision 2001) ii) Aturberg limits One test per 200 cum

iii) Moisture content prior

to compaction

One test per 250 cum

Page 100: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

100

iv) Density and compacted

layer

One test per 500 Sqm

7 Water Bound

Macadam

i) Aggregate impact value

One test per 200 cum MORT&H specification

Table 900-3 (Fourth

Revision 2001)

ii) Gradation One test per 100 cum

iii) Flakiness index &

Elongation index.

One test per 200 cum

iv) Atterberg limits of

binding material.

One test per 25 cum of

binding material.

v) Atterberg limits of

portion of aggregates

passing

425 Micron.

One test per 100 cum of

aggregate

8

Open graded

premix

surfacing/ Close

graded premix

surfacing

i) Quality of Binder Same as per Sr.No.8 MORT&H specification

Table 900.4

(Fourth Revision 2001)

ii) Impact Value/Los

Angle’s Abrasion value

Same as per Sr.No.9

iii) Flakiness &

Elongation Index

Same as per Sr.No.9

iv) Stripping value Same as per Sr.No.9

v) Water Absorption

Same as per Sr.No.9

Same as per Sr.No.9

vi) Water sensitivity of

mix

vii) Gradation. Same as per Sr.No.9

viii) Soundness. Same as per Sr.No.9

ix) Temp. of binder At regular close intervals,

x) Binder content 1 test per 500 Sqm. and

not less than 2 tests per

day.

xi) Rate of spread of

materials

Regular control through

checks of layer thickness.

xi) Percentage of fractured

faces

Same as per Sr.No.9

Page 101: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

101

9

Bituminous

Macadam/ BBM

i) Quality of Binder Same as per Sr.No.8

MORT&H specification

Table 900.4. (Fourth

revision 2001)

Fo BBM- Annexture-A

on page 102.

ii) Impact/ Abrasion value Same as per Sr.No.9

iii) Flakiness/ Elongation

Index

Same as per Sr.No.9

iv) Stripping value

Same as per Sr.No.9

v) Water sensitivity of mix

Same as per Sr.No.9

vi) Water absorption

Same as per Sr.No.9

vii) Soundness

Same as per Sr.No.9

viii) Percentage of

fractural faces

Same as per Sr.No.9

ix) Gradation 2 tests per day per plant

both on individual

constituents and mixed

aggregates from dryer.

x) Binder content & aggrt.

Grading

Periodic subject to

minimum of 2 tests per

day plant.

xi) Control of temp of

binder & aggregates for

mixing & of the mix at the

time of laying & rolling.

At regular close intervals.

Page 102: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

102

xii) Density of compacted

layer

Regular control through

check of layer thickness.

As directed by the

Engineer-in-charge.

10 Bitumen (Pure) i) Penetration

ii) Ductility

iii) Softening point

iv) Flash/fire point

v) Specific gravity

2 test per lot as per I.S. 73

Page 103: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

103

ANNEXURE- II

S P E C I F I C A T I O N

Item : Providing and casting in situ M-20 grade (controlled) cement concrete trap metal of approve quality

for RCC slab at desired places as per detailed designs and drawings or as directed including centering, form

work, compaction, finishing the formed surfaces with cement mortar of sufficient minimum thickness to give

a smooth and even surface including smooth finish wherever necessary or roughing them if special finish is

to be provide (excluding reinforcement) and curing etc. complete.

The item referes to controlled cement concrete required for RCC terrace slab and such other slabs in

building construction and is to be executed as per detailed specification enclosed.

The salient and specific points in the specifications are as follows

i) Water cement ratio shall not exceed 0.45

ii) Minimum cement content shall not be less than 355 kg. per cubic meter.

iii) Admixture such as water reducing admixtures/ Air entraining admixtures and

superplasticizer of required property ,product like melamine based supercon-100 etc. to

improve workability, durability and to reduce permeability etc. as directed by

Engineer-in-charge.

iv) Maximum size of aggregate shall not exceed 20 mm.

v) Provision of cover blocks of the same strength of the concrete or manufactured to the

specified dimension of the other approved construction material such as plastic to be at

30 cm. centre to centre.

vi) Compaction shall necessarily be done by Mechanical Vibrators such as plate vibrators

& needle vibrators.

vii) Placement of Plastic paper or polythene sheet on centering is necessary before placing

concrete mix to avoid leakage of cement slurry from gaps of centering.

Annexure III

The following additional specifications/procedure shall be followed for providing shuttering and

centering arrangement for relevant tender items in various parts of this building.

FORM WORK :

In general the formwork should be of marine ply wood plates. Only for slab bottom the form work

of M.S. plates can be allowed on merit basis based on the condition of M.S plates if they are suitable

designed for the purpose. It will not be binding on the part of the Engineer- in-charge to allow for M.S.

formwork. The thickness of Marine ply wood should be 12 mm minimum and grade as approved by

Engineer –in-charge . Marine ply wood with damage surface or of varying thickness will not be used. The

surface of the formwork should be treated properly to prevent adhesion to the forms. Burnt oils will not be

allowed as a de-shuttering agent.

The marine ply wood shuttering plates shall be braced suitable with angle iron or wooding frames to

withstand the loads to be imposed on the formwork and to prevent bending, deflection, deformation in size or

dispoacement of the member. The formwork should be watertight to prevent leakage of concrete water or

cement slurry from the section.

CENTERING :

Page 104: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

104

For centering, M.S. tubular props and struts with adjustable heights should only be used. The total

supporting arrangement shall be designed by the contractor, confirming the relevant I.S. code and standard

practice being adopted in this type of work. The centering arrangement shall be adequately braced and

properly fixed by using appropriate type of fastening and fixtures to ensure stability and stay of the centering

to withstand all loads coming on it. Before commencement of this item the total arrangement of centering and

work design should be got approved from the Engineer- In-charge. The entire responsibility for design,

errection, maintenance and safety measure will exclusively rest with the contractor. The Engineer-In-charge

reserves right to reject entire centering arrangement or part thereof any material used for the

centering/formwork in the event of which the contractor shall have to arrange for its replacement at his own

cost and claims, what so ever on this account will not be entertained by the Department.

ANNEXURE – IV

Item Providing water proofing treatment in W.C. and bath including B.B. coba in all

position consisting of specialized approved water proof compound and materials

as per manufactures specification and covering ten years guarantee on court fee

stamps paper of 100/- including all lead, lift and including ponding test etc.

complete.

GENERAL The item pertains to the provision and laying waterproof layer on terrace and other

floor including W/C and bath

MATERIALS i) The water proofing compound shall confirm to relevant

IS 2645-1964 with its test edition, especially as regard to

permeability test.

ii) Brick Bat Coba- The bricks shall confirm to standard

specification A-9. The brick bats shall be from 70 mm

to 100 mm.

iii) Fine Aggregate – Shall confirm to standard

specification A-6

iv) Cement – Cement shall confirm to IS 269-1967 and all

test shall be carried out as specified.

Item Preparing existing surface. All material on the existing

Surface slab/terrace/Raft shall be removed and surface

shall be cleaned to receive the treatment. All surface shall

be cleaned.

INJECTION The new water proofing treatment shall be started by

injecting Cement slurry with water cement ratio as 40 to 45

with approved water proofing compound at the rate of 2%

by weight of cement.

The holes of injection shall be fixed in such a staggered pattern that 11 inherent

holes, cavities voids, honey combing etc. shall be sealed properly and whole

structure to be treated shall be consistant, homogeneous, and resistant to water

leakages, seepage, dampness and moisture etc. The drainage plan taking into

consideration the existing water spouts shall be prepared and got approved. The

slab ahall then be overlayed with brick bat coba to single course and in compact

manner in cement mortar 1 : 5 using manufacture specifications or as directed by

Engineer Incharge. The necessary gradient for easy flow to drain off water shall be

maintained meticulously through the existing rain water drainage system. The

treatment shall be continued along inner side of the parapets of ever adjoining

walls upto the height of 30 cm. (or as directed) and corners shall be rounded off

Page 105: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

105

properly. Finally the top surface shall be covered with jointless water proofing

plaster in cement mortar 1:3 of 12 to 18 mm average thickness, finished smooth

with travel in cement colour and marked into 30 cm. false square, if so directed.

The average thickness of the complete treatment shall not be less than 112 mm

and shall be rendered hard and tough to with stand the weathering and normal

domestic use.

The finished terrace shall be watered for a period of not less than ten days. All test for

leakages shall be carried out without any extra cost. The leakages if any shall be

rectified forth with. The work shall not be accepted unless the rectifications work,

if required, in carried out satisfactorily and results of ponding test are satisfactory.

ITEM TO INCLUDE i) Cleaning the surface, removing all local material such as debris old

treatment coba I.P.S. flooring etc.

ii) Preparing surface by removing all debris etc. removing any uneven on

local humps etc.

iii) All necessary labour, material, scaffolding, tools and equipment for

satisfactory completion of the item.

iv) Testing of floor by paneling method or any other

method as specified.

v) Guarantee for 10 years against any leakages and rectification there of

within guarantee period.

vi) Cost of cement required for grouting as per actual use.

vii) All safety measures such as sign boards red cloth, indications etc.

safeguard against any accident or damages to the users.

viii) Curing at least for 10 days.

MODE OF MEASUREMENT

The contract rate shall be for the actual cubical content treated between edge of parapet

walls. The separate rate shall be paid for vertical treatment to parapet on Sq. meter

area basis. In case, extra thickness of coba is require to be provided to achieve the

required gradient, the same shall be provided only if be directed. The work shall

however, be executed as directed above except final finishing of the top surface.

ANNEXURE- V

i) The contractor at his shall have to make his own arrangement for bringing the water from

outside.

ii) For R.C.C. items, the wording, finishing the formed surface with C.M.1:3 of sufficient

minimum thickness to give a smooth and even surface is meant only for repairing the

honeycombed surfaces and it does not include plastering of the whole of the surface.

iii) Claim for change in (i) depth of foundation (ii) height of storey (iii) plinth height shall not

be paid to the contractor.

Page 106: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

106

ANNEXURE-VIII

GENERAL SPECIFICATIONS FOR CIVIL WORKS

(1) MATERIALS:

(1) WATER:

Water shall be tree from deleterious materials, dean and from Municipal or filtered water or any other

source to be approved by the Consultant. Storage accommodation for the water shall be of sufficient size as

directed by consultant. The contractor will arrange for and get necessary permission of the Local Authority

for the storage of water. The Contractor shall allow the use of his water for other works on the site and the

cost shall be apportioned by the consultant.

(2) SAND

Sand shall be sharp coarse clean river or pit sand of approved quality and free from salt, earth dust or other

impurities.

Washed and Screened River sand shall be used in plain and reinforced cement concrete.

Washed and screened River sand shall be used for the undercoats and me finishing coat sand faced cement

plaster

River sand will be used for all other work requiring use of sand. unless otherwise specified in bill of

quantities.

All sand required to be used for any item of work shall necessity be washed on the my Sand Washing

Machine of approved make and supplier.

The silt content after such washing sand shall be exceed 2% In any case.

3) CEMENT :

Cement shall be ordinary setting cement of approved Indian manufacture and shall comply with relevant

Indian standard Specifications for time being In force for such cement Compression tests on cement-sand

cubes shall be made as well as tensile tests. All cement shall be fresh when delivered. Cement shall be

delivered in sound and property secured bags barrels or other packages ready for immediate use and shall be

used direct from bag or barrel.

Cement shall be stored in a perfectly watertight well ventilated and otherwise suitable shed or godown, which

will have a wooden floor. The wooden floor shall be raised not less than I5cm from the ground. The

Contractor shall maintain sufficient stock of cement to ensure continuity of the work and each consignment

shall be stacked so as to permit of easy access for inspection and identification

(4) BRICKS:

Bricks shall be table moulded of quality approved by the Consultant, free from grit. well burnt sound, hard,

square and with sharp and square arises and shall give a ringing sound when struck with a mallet. They shall

Page 107: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

107

be of uniform size and shape. No bricks after 24 hours immersion water shall absorb more water than 15% of

its weight

(5) GLAZED TILES :

White glazed tiles shall conform in every respect to the requirement I.S. :777 :1970.

Tiles shall be 6mm thick of approved make. Any tiles which is warped or in which edges are not straight

shall be rejected.

(6) GLAZING :

Unless other wise specified the glazing shall be patent flattened sheet glass or the best quality Plain or

ground, and shall be free from flaws, specks or bubbles, It shall be 4mm thick upto a size of 60cm x 60cm

and above 5mm thick

(7) BRICK WORK:

Every brick shall be thoroughly soaked in water before use till the bubbles cease to come up. No broken

bricks (bats) shall be used except as closures. The courses shall be truly horizontal and the work strictly

plumb. Joints shall be broken vertically and they shall not exceed 12 mm in thickness. The bricks shall not

be raised by more than 12 single course per day. Tables shall be formed at every 13th

courses and kept full

of water. The bricks shall be laid with their dents on the top side when the brickwork is in cement mortar.

Bricks shall be thoroughly bedded and flushed with mortar. The brickwork shall be grouted at every fourth

course String courses cornices and mouldings shall be set straight and true by projecting brick work with

properly cut and shaped bricks wherever necessary with as fine joints as possible.

The walls shall be carried up regularaly in all cases when the nature of work will admit of, not leaving any

part 1 meter lower than another. When circumstances render it necessary to carry on the same section of a

building in uneven courses, the bricks shall be raked back, so as to maintain a uniform and effectual bond.

In all brick arches and other circular work, the brick shall be shaped to slope, joints radiating correctly to the

centre from front to back of the wall and more than 10 cm thick. The face brick shall be of uniform colour

and with the sharp arises.

The work shall be well watered three times a day for 10 days and afterwards twice a day for a month.

The brick work shall be protected during the rains and inclement weather.

Double scaffoldings shall be provided on both sides of the walls and work carried on by employing masons

on both sides of wall of 23cms and greater thickness. Half brick and brick on edge partitions may be

constructed by employing mason on one side. The scaffoldings shall be constructed without horizontal

runners piercing through the wall. For all brick work in cement mortar, the joints of all surfaces which are to

be finished in plaster shall be raked out to a depth of 20mm as the work progresses and before the cement

mortar has set.

The rate for brick work shall be inclusive of all necessary materials and labour, scaffolding watering and

cutting of bricks, arches, corbels etc.

The measurements of the work shall be product of the length height and thickness, the thickness being taken

as 60 cms, 45cms, 35 cms and 23 cms for walls, 3, 2.5, 2, 1.5 and 1 bricks thick Half brick, and brick on edge

walls shall be measured in square meter. Brick work of specified thickness may also be measured in square

meter. Deductions shall be made for all openings and lintels and columns occupying the whole thickness of

the walls.

Page 108: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

108

(8) PLASTER:

The joints of all masonry work shall be raked out to 20mm. The surface of all concrete and reinforced

concrete work shall be dented in the manner specified for reinforced concrete work before plaster is applied.

All the surfaces shall be thoroughly washed and well watered before plaster is applied.

Long straight edge shall be freely used to ensure a perfectly even surface. All comers and angles shall be

perfectly plumb and true and soffits or arches shall be true arcs of circles. All exposed angles with door and

window frames shall be carefully finished. Internal angles shall be rounded if so ordered and arises shall be

rounded., splayed or beaded as ordered without any extra.

(a) CEMENT PLASTER :

The plaster on walls shall consist of two coats. The first undercoat about 10 mm thick shall be of one part

cement and 4 parts coarse sand and shall be dashed against wall and roughly leveled. The second undercoat

shall be about 10 mm thick and shall be of 1 part cement and 4 parts sand. It shall be uniformly applied and

shall be floated and the surface shall be made even.

Plaster to concrete ceilings shall be as thin as possible It may be finished in two coats, the first coat

of I part of cement and 4 parts of sand dashed and floated to make the surface uniform and even. The surface

shall be scratched as hereinabove specified to form key for the finishing coat . The second or finishing coat

shall be a thin coat of cream of lime puty evenly applied and trowelled smooth, to produce a perfectly

smooth and even surface.

Plaster to other concrete surfaces shall be as for walling.

Adequate time interval shall be allowed between the application of successive coats for hardening. The coat

shall be kept moist by watering and shall not be allowed to dry out.

Three coats of lime white and colour wash shall be applied to all plastered surfaces without any extra

charges.

(b) SAND FACED PLASTER:

Cement mortar shall consist of I part of cement to 3 parts of screened and washed sand . It shall be made in 2

coats. The undercoat shall be made similar to the undercoats for cement plaster Where the Bill of Quantities

mention about use of ‘Kharsalia' sand for external plaster, the sand shall be from approved source and

location and of approached gradation. This sand is available from sources near Ahmedabad and Godhra in

Gujarat State. The surface of the undercoat shall be scratched by special wire tools for forming the key for

the finishing coat before the mortar has set and hardened.

(9) Wood Work

All teak wood work in curved pieces shall be measured as a piece out of which the work may be cut.

All carpentry work shall be measured in cubic meter/cubic feet.

(10) JOINERY:

All teak wood specified for all joinery work shall be best quality Balarsha well seasoned C.P. Teak.

(A) DOORS & WINDOWS :

(a) FRAMES :

These shall be made from best quality country Teak wood /Indian superior teak wood as specified. Door and

window frames shall be of 15cms x 10 cms and scantlings, unless otherwise specified. They shall be properly

framed and mortised and tenonned together and shall be built in solid in masonry by means of wrought iron

hold fasts.

Ends of the horizontal and/or vertical scantlings shall not project beyond the frame, and no part of timber

scantlings shall be built into the brick or concrete work. Where frames are to be erected flush with plain or

Page 109: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

109

reinforced concrete structural members, they shall be fixed in to concrete with three 12 mm diameter 15cms

long coach screws and white bronze or lead rawlplugs for each jamb. The heads of the screws shall be sunk

25 mm into the timber and the holes shall be plugged with timber plugs.

The visible surfaces shall be wrought smooth and even. The parts in contact with the masonry shall be well

tarred. The frames shall be rebated 12 mm on one side if there is a single shutter and the full thickness of the

shutter and shall be moulded on the other side as shown in drawings and details. The frames shall be rebated

on both sides if there be double shutters.

Three hold fasts to each door jamb shall be provided and two hold fasts to each window jamb shall be

provided. Holdfasts shall be flat wrought iron bar 50mm x 6mm by 30 cms long, one end turned up 75 mm

drilled and counter sunk for two screws, the other end formed swallow- tail for building into brick work and

shall be dipped into tar while hot.

The frames shall be protected during the progress of the works by necessary boxing or as may be directed by

the Consultant.

(b) PANELLED SHUTTERS :

These shall be made from best quality country Teak wood scantlings. The styles and rails shall be 37.5 mm

thick unless otherwise specified and mortised together in workmanlike manner. The styles and rails shall be

moulded or provided with Selection moulds and of width as shown in the drawings and details. Each panel

shall be in one plank 37.5mm thick unless otherwise specified and moulded as shown in the drawings and

details.

(c) FLUSH DOORS :

Flush doors shall be "solid cored" and shall be 32 to 35 mm thick. They shall be covered on both sides with

teak veneer. The door shall be lipped and edged with sisum or teak wood strips on the sides. The flush doors

shall be of approved quality and shall be obtained from firm approved by the Consultant and shall be of best

quality.

(d) GLAZED SHUTTERS:

These shall be similar to panelled shutters except that:

Such parts as directed shall be glazed with plain or ground glass Styles and rails in the glazed shutters shall

be rebated 12mm to receive the glass. Sash bare shall be moulded and mitered and rebated on one side to

receive the glass. Glass panes shall be fixed by means of teak beads and double putty, i.e., putty first applied

in the rebate and then over the glass pane.

(e) VENETIANED SHUTTERS:

These shall be similar to panelled shutters except such parts as are directed shall be venetianed.

The blades in the venetianed shutters shall be 10mm thick and 90mm wide sloped down and fixed as per

details and rounded at the edges. The ends of the blades shall have rounded pins in the centre 10mm diameter

and 20mm long and round holes shall be made in the sides of the rails to receive them.

(f) FITTINGS & FASTENINGS FOR SHUTTERS OF ALL KINDS :

Each door leaf shall be hung with three S.S.mat finish or parliamentary hinges. Each door shall be provided

with two flush or barrel bolts, one S.S.mat finish latch, one S.S.mat finish aldrop and two S.S.mat finish

handles.

Each window leaf shall be hung with two S.S.mat finish or parliamentary hinges and shall be provided with

two S.S.mat finish flush or barrel bolts, one S.S.mat finish fastening (hook and eye or casement stay) and one

S.S.mat finish handle,

Each fanlight or ventilator shutter shall be hung with two S.S.mat finish butt hinges and shall be provided

with three S.S.mat finish fastenings.

Page 110: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

110

Each centre hung fanlight or ventilator shutter shall be provided with two S.S.mat finish pivots and one

S.S.mat finish spring latch or two S.S.mat finish stoppers.

(g) ROLLING STEEL SHUTTERS

These shall be constructed with curved slats from steel metal 18 W.G. with dimensions of 62.5 mm between

centers of interlock, and bridge depth of 16 mm. These curved slats shall slide into one another forming a

continuous hinge throughout their length and shall be fitted with alternating end lock. They shall coil at the

head of the opening, with the weight of the shutter at all positions counterbalanced by springs. Guides shall

be 2.5 inches. The springs shall be of best quality tempered steel. The shutter when coiled up shall be housed

in a box of 18 gauge sheet metal. They shall be opened from the outside and locking arrangement shall be

provided at the bottom of the shutter on both ends. It shall be painted with one coat of red lead and two coats

or aluminimum paint.

The shutters shall be measured in meter/feet superficial of the clear opening to which they are to be fitted.

The price shall be inclusive of guides, locking arrangement, metal box at top of opening for housing coiled

shutter and paint.

(b) ROLLING STEEL GRILLES SHUTTERS :

These shall be constructed with internal horizontal steel tubes, connected by malleable vertical links to form

approved patterns. They are installed and operated in the same manner as rolling steel shutters. They shall be

provided with 62.5 mm guides, locking arrangement at bottom on both ends and when coiled shall be housed

in 18 gauge steel metal box. They shall be operated from outside.

They shall be painted with one coat of red lead and two coats of aluminimum paint.

They shall be measured in meter/feet superficial of the dear opening to which they are to be fitted. The price

shall be inclusive of guides, locking arrangement, metal box at head of the opening for housing coiled

shutters and paint.

11.DRAINAGE PIPING & INSTALLATION :

CAST IRON PIPES & FITTINGS :

The pipes and fittings will be of Sand Cast Iron made from Pig Iron. All the pipes and fittings shall be

approved make "BIC" or equivalent conforming to IS: 1729. They shall be free from any air bubbles, cracks,

sand-holes or any other defects.

The pipes as delivered from the supplier shall have a thick coat of bituminous / mastic paint and they shall be

so stacked as not to come in contact with wet bed and/or soil.

The drainage pipes shall be fixed in a manner that the outer-most part of the pipe and/or the fitting shall be at

least 40 mm away from the final finished level of surface finish to the wall. The space / gap shall be ensured

by fixing the pipe clamps on wooden gutties dipped in cold bitumen, fixed to the wall, and the gutties shall be

of size as directed by the department

The pipes shall be joined after dry alignment is checked for its plumbness in a manner as directed by the

department

If so required by the department standard smoke test shall be carried out by the Contractors, to ensure that

there are no flows in the joints and/or connections.

The rate per lineal measure, as in the Bills of Quantities, shall include totalised linear measurements of the

straight and inclined length, bends, junctions, offsets etc. No special rates will be paid for fittings and

fixtures separately.

Page 111: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

111

All the plumbing and sanitary installations shall be carried out through an agency of "Licensed Plumber- as

required by the Municipal Corporation, and necessary certificates of completion whenever required, will be

furnished by the Licensed Plumber so employed for such work.

12. SAFETY CODES

12.1 All workers on site and working on scaffold and at roof/terrace areas shall be provided with hard hats,

safety gear, gloves, goggles, safety harness etc to ensure safety standards. There should be at all

times, fire extinguishers at site and personnel training in using these. Watch and ward and lighting of

site at night should be adequately provided by the Contractor.

12.2 First aid appliance including adequate supply of sterilised dressings and cotton wool shall be

maintained in a readily accessible place. An injured person shall be taken to a public hospital without

loss of time, in cases where the injury necessitates hospitalisation.

12.3 Safe and strong scaffolds should be provided for workmen for all works that cannot safely be done

from ground level.

12.4 No portable single ladder shall be over 8 meters in length. The width between the side rails shall not

be less than 30 cm (clear) and the distance between two adjacent rungs shall not be more than 30 cm.

When a ladder is used an extra mazdoor shall be engaged for holding the ladder.

12.5 The excavated material shall not be placed within 1.5 meters of the edge of the trench or half of the

depth of trench whichever is more. All trenches and excavations shall be provided with necessary

fencing and lighting.

12.6 Every opening in the floor of a building or in working platform be provided with suitable means to

prevent the fall of persons or materials by providing suitable fencing or railing whose minimum

height shall be one metre.

12.7 No floor, roof or other part of the structure shall be so overloaded with debris or materials as to

render it unsafe.

12.8 Workers employed on mixing and handling material such as asphalt, cement mortar or concrete and

lime mortar shall be provided with protective footwear and rubber hand gloves.

12.9. Those engaged in welding works shall be provided with Welder's protective eye shields and gloves.

12.10 (i) No paint containing lead or lead products shall be used except in the form of paste or readymade

paints.

(ii) Suitable facemasks should be supplied for use by the workers when the paint is applied in the

form of spray or surface having lead paint dry rubbed and scrapped.

12.11 Overalls shall be supplied by the Contractor to the paints and adequate facilities shall be provided to

enable the working painters to wash during the periods of cessation of work.

12.12 Hoisting machines and tackle used in the works, including their attachments, anchorage and supports

shall be in perfect condition.

12.13 The ropes used in hoisting or lowering material or as a means of suspension shall be of durable quality

and adequate strength and free from defects.

13) SPECIEICATION FOR WATERPROOFING

Rates for respective items shall include for the additional specifications:

1. The work or waterproofing described in the following items shall be carried out by the contractor

only through a renowned specialist water proofing agency using cement waterproofing compounds,

as approved in writing by the Engineer-in-charge.

Page 112: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

112

2. The contractor shall give before execution, detailed specifications for each item of work

waterproofing to be executed according to the specifications of the specialist agency he proposes to

employ for approval. The work shall not be started unless approval in writing is given by the

Engineer-in-charge to the said specifications.

3. The contractor shall give a Guarantee Bond on requisite stamp paper for a minimum period of Ten

Years for all the items of waterproofing done. During the guarantee period the contractor shall

entirely be responsible to rectify, any defect at his own cost maintain the work in waterproof

condition. The waterproofing contractor shall also have to make good all the suroundings disturbed

by him during the rectification work at his own cost The form written guarantee shall be all legal

stamped agreements acceptable to the Government. The guarantee shall be given within in one

month from the date of completion of waterproofing treatment but any delay in frnishing the

guarantee shall not relieve the contractor from the implications of this clause.

4. 10% (ten Percent) of the cost of the waterproofing work executed shall be retained as “Retention

Money" for a period of 10 years covering the guarantee, And the same shall be released only after

satisfactory performance of the treatment during guarantee period of 10 years. The amount may be

converted into any approved interest bearing security (for ten years after completion of defect

liability period). in the name of Executive Engineer, Special Project Division, Amravati on receipt

of such written request from the contractor.

5. The waterproofing agency as approved by Engineer-in-charge shall provide and install at his own

cost the following for his own use and remove the same after completion of the Work.

I. Two pumps electrical/diesel operated for watering and curing at any level in

the building. Curing shall be carried out for a minimum period of 14

days,

II. Temporary mild steel water storage tanks.

III. temporary galvanised iron pipings and fittings for water line,

IV. Flexible hose lengths.

6. Injection to reinforced cement concrete slab, wherever required, have to be undertaken by the

contractor free of cost.

7. before starting the waterproofing work, the surface receiving the treatment shall be cleaned

properly.

8. The item of waterproofing as given in the Schedule 'B' applies for work in any portion and on any

floor and at any height. The lift of materiais shall not form any Criteria for the extra payment.

9. After carring out the work of water proofing, the water proof area shall be ponded with a depth of

water of at least 50 mm for a period of 72 hours or as directed by the Engineer in charge. If any leakage/s

is/are noticed, the water proofing treatment will have to be redone as per instruction of Engineer in

charge.

14. CONSERVATION SPECIFICATIONS FOR DEMOLITION. DISMANTLING AND REMOVAL

The Contractor shall take all precautions to see that the demolition is done in such a sequence and manner as

to prevent all damage to usable and any damage to nearby property or injury to life. To this effect the

Contractor may be required to erect suitable barricades around the work as directed for which no claims for

extra payment will be allowed.

The register shall be opened by the contractor on the work site to show a day-to-day account of turnout or

salvaged materials. This register should also show whether dismantled material is properly stacked or wasted.

It shall be signed by the representative of the contractor and by the Engineer-in-charge on site.

The structure shall be dismantled carefully and the materials removed without causing damage to the

serviceable materials and the part of the structure to be retained, and any properties or structure nearby. Any

damage to nearby property or structure shall be made good by the contractor without extra claims. The

contractor shall be responsible for any injury to the workers or the public. Removal of overlaying adjacent

materials if required for dismantling of the structure, shall be included in the item.

Page 113: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

113

Before demolishing any part of the structure, the contractor shall provide supports and struts to the existing

structure as and when directed by the Engineer in charge. All struts and support shall not be removed by the

contractor until written permission is obtained from the Engineer in charge. No extra claims for such skirting

or supports shall be paid for, it shall be included in the tender under respective items for demolishing. All

scaffolding will be in steel and will have rubber ends, so as not to damage any part of the structure.

Unless otherwise provided, excavated materials shall be used in back filing the excavation made removing

the structure, In leveling ground or otherwise disposed of as directed free of cost. The dismantled material

shall be immediately removed by the contractor from the work site so as not to hamper the progress of work

of main building.

Page 114: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

114

SECTION 6

FORM OF BID

Description of the works :- CONSTRUCTION OF COURT BUILDING AT PANDHARKAWDA, TQ. KELAPUR

DISTT. YAVATMAL

To, . . . . . . . . . . . . . . .

Address : . . . . . . . . . . . . . . . . . .

1) We offer to execute the works described above and remedy any defects therein in

conformity with the condition of contract, specification, drawings, Bill of Quantities and

Addenda for the sum(s) of

( . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .)

2) We undertake, if our Bid is accepted, to commence the works as soon as is reasonably possible after the receipt of the Engineer’s notice to commence, and to complete the whole

of the works comprised in the Contract within the time stated in the document.

3) We agree to abide by this Bid for the period of 120 days from the date fixed for receiving

the same, and it shall remain binding upon us and may be accepted at any time before the

expiration of that period.

4) Unless and until a formal Agreement is prepared and executed this Bid, together with your

written acceptance thereof, shall constitute a binding contract between us.

5) We understand that you are not bound to accept the lowest or any tender you may receive.

6) We accept the appointment of Shri. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

as the Dispute Review Expert.

(OR)

We do not accept the appointment of Shri. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

as the Dispute Review Expert and propose instead that Shri. . . . . . . . . . . . .. . . . . . . . . . . . .

be appointed as Dispute Review Expert, whose BIO-DATA is attached.

Dated this . . . . . . . . . . . . day of . . . . . . . . . . . .20. . . . . . . . . .

Signature . . . . . . . . . . . . . . . . . . . . . . . . . in the capacity of . . . . . . . . . . . . . . . . . . .duly

authorised sign bids for and on behalf of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

(in block capitals or typed)

Address

. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .

Witness

. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .

Address

. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .

Occupation

. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .

Note :- The bidder will submit this form .online without his financial offer. The bidder shall fill the

rates online In the BOQ sheet provided In the e-tender portal only

Page 115: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

115

SECTION 7

BILL OF QUANTITIES

Page 116: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

116

BILL OF QUANTITIES

Preamble

1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, Conditions of

Contract, Technical Specifications and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and are given to provide

a common basis for bidding. The basis of payment will be the actual quantities of work ordered and

carried out, as measured by the Contractor and verified by the Engineer and valued at the rates and

prices tendered in the priced Bill of Quantities, where applicable, and otherwise at such rates and

prices as theEngineer may fix within the terms of the Contract.

3. The rates and prices tendered in the priced Bill of Quantities shall, except in sofar as it is otherwise

provided under the Contract, include all constructional plant, labour, supervision, materials,

erection, ·maintenance, insurance, profit, taxes and duties, together with all general risks, liabilities

and obligations set out or implied in theContract.

4. The rates and prices shall be quoted entirely in Indian Currency.

5. A rate or price shall be entered against each item in the Bill of Quantities, whether quantities are

stated or not. The cost of Items against which the Contractor has failed to enter a rate or price shall

be deemed to be covered by other rates and prices entered in the Bill of Quantities.

6. The whole cost of complying with the provisions of the Contract shall be included in the items

provided in the priced Bill of Quantities, and where no Items are pro-vided the cost shall be deemed

to be distributed among the rates and prices entered for the related Items of Work.

7. General directions and descriptions of work and materials are not necessarily re-peated or

summarized in the Bill of Quantities. References to the relevant sections of the contract

documentation shall be made before entering rates or prices against each item in the Bill of

Quantities.

8. The method of measurement of completed work for payment shall be in accordance with the

specification for Road and Bridge Works published by the Ministry of Surface Transport (edition).

9. Errors will be corrected by the Employer for any arithmetic errors pursuant to Clause 29 of the

Instructions to Bidders.

10. Rock is defined as all materials which, in the opinion of the Engineer, require blasting' or the use of

metal wedges and sledgehammers, or the use of compressed air drilling for its removal, and which

cannot be extracted by ripping with a tractor of at least 150 kw with a single rear mounted heavy

duty ripper.

Note: The bidder shall fill the rates online in the BOQ sheet provided in the e-tender portal

only

Page 117: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

117

BILL OF QUANTITIES

Sr.

No.

Description of Item (with

brief specification and

reference to book of

specification)

Quantity Unit Rate Amount

In Figures In

Words

Note:

1. Item for which no rate or price has been entered in will not be paid for by the Employer

when executed and shall be deemed covered by the other rates and prices in the bill of

quantities (Refer: ITB Clause 13.2 and GCC Clause 43.3)

2. Unit rates and prices shall be quoted by the bidder in Indian rupee [ITB Clause 14]

3. Where there is a discrepancy between the rate in figures and words, the rates in words will

govern. [ITB Clause 27.1(a)]

4. Where there is a discrepancy between the unit rate and the line item total resulting from

multiplying the unit rate by quantity, the unit rate quoted shall govern [ITB Clause 27.1(b)]

Page 118: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

118

SECTION – 8

SECURITIES AND OTHER FORMS

Page 119: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

119

BID SECURITY (BANK GUARANTEE)

WHEREAS, _____________________________ [Name of bidder] (hereinafter called “the Bidder”

) has submitted his Bid dated ______________ (date) for the construction of __________________

[name of Contract hereinafter called “the Bid”]

KNOW ALL PEOPLE by these presents that We ___________________________ [name of Bank]

of ________________________ [ name of Country] having our registered office at

_____________________________________ (hereinafter called “the Bank”) are bound unto

_______________________ [name of Employer] (hereinafter called “the Employer”) in the sum of

______________________ * for which payment well and truly to be made to the said Employer the

Bank itself, his successors and assigns by these presents.

SEALED with the Common Seal of the Said Bank this __________ day of ________ , 20 __

THE CONDITIONS of this obligation are :

1. If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified

in the Form of bid.

OR

2. If the Bidder having been notified to the acceptance of his bid by the Employer during the

period of bid validity :

(a) Fails or refuses to execute the Form of Agreement in accordance with Instructions

to Bidders, if required; or

(b) fails or refuses to furnish the performance Security, in accordance with the

Instructions to Bidders ; or

(c) does not accept the correction of the Bid Price pursuant to Clause 27

We undertake to pay to the Employer up to the above amount upon receipt of his first

written demand, without the Employer having to substantiate his demand, provided that in his

demand the Employer will note that the amount claimed by him is due to him owing to the

occurrence of one or any of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date -

____________ ** days after the deadline for submission of bids as such deadline is stated in the

Instructions to Bidders or as it may be extended by the Employer, notice of which extensions(s) to

the Bank is hereby waived. Any demand in respect of this guarantee should reach the Bank not later

than the above date.

Page 120: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

120

DATE ______________ SIGNATURE _________________

WITNESS _____________ SEAL __________________

-------------------------------------------------------------------------------------------------------------

[ Signature, name and address]

* The Bidder should insert the amount of the guarantee in words and figures denominated in

Indian Rupees. This figure should be the same as shown in Clause 16.1 of the Instructions

to Bidders.

** 45 days after the end of the validity period of the bid Date should be inserted by the

Employer before the Bidding documents are issued.

Page 121: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

121

PERFORMANCE BANK GUARANTEE

To,

_____________________________ [name of Employer]

_____________________________ [address of Employer]

_____________________________

WHEREAS ________________________________ [name and address of Contractor]

(hereafter called “The Contractor”) has undertaken, in pursuance of Contract No. ___________

dated __________ to execute _________________ [name of Contract and brief description of

Works] (hereinafter called “the Contractor”)

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee.

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on

behalf of the Contractor, up to a total of ______________________ [amount of guarantee]*

________________________(in words), such sums being payable in the types and proportions of

currencies in which the Contract Price is payable, and we undertake to pay you, upon your first

written demand and without cavil or argument, any sum or sums within the limits of

____________________________ [amount of guarantee] as aforesaid without your needing to

prove or to show ground or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor before

presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the

Contract or of the Works to be performed thereunder or of any of the Contract documents which

may be made between your and the Contractor shall in any way release us from any liability under

this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid 28 days from the date of expiry of the Defect Liability Period.

Signature and Seal of the Guarantor ________________

Name of Bank _________________________________

Address ______________________________________

Date __________

* An Amount shall be inserted by the Guarantor, representing the percentage the contract price

specified in the Contract including additional security for unbalanced Bids, if any and

denominated in Indian Rupees.

Page 122: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

122

INDENTURE FOR SECURED ADVANCES

FROM 31

(For use in cases in which the contract is for finished work and the contractor has entered into an

agreement for the execution of a certain specified quantity of work in a given time.)

This indenture made the ____________ day of ___________, 20 _______ BETWEEN

_______________ (hereinafter called the contractor which expression shall where the context so

admits or implies be deemed to include his executors, administrators and assigns) or the one part

and the employer of the Other Part.

Whereas by an agreement dated ______________ (hereinafter called the said agreement)

the contractor has agreed.

AND WHEREAS the contractor has applied to the Employer that he may be allowed

advanced on the security of materials absolutely belonging to him and brought by him to the site of

the works the subject of the said agreement for use in the construction of such of the works as he

has undertaken to executive at rates fixed for the finished works (inclusive of the cost of materials

and labour and other charges)

AND WHEREAS the Employer has agreed to advance to the Contractor the sum of Rupees

__________________________________________ on the security of materials the quantities and

other particulars of which are detailed in Accounts of Secured Advances attached to the Running

Account bill for the said works signed by the Contractor on ___________ and the Employer has

reserved to himself the option of making any further advance or advance on the security of other

materials brought by the Contractor to the site of the said works.

Now THIS INDENTURE WINTNESSE that in pursuance of the said agreement and in

consideration of the sum of Rupees _________________ on or before the execution of these

presents paid to the Contractor by the Employer (the receipt where of the Contractor doth hereby

acknowledge) and of such further advance (if any) as may be made to him as a for said the

Contractor doth hereby covenant and agree with the President and declare as follows :

(1) That the said sum of Rupees ______________________________ so advanced by

theEmployer to the Contractor as aforesaid and all or any further sum or sums advanced as aforesaid

shall be employed by the Contractor in or towards expending the execution of the said works and

for no other purpose whatsoever.

(2) That the materials details in the said Account of Secured Advances which have been offered to

and accepted by the Employer as security are absolutely the Contractor’s own propriety and free

from encumbrances of any kind the contractor will not make any application for or receive a further

advance of the security of materials which are not absolutely his own property and free from

encumbrances of any kind and the contractor indemnified the Employer against all claims to any

materials in respect of which an advance has be made to him as aforesaid.

(3) That the materials detailed in the said account of Secured Advance and all other materials on

the security of which any further advance or advance may hereafter be made as aforesaid (hereafter

Page 123: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

123

called the said materials) shall be used by the Contractor solely in the execution of the said works in

accordance with the directions of the Engineer.

(4) That the Contractor shall make at his own cost all necessary and adequate arrangements for the

proper watch, safe custody and protection against all risks of the said materials and that until used in

construction as aforesaid the said materials shall remain at the site of the said works in the

Contractor’s custody and on his own responsibility and shall at all times be open to inspection by

the Engineer or any officer authorised by him. In the event of the said materials or any part thereof

being stolen, destroyed or damaged or becoming deteriorated in a greater degree than is due to

reasonable use and wear thereof the Contractor will forthwith replace the same with other materials

of like quality or repair and make good the same required by the Engineer.

(5) That the said materials shall not be any account be removed from the site of the said works

except with the written permission of the Engineer or an officer authorized by him on that behalf

(6) That the advance shall the Employer of the price payable in full when or before the Contractor

receives payment from the Employer of the price payable to him for the said works under the terms

and provisions of the said agreement. Provided that if any intermediate payment are made to the

Contractor on account of work done than on the occasion of each such payment the Employer will

be at liberty to make a recovery from the contractor’s bill for such payment by deducting there from

the value of the said materials than actually used in the construction and in respect of which

recovery has not been made previously, the value for this purpose being determined in respect of

each description of materials at the rates are which the amounts of the advances made under these

presents were calculated.

(7) That if the Contractor shall at any time make any default in the performance or observance in

any respect of any of the terms and provisions of the said agreement or of these presents the total

amount of the advance or advances that may still be owing of the Employer shall immediately on

the happening of such default be repayable by the Contractor to be the Employer together with

interest thereon at twelve percent per annum from the date or respective dates of such advance or

advances to the date of repayment and with all costs, charges, damages and expenses incurred by

the Employer in or for the recovery thereof or the enforcement of this security or otherwise by

reason of the default of the Contractor and the Contractor hereby covenants and agrees with the

Employer to reply and pay the same respectively to him accordingly.

(8) That the contractor hereby charges all the said materials with the repayment to the Employer of

the said sum of Rupees _________________________ and any further sum or sums advanced as

aforesaid and all costs, charges, damages and expenses payable under these presents PROVIDED

ALWAYS and it is hereby agreed and declared that notwithstanding anything in the said agreement

and without prejudice to the power contained therein if and whenever the covenant for payment and

repayment here-in-before contained shall become enforceable and the money owing shall not be

paid in accordance there with the Employer may at any time thereafter adopt all or any of the

following courses as he may deem best :

(a) Seize and utilise the said materials or any part thereof in the completion of the said

works on behalf of the contractor in accordance with the provisions in that behalf

contained in the said agreement debiting the contractor with the actual cost of effecting

Page 124: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

124

such completion and the amount due to the contractor with the value of work done as if

he had carried it out in accordance with the said agreement and at the rates thereby

provided. If the balance is against the contractor, he is to pay same to the Employer on

demand.

(b) Remove and sell by public auction the seized materials or any part thereof and out of

the moneys arising from the sale retain all the sums aforesaid repayable or payable to

the Employer under these presents and pay over the surplus (if any) to the Contractor.

(c) Deduct all or any part of the moneys owing out of the security deposit or any sum due

to the Contractor under the said advance shall not be payable.

(9) That except in the event of such default on the part of the contractor as aforesaid interest on the

said advance shall not be payable.

(10) That in the event of any conflict between the provisions of these presents and the said

agreement the provisions of these presents shall prevail and in the event of any dispute or difference

arising over the construction or effect of these presents the settlement of which has not been here-in-

before expressly provided for the same shall be referred to the Employer whose decision shall be

final and the provision of the Indian Arbitration Act for the time being in force shall apply to any

such reference.

Page 125: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

125

Letter of Acceptance

(Letterhead paper of the Employer)

To,

________________________ [name and address of the Contractor]

________________________

________________________

Dear Sirs,

This is to notify you that your online bid dated ____________ for execution of the

______________________________________ (name of the contract and identification number, as

given in the Instructions to Bidders) for the Contract Price of Rupees

___________________________ (______________) (amount in words and figures), as corrected

and modified in accordance with the Instructions to Bidders1 is hereby accepted by our agency.

We accept / do not accept that _____________________ be appointed as the

Adjudicator2. You are hereby requested to furnish Performance Security, in the form detailed in

Para 34.1 of ITB for an amount equivalent to Rs. _____________ within 07 days of the receipt of

the letter of acceptance valid up to 28 days from the date of expiry of defects Liability Period i.e. up

to _______________and sign the contract, failing which action as stated in Para 34.2 of ITB will be

taken.

Yours faithfully,

Authorised Signature

Name and title of Signatory

Name of Agency

1 Delete “Corrected and” or “and modified” if only one of these actions applies. Delete as corrected

and modified in accordance with the Instructions to Bidders, if corrections or modifications have not

been affected.

1 To be used only if the contractor disagrees in his Bid with the Adjudicator proposed by the

Employer in the “ Instructions to Bidders”.

Page 126: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

126

Issue of Notice to proceed with the work

(Letter head of the Employer)

__________________(Date)

To,

________________________ [name and address of the Contractor]

________________________

________________________

Dear Sirs,

Pursuant to your furnishing the requisite security as stipulated in ITB Clause 34.1 and signing of the

Contract for the work of………………………………………………………………………..

Bid Price of Rs.____________ .

You are hereby instructed to proceed with the execution of the said works in accordance

with the documents.

Yours faithfully,

(Signature, name and title of Signatory

Authorised to sign on behalf of Employer)

Page 127: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

127

AGREEMENT FORM

Agreement

This agreement, made the ___________ day of _____________between __________(name

and address of the Employer) [hereinafter called “the Employer] and ______________________

(name and address of contractor) hereinafter called “the Contractor” of the other part.

Whereas the employer is desirous that the Contractor execute

_______________________(name and identification number of Contractor) (hereinafter called “the

Works”) and the Employer has accepted the Bid by the Contractor for the execution and completion

of such Works and the remedying of any defects therein, at a

cost of Rs____________

NOW THIS AGREEMENT WITNESSTH as follows :

(1) In this Agreement, words and expression shall have the same meanings as are respectively

assigned to them in the conditions of contract hereinafter referred to and they shall be

deemed to form and be read and construed as part of this Agreement.

(2) In consideration of the payments to be made by the Employer to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Employer to all aspects

with the provisions of the contract.

(3) The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying the defects wherein Contract Price or such

other sum as may become payable under the provisions of the Contract at the times and in

the manner prescribed by the Contract.

(4) The following documents shall be deemed to form and be ready construed as part of this

agreement viz.

i) Letter of Acceptance

ii) Notice to proceed with the works

iii) Contractor’s Bid

iv) Condition of contract : General and Special

v) Contract Date

vi) Additional condition

vii) Drawings

viii) Bill of Quantities and

ix) Any other documents listed in the Contract Data as forming part of the Contract.

In witnessed whereof the parties there to have caused this Agreement to be executed the day

and year first before written.

The Common Seal of __________ was hereunto affixed in the presence of :

Signed, Sealed and Delivered by the said ___________________________

in the presence of :

Binding Signature of Employer _______________________________________________

Binding Signature of Contractor ______________________________________________

Page 128: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

128

UNDERTAKING

I, the undersigned do hereby undertake that our firm M/s. _________________

________________________________ agree to abide by this bid for a period _______ days for the

date fixed for receiving the same and it shall be binding on us and may be accepted at any time

before the expiration of that period.

____________________________________

(Signed by an Authorized Officer of the Firm)

___________________

Title of Officer

____________________

Name of Firm

______________

DATE

Page 129: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

129

SECTION 9

DRAWINGS

(Seperately Attached)

Page 130: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

Contractor Dy.Executive Engineer Executive Engineer

130

SECTION 10

DOCUMENTS TO BE FURNISHED BY BIDDER

(Attached)

Page 131: STANDARD BIDDING DOCUMENT PROCUREMENT OF CIVIL WORKS€¦ · PROCUREMENT OF CIVIL WORKS ITEM RATE TENDER PART-I : ... further information on those contracts ; (d) ... Contractor Dy.Executive

131

Contractor Dy.Executive Engineer Executive Engineer