office of the krishi upaj mandi samiti ganjbasoda dist ...mpmandiboard.gov.in/tender/form...

100
1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM RATE TENDER DOCUMENTS FOR NAME OF WORK Construction of One No. RCC Over head tank 1,00,000 litre capacity & 12.00m height and One No. RCC sump well –1,00,,000 litre.capacity LOCATION At New Mandi Yard Ganjbasoda PROBABLE AMOUNT OF CONTRACT (Rs.) 20,00,000.00

Upload: donhi

Post on 30-Jun-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

1

Office of the Krishi Upaj Mandi Samiti

Ganjbasoda Dist. Vidisha (MP)

LUM SUM RATE TENDER DOCUMENTS

FOR

NAME OF WORK Construction of One No. RCC Over head tank 1,00,000 litre capacity

& 12.00m height and One No. RCC sump well –1,00,,00 0 litre.capacity

LOCATION At New Mandi Yard Ganjbasoda

PROBABLE AMOUNT OF CONTRACT (Rs.) 20,00,000.00

Page 2: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

2

Office of the Krishi Upaj Mandi Samiti

Ganjbasoda Dist. Vidisha (MP)

TENDER NOTICE FOR PUBLICATION

NIT No./Mandi/Nirman/13-14/ 1527 Ganjbasoda, D ated : -02.7.2013

Sealed Tenders are invited up to 5:30 pm on 26.07.2013 either by registered post or

speed post in Form “F” as LUMP SUM rate from the contractors registered in M.P. State Agricultural

Marketing Board in three envelope systems by the undersigned for the following work. The tender

documents can be purchased from Mandi board website www.mpmandiboard.gov.in or by person

from Div. Bhopal Office, Bhopal.

.

Schedule of tender process (Key dates):-

(A) Last Date and Time for Tender Purchase: -19.7.2013 up to 17:30PM

(B) Date and Time for Opening of EMD and Technical Envelope:-29.7.2013 at .3:00PM.

Name & Place of work Construction of One No. RCC Over head tank 1.00 lacs litre

capacity & 12.00m height and One No. RCC sump well – 1.00

lacs litre. capacity at new mandi Yard ,K.U.M.S.Ganjbasoda.

Probable Amount of Contract (Rs. in lakh) 20.00 lacs

Amount of Earnest Money Deposit (Rs.) 40.000.00

Time Allowed for Completion 06 Months including rainy season

Cost of Tender Documents (Rs.) 2000.00

Class of contractor "C" AND ABOVE

Amount of Bank Solvency (Rs.) 3,00,000/-

Page 3: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

3

(C) Date and Time for Opening of Price Bid: - 30.07.2013 at 03:00PM

Note:- Drawing and Design should be prepared and ap proved by any engineering college

on cost of contractor and work should be done as pe r Drawing and Design

approved by the Chief Engineer, Mandi Board, Bhopal .

2 Other Terms & conditions applicable as per detailed tender document

Secrtary Krishi Upaj Mandi Samiti

Ganjbasoda Dist. Vidisha (MP)

Page 4: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

4

Office of the Krishi Upaj Mandi Samiti

Ganjbasoda Dist. Vidisha (MP)

DEAILED TENDER DOCUMENTS

(FORM-“F”)

NAME OF WORK: Construction of One No. RCC Over head tank

1,00,000 lac liter capacity & 12.00m height and

One No. RCC sump well – 1.00,000 lac liters.

capacity

PLACE : At New Mandi Yard Ganjbasoda,Dist. Vidisha(MP)

AMOUNT OF CONTRACT Rs. 20.00 lacs

TIME PERIOD 06 Months ( including rainy season )

NAME OF CONTRACCTOR ----------------------------------------------------

ADRESS OF CONTRACTOR …………………………………………

Cost of tender form Rs.2000.00

Money Receipt No. and date:-………………………………….

Page 5: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

5

Office of the Krishi Upaj Mandi Samiti

Ganjbasoda Dist. Vidisha (MP)

DETAILED NOTICE INVITING TEDERS

(IN FORM- FORM “F”)

Date of issue on N.I.T : 02.7.2013

Date of Receipt of Tender : ..................

INTRODUCTION

Sealed tenders are invited on behalf of the Office of the Krishi Upaj

Mandi Samiti, Ganjbasoda Dist. Vidisha (MP) for the following

work in Form “F” as LUM SUM rate And will be received at the Regional Office, M. P.

State Agricultural Marketing Board26, Arera Hills, Kisan Bhawan, Jail Road Bhopal up to 5:30 PM on dated : 19.07.2013 from the categories A-2 OR above.

A Class contractors registered in M.P STATE AGRICULTURL MARKETING

BOARD BHOPAL

B Class contractors registered in M.P STATE AGRICULTURL MARKETING

BOARD

C Class contractors registered in M.P STATE AGRICULTURL MARKETING

BOARD

1 Name of Work : Construction of One No. RCC Over head

tank 1,00,000 liter capacity & 12.00m height and One No.

RCC sump well –1,00,000 liters. Capacity at New Mandi Samiti,

Ganjbasoda, Dist. Vidisha (MP)

2 Amount of Estimate Rs 20,00,000

3 Probable amount of contract Rs 20,00,000

4 Time allowed for completion 06 Months including rainy

Season from the date of written order to commence the work.

The electrical work shall be executed only though the contractors who

possess proper valid electric license from the Chief Electrical Advisor to the

Government. He should also attach a copy of the license.

Page 6: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

6

Not more than one tender shall be submitted by a contractor or by firm of

contractors,

No two or more concern in which an individual is interested as a proprietor

and / or partner shall tender for the execution of the same work if they do so. All

such tenders shall be liable to be rejected,

The THE EXECUTIVE ENGINEER , Regional Office BHOPAL shall be accepting

officer here in after referred to as such for the purpose of this contract,

Applications for issue of tender documents shall be submitted to THE

EXECUTIVE ENGINEER, M.P.S.A.MRT. BOARD, Regional Office BHOPAL so as to reach

the office not later than 26.07.2013 up to 17:30PM Tender Document consisting of plans specifications schedule (s) of quantities

of the various classes of work to be done ,the conditions of contract and other

necessary documents, together with addressed envelopes to be used for return

of forms and other documents ,will be opened for inspection and issued on

payments of Rs 2000.00 on or before and up to 19.07.2013 up to 17:30PM

The copies of other drawings and documents pertaining to the work signed for

the purpose of identification by the accepting officer for his accredited

representative and samples of material to be arrange by the contractor will be

open for inspection by tenders at the following office during working hours

between the dates mentioned in clause 1.7 above.

2 RATES.

2.1 In respect of item rate tenders the contractors should quote his rates for the

items mentioned in the schedule of items is annexure “F” of this N.I.T. the rates

should be expressed in figures as well as words and the unit shall be deemed to

be as given by the department in the said schedule. The contractor will not have

freedom to change the unit.

2.2 The rates quote in the tender for various items of work will not be altered by

the contractor during the term of contract.

2.3 Lump sum contract in form”F”

2.4 The tenders in form “F” should in lump sum for the complete job investigate

and detailed in the N.I.T.

2.5 The contractor quoting lump sum on their own design will have to submit the

design for all works and supply at the time of submitting tender an outline plane

and section of the proposed arrangement and will also be required to finish

Page 7: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

7

detailed specifications for the items offered .The outline proposals shall be

subject to approval of the Department.

2.6 The Lump sum rate quoting in the tender for various items of work will not be

altered by the term of contract.

2.7 The rates quoted in the tender for various items of work will not be altered by

the contractor during the term of contract

2.8 Lead and lift water - No lead and lift for carting of water will be paid

2.9 Lead and lift of materials – No lead and lift for carting of materials shall be

payable to the contractor except in case of such items for which specific lead and

lift are provided in the current schedule of rates mentioned in clause – 2.2.1 of

the N.I.T of in the schedule of items in respect of item rate tenders,

2.10 Non – schedule items of works – During execution of the work there is

likelihood of such item of work, which of not find place in the current schedule of

rates, referred to above in respect to percentage rate contract or such items

which are given in the schedule of items In respect of item rate contrite of which

contractor has not quoted his rates, contractor will have to carry out these items

of work.

2.11 Rates of such items of work which do not find place in the current schedule

of rates referred to above .in respect f percentage rate contracts of such items in

respect of items rate contracts shall be decided by the Chief Engineer Agricultural

marketing Board and the decision of the Chief Engineer shall be binding on the

contractor, the quantum of such work will not exceed 20% of amount of contract

unless accepted by the department and the contractor.

3.0 SUBMISSION OF TENDER

3.1 Form of Earnest Money Deposit : The amount of earnest money deposit shall be accepted in one of the following prescribed forms :- (i) National Saving Certificates duly pledged by the Post Office in favour of

Secretary, Krishi Upaj Mandi Samiti, Ganjbasoda, Dist. Vidisha (MP) (ii) Term Deposit Receipt / Fixed Deposit Receipt of any scheduled bank

valid upto the validity of tender and duly pledged in favour of Secretary, Krishi Upaj Mandi Samiti, Ganjbasoda, Dist. Vidisha (MP)

(iii) Demand Draft in favour of Secretary, Krishi Upaj Mandi Samiti, Ganjbasoda, Dist. Vidisha (MP) of any scheduled bank on its local branch.

3.2 Tenderers shall submit tenders in 3 cover system either by registered post or

speed post or in person. Tenders received through courier shall not be accepted.

Tenders received after the specified time after entering into inward register shall

be returned to the renderers.

Page 8: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

8

• Cover ‘A’ shall contain – Earnest Money Deposit.

• Cover ‘B’ shall contain – Technical Qualifications of Tenderer in the formats

given in Annexure ‘A’.

• Cover ‘C’ shall contain – Lump Sum Rate on form “F” along with complete

set of Tender Documents.

Note- Demand draft of any scheduled bank on its local branch being the cost of tender

documents downloaded from website shall be enclosed in a separate cover which shall

be opened before opening Cover ‘A’.

3.3 Cover ‘B’ shall be opened only if the earnest money deposit kept in cover ‘A’ is

found in accordance with the prescribed mode as mentioned in Clause 3.1 of the

NIT. Otherwise the tender shall be returned unopened to the tenderer.

Cover ‘C’ shall be opened of those tenderer only who technically qualify for the

work.

3.4. Eligibility Criteria :-

A tenderer shall technically qualify for the work only if he fulfills all the criterion mentioned hereunder:-

3.4.1. Tenderer must have executed work costing twice the cost of this work in the last

three years upto the date of issue of NIT.

3.4.2 Tenderer must have executed one work of similar nature which should not be less than

50% cost of this work in any of the last three years up to the date of issue of NIT. For this

purpose value of the work shall be assessed on the basis of payment received by the

contractor for the said work. Similar nature of work is clarified as under:-

(i) Building work – Construction of civil structures which will also include shed, godown, platform, boundary wall, RCC over head tank, etc. (ii) Road work - Construction of road including culverts. (iii) Electrification - All electric work. (iv) Bridge work - All bridge work. As a proof of value of the work executed details of payment received should be submitted in the following format : (i) Name of Department ……………(ii) Name of work …………………………. (iii) Estimated cost …………………(iv) Tendered rate …………………………… (iv) Total cost with tendered rate …… (vi) Work order No. & date

….………… S. No. Running

A/c Bill No. Gross

Amount Deductions Net

Payment Payment Details

Cheque No & Date

Name of Bank & Branch

Page 9: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

9

1 2 3 4 5 6 7 Total

3.4.3. Cost of on going works with the tenderer plus the cost of this work should not exceed the

value of work for which he is capable of executing as per category of his registration.

3.4.4. In case of work of more than Rs. 2.00 (two) crore, tenderer must produce documentary

evidence of possession of at least 50% of the construction equipments mentioned in

Annexure ‘E’ and ‘K’ and must undertake to procure the remaining equipments on award

of the contract. For the work less than Rs. 2.00 (two) crore, the tenderer has to either

furnish a certificate/proof regarding possession of the required equipments or must

undertake to the effect that he will ensure procurement and deployment of all required

equipments at the site and these will remain there till the completion of the work.

3.4.5. Tenderer must have technical personnel as per Annexure ‘J’ and ‘N’ on his roll or must

undertake to provide such staff on award of the contract.

3.4.6. Tenderer must have not been involved grossly in litigation cases.

3.4.7. Tenderer must not have left any work incomplete wherein action under clause 3 of contract was taken against him in the last three years.

3.4.8. In case of work of more than Rs. 2.00 (two) crore the tenderer will be technically

qualified only if his available bid capacity is found equal to the probable amount of

contract. The available bid capacity will be calculated as under:-

Available Bid Capacity = (A x N X 2.00 – B)

Where :-

Page 10: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

10

A- Maximum value of turnover in civil engineering works executed in any one year during the last three years {updated to price level of the last year (in which contact is to be awarded) at the rate of 8 ( eight) percent a year}.

N- No. of years prescribed for the present contra ct. (Period up to 6 months to be taken as half year an d more than 6 months and up to 12 months as one year)

B- Value of balance works of existing contract commitments.

3.4.9 For the purpose of determining the bid capacity of such tenderer, who is registered on the

basis of retired engineers, following limits shall be applicable:-

• For category A-4 and A-5 the bid capacity should be Rs. 4 crore and 10 crore respectively as per provisions of M.P.P.W.D.

• For the rest of the categories the bid capacity shall be equivalent to the limit prescribed for the eligibility of the concerned category.

3.4.10 The tenderer mentioned in clause 3.4.10, shall also be exempted from the eligibility criteria mentioned in this clause regarding execution of similar nature of work, turn over and execution of quantities.

3.5 Relationship : - The contractor shall not be permitted to tender for the work if his

near relative is posted in the Mandi Board. He shall also intimate the name of persons who are working with him in any capacity or subsequently employed by him and who are near relative to any executive officer in the Mandi Board. Any breach of this condition by the contractor would render himself liable to be removed from the approved list of contractors of the Mandi Board.

Note - By the term near relative is meant wife, husband, parents, son, grandson, brothers, sisters, brother-in-laws, father-in-law and mother-in-law.

3.6 The tender for the works shall be witnessed by a contractor. Failure to observe this

condition shall render the tender of the contractor liable to rejection.

4.0 OPENING AND ACCEPTANCE OF TENDER :

4.1 Place And Time of Opening :- The cover A & B shall be opened on 29.07.2013 and 30.07.2013 at 3.00 PM by the Office of the Secretary, Krishi Upaj Mandi Samiti, Ganjbasoda, Dist. Vidisha (MP) in the presence of the tenderers or their duly authorised agents who may choose to attend. The Secretary/Chairman under unavoidable circumstances, may depute another officer in his absence to open tenders on his behalf. Cover ‘C’ shall be opened on the date and time notified by the Mandi Board to all the technically qualified tenderers.

4.2 Powers of Mandi Board : Mandi Board is not bound to accept or recommend for

the acceptance to the competent authority the lowest or any tender or to give any reason for his decision.

Page 11: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

11

4.3 Conditional Tender : Percentage Rate of any conditional tender shall not be

taken in record and the tender shall be returned to the tenderer alongwith the earnest money deposit.

4.4 Canvassing :Canvassing for support in any form for the acceptance of any

tender is strictly prohibited. Any tenderer doing so will render himself liable to penalties which may include removal of his name from the register of approved contractors or penal action under section-8 of the M.P. Vinirdishtta Bhrasta Acharan Nivaran Adhiniyam 1982.

4.5 Tender Documents : The tender shall be rejected if tender documents are not

properly sealed. Photocopy of valid bank solvency certificate for Rs. 25000/- in case of work costing upto 5 lakh, Rs. 3 lakh for work costing upto Rs. 25 lakh, Rs. 5 lakh for work costing upto Rs. 50 lakh and Rs. 12 lakh for work costing more than Rs. 50 lakh. Certified copy of TIN issued by commercial tax department and PAN issued by income tax department shall also be enclosed with tender document Note :- Bank Solvency Certificate shall not be required for work costing upto Rs. 2 lakh.

4.6 Authority of Mandi Board / Mandi Board : The authority competent to accept a

tender reserves the right of accepting the tender for the whole work or for a distinct part of it, or distributing the work between one or more tenderers.

The competent authority reserves the right to reject the tenders without assigning any reason.

4.7 Validity of Offer : 4.7.1 The tender shall remain valid and open upto 120 days from the date of its receipt.

Note 1- The tenders wherein negotiation is considered necessary the validity of tender shall stand extended automatically by 30 days over and above the period of validity as aforesaid.

Note 2- In the event of the tenderer withdrawing the offer before the aforesaid period, for any reason, whatsoever, earnest money deposited with the tender shall be forfeited by the Mandi Board.

4.7.2 In the event tenderer withdrawing his offer before the expiry of the period of

validity of offer or failing to execute the contract agreement as required by the clause 8.1 of the notice inviting tender (NIT) will not be entitled to tender for this work in the case of recall of tenders and he shall also be debarred for tendering for the next one year.

5. SPECIFICATION :

5.1 Brief Specification - A brief note on construction and specifications of the

work is enclosed in Annexure-E.

Page 12: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

12

5.2 Material of construction - The materials of construction to be used in the

work shall be Governed by the provision of part-V of the National Building

Code of India, 1970 and there Vant Indian Standard specification with

amendments and revisions issued up to the date of tender notice.

5.3 Workmanship - The work shall be carried out according to the specification

referred to hereinafter and according to second engineering practice. The

decision of the Executive Engineer, in respect of workmanship will be final.

5.4 Specification for Building works - (including water supply and sanitary

fittings).

5.4.1 The contractor shall execute the work in conformity with the standards and

procedure laid down in the National Building Code of India 1970 and as

per Central P.W.D. specification or specification in force or special

specification whenever enclosed separately, and in accordance with the

approved drawing.

5.4.1.1 Form of Earnest Money

5.4.1.2 Where the amount of Earnest Money is more than Rs. 500/- the

same shall be accepted only in the shape of Bank Drafts or in other

shapes mentioned in W.D. Manual Para 2.079 in favour of officer inviting

tender.

5.4.1.3 The intending tenders from other state may remit EM in the form of

the F.D.R. of any schedule bank to the Secretary Krishi Upaj Mandi Samiti.

5.4.1.4 Earnest Money in separate cover. The Earnest Money in one of the

prescribed form should be produced/sent separately and not kept in the

covers containing the tender and if the earnest money is not found in

accordance with the prescribed mode the tender will be returned

unopened to the tenderer.

5.4.1.5 Adjustment of Earnest money - Ernest money which has been

deposited for a particular work, will not, ordinarily be adjusted towards the

earnest money for another work, but if the tender of contractor for a work

in the Krishi Upaj Mandi Samiti has been rejected and the earnest money

has not been refunded to him due to any reason, it may be so adjusted by

the Mandi Samiti.

5.4.1.6 Security Deposit -

(a) The security Deposit shall be recovered from the running bills @ 5

percent as per clause 1 of the agreement read with Para 3.5 of the N.I.T.

Page 13: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

13

(b) The amount of the E.M. shall not be adjusted when value of work

done reaches the limit of the amount of contract of exceeds the probable

amount of the contract.

5.4.1.7 Implication of submission of Tender - Tenders are advised to visit

sties sufficiently in advance the date fixed for admission of the tender - A

tenderer shall be deemed to have full knowledge of the relevant

documents samples, site, etc. whether he inspects them or not.

5.4.1.8 The submission of a tender by a contractor implies that he has read

the notice conditions of tender and all other contract documents, and

made himself aware of the standards and procedure in this respect, laid

down in the National Building Code of India 1970/ Indian Standards the

scope and specification of the work to be done and the Conditions and

rates at which stores tools and plants etc. will be issued to him by

the.......................... has been the qualities with their approaches site of

work etc. and satisfied himself regarding the suitability and availability of

site of work etc. and satisfied himself regarding the suitability AND

availability of the materials at the quarries. The Responsibility of opening

new quarries and construction and maintenance of approaches there to

shall lie wholly with the contract.

5.4.1.9 Income Tax Clearance Certificate - A tenderer purchasing tender

documents for works exceeding Rs. 2.00 Lakh shall have to submit either

an Income Tax Clearance Certificate in the form printed as Annexure D or

a Certificate from the Income Tax authority that the assessment is under

consideration No tender document can be issued/sold to him unless such

certificate is submitted.

(i) The amount of each contract

(ii) Balance of work remaining to be done and

(iii) The amount of solvency-certificate produced by him at the time of

enrolment in the....................

5.4.1.10 Relationship - The contractor shall not be permitted to tender for

work in Krishi Upaj Mandi Samiti (responsible for award and Execution of

contracts) in which his near relatives posted as Secretary, Accountant or

President. He shall intimate the names of

5.4.2 Concretes - All concrete shall be mixed in concrete mixers and compacted

by mechanical Vibrators Slump test shall be carried out during concreting

Page 14: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

14

and sample tested in due course. The testing will be carried out by the

Mandi Samiti, expenses shall be charged to the contractor.

The result of tests shall conform with required standard and if the

Engineer-in-charge considers that a structural test is necessary, the same

shall be carried out as instructed by the Engineer-in-charge at the

contractor's expense and should the result of this by unsatisfactory the

contractor will be bound to take down and reconstruct the particular portion

of work which has given unsatisfactory test result.

6.0 MISCELLANEOUS CONDITIONS:

6.1 Subletting - The contractor shall not, with out the prior approval of the

competent authority in writing sublet or assign to any other apart or

parties, the whole or any private of the work under the contact. Where

such approval is granted, the contractor shall not be relieved of any

obligation or duly or responsibility which he undertakes under the contract.

6.2 Taxes-all dues regarding taxes including the sale tax other duties etc.

levied on the contractor's work by the Government and local bodies or

private individuals will be payable by the contractor. The Mandi Samiti will

grant a certificate for the quantities actually used on the work but will not

entertain any claim on this account.

6.3 Rules of Labour Campus - The contractor will be bound to follow the

Madhya Pradesh Model Rule relating to lay-out, water supply and

sanitation on labour campus (Vide Annexure-A) and the provisions of the

National Building Code of India, in regard to constructions and safety.

6.4 Fair Wages - The contractor shall pay not less than fair wages to labour

engaged by him on the works (rules enclosed vide Annexure-B).

6.5 Works in the Vicinity - The Krishi Upaj Mandi Samiti reserves the right to

take up departmental work or to award work on contract in the vicinity with

out prejudice to the terms of contract.

6.6 Best quality of construction material-Material of the best quality will be

used as approved by the Executive Engineer.

6.7 Removal or undesired persons - The contractor shall on receipt of the

requisition form the Executive Engineer at once remove any person

employed by him on the work who if in the opinion of the Assistant Sub

Engineer is unsuitable or undesirable.

Page 15: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

15

6.8 Amount due from contractor - Any amount due to ............. from the

contractor on any account concerning work may be recovered from him as

arrear of land revenue.

6.9 Tools and Plants - The contractor shall arrange at his won cost tools and

plant required for the proper execution of the work. Certain plants may

however be issued to the contractor as a special case.

6.10 Right to increase or decrease work - The Mandi Samiti reserves the right

to increase on decrease work.

The competent authority reserves the right to increase or decrease any

item of the work during the currency of the contract and the contractor will

be bound to comply with the order of the competent authority without any

claim for compensation.

6.11 Time Schedule - The work shall be done by the contractor according to the

schedule fixed by the competent authority.

6.12 Time of contract - Time allowed for carrying out the work as entered in the

N.I.T. shall be strictly observed by the contractor and shall be reckoned

from the date of work order to commence the work.

6.13 Payment by cheques - The payments will be made by cheques on

the............................... Bank only. No Bank commission charges on

realizing such payment will be done by the Mandi.

6.14 Transport of Material - The contractor shall make this own arrangement of

transport of all materials. The Mandi Samiti is not bound to arrange fro

priority in getting wagon or any other material though all possible

assistance by way or recommendations will be given if it is found

necessary in the operation by the Engineer-in-Charge if it proves to be

ineffective the contractor shall have to claim for any compensation on that

account.

7. SPECIAL CONDITIONS:

To be inserted in the N.I.T. of particular work if found necessary in the

interest of the work.

7.1 Agreement:

7.1.1 Execution of agreement - The tenderer whose tender has been accepted

herein after referred to as the contractor, shall produce appropriate

solvency certificate, if so required by the President/OIC and will execute

the agreement in the prescribed form within a fortnight of the date of

Page 16: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

16

communication of the acceptance of his tender by competent authority.

Failure to do so will result in the earnest money being forfeited to Mandi

Samiti and tender being cancelled.

8.12 (a) the contractor shall employ the following technical staff during the

Execution of work -

(i) One Graduate Engineer when the work to be executed is more than

Rs. 5 lakh.

(ii) One Diploma Holder, Sub Engineer when the cost of work to be

executed is from Rs. 2 lakh or more but not more than Rs. 5 lakh.

(b) The Technical staff should be available at site whenever required

by the Engineer-in-Charge to take instructions.

(c) In case the contractor fails to employ the technical staff as aforesaid

the E.E. shall have...............................

(d) The contractor should give the names and other details of the

Graduate Engineer / Diploma Holder, Sub Engineer whom he

intends to employ or who is under employment on the work at the

time he commences the work.

(e) The contractor should give certificate to the effect that the Engineer/

Diploma holder, Sub-Engineer is exclusively in his employment.

Provided that:-

(i) An Engineer or Sub-Engineer may look after more than one in the

same locality but the total value of such work under him should not

exceed Rs. 25 lakh in the case of an Engineer and Rs. 5 lakh in the

case of Sub-Engineer.

(ii) It is not necessary of the contractor's partner in case of firm/

company who is himself an Engineer, Sub-Engineer to employ

another Engineer for the supervision of work.

(iii) The Retired Assistant Engineer who is holding a Diploma may be

treated at par with a graduate for the operation of the above clause.

In case the contractor fails to employ the Technical staff as

aforesaid he shall be liable to pay the.......................... sum of Rs.

1,000/- (Rupees One Thousand only) for each month of default in

the case of Graduate Engineer & Rs. 500/- only for each month of

default in the case of Diploma holder, Sub-Engineer.

Page 17: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

17

7.2 Conditions applicable for contracts: All the condition of tender notice will

be binding on the contractors in addition to the conditions of the contract

in the prescribed from.

Following document annexed with this N.I.T. shall form a part of the

contract.

Annexure "A" - Model rules relating to labour water supply etc.

Annexure "B" - Contractor's labour regulations.

Annexure "C" - Source of materials (not applicable for building works) _.

Annexure "D" - Form of Income Tax Clearance Certificate (Applicable to

work costing more than Rs. 2.00 lakh).

Annexure "E" - Brief specifications.

Annexure "F" - Schedule of items.

Annexure "G" - Form of Bank Guarantee.

ANNEXURE "A"

Model Rules Relating to Labour. Water Supply and Sanitation in Labour

Camps.

Note - These model rules are intended primarily for labour camps which are not

of permanent nature. They lay down the minimum desirable standards

which should be adhered to standards in permanent or semi permanent

labour camps should not obviously be lower than those for temporary

camps:

1. Location -The camp should be located in elevated and well drained

ground in the locality.

2. Labour huts to be constructed for the family of 5 persons each the lay out

to be shown in the prescribed sketch.

3. Hutting - The huts to be built of local materials. Each hut should be

provided at least 20 sq.meters of living space.

4. Sanitary facilities - Latrines and urinals shall be provided at least 15

meters away from the nearest quarters separately for men and women

and specially so marked on the following scale.

5. Drinking water - Adequate arrangement shall be made for the supply of

drinking water if practicable filtered and chlorinated supplies shall, be

arranged when supplies are from intermittent sources overhead storage

tank shall be provide with capacity of five liters a person per day. Where

the supply is to be made from well it shall conform to the sanitary

Page 18: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

18

standard laid down in Rural Sanitation Committees. The well should be

at least 30 meters away from any latrine or other source of pollution. If

possible hand pump should be installed for drawing the water form well.

The well would be effectively disinfected once every month and the

quality of the water should be got tested at the Public Health institution

between each work of disinfection.

6. Bathing and Washing - Separate bathing and washing place shall be

provided for men and women for every 25 persons in the camp. There

shall be one gap and space of 2 sq.meters for washing and bathing.

Proper drainage for the waste water should be provided.

7. Waste Disposal - Dustbin shall be provided at suitable place in camp and

the residence shall be concerned to throw all rubbish into these dustbins.

The dustbins shall be provided with cover. The contents shall be

removed every day and disposal of by trenching.

8. Medical facilities -

(A) Every camp where 1,000 or more persons reside shall be provided

with whole time doctor and dispensary. If there are women in the

camp a whole time nurse shall be employed.

(B) Every camp where less than 1,000 but more than 250 persons

reside shall be provided with a dispensary and a part time

nurse/midwife.

(C) If there are less than 250 persons in any camp a first aid kit shall be

maintained In charge of whole time parsons trained in first aid.

All the medical facilities mentioned above shall be for all residents

in the camp, including a dependent of the worker, if any, free of

cost.

Sanitary Staff - For each labour camp there should be qualified

sanitary inspector and sweepers should be provided in the following

scales -

(1) For camps with strength over 200 but not exceeding 500 persons

one sweeper for every 75 persons above the first 200 for which 3

sweepers shall be provided.

(2) For camps with a strength over 500 persons one sweeper for every

100 persons above first 500 for which 6 sweepers shall be

provided.

Page 19: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

19

(3) For camp with a strength of 200 persons, four sweepers.

Page 20: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

20

ANNEXURE - "B"

Contractors Labour Regulations

The Contractor shall not pay less than fair wages to labourers engaged

by him in the work.

Explanation:-

(a) "Fair wages" means wages whether for time of piece work as notified at

the time of inviting tenders for work and where such wages have not

been so notified at the time wages prescribed by the .................

Department for the division in which the work is done.

(b ) The contractor shall, not with standing the provisions of any contract to

the contrary cause to be paid a fare wages to laborers indirectly engaged

on the work including any labour engaged by his sub contractor in

connection with the said work or as if labourers had been immediately

employed by him.

(c) In respect of all labour directly or indirectly employed on the works for

performance of his contract, the contractor shall comply with or causes to

be complied with the labour act in force.

(d) Executive Engineer/Assistant Engineer shall have the right to deduct

from the money due to the contractor any sum required or estimated to

be required for making good the loss suffered by a worker by reason of

non-fulfillment of the conditions of the contract loss suffered by a worker

by reason of non-fulfillment of the conditions of the contract for the

benefits of the workers. No payment of wages or of deductions made

from his or their wages which are not justified by their terms of the

contractor or non-observance of regulations.

(e) The contractor shall be primarily liable for all payment to be made unless

and for the observance of the regulations aforesaid without prejudice to

his right to claim indemnity form his sub-contractors.

(f) The regulations aforesaid shall be deemed to be a part of this contract

and any breach there of shall deemed to be a breach of this contract.

(g) The contractor shall obtain a valid license under the contract (Regulation

and Abolition) Act in force and rules made there under by the competent

authority from time to time before commencement of work and continue

to have valid license until the completion of the work.

Page 21: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

21

Any failure to fulfill this requirement shall attract the penal provisions on

this contract arising out of the resulted non-execution of the work assigned to the

contractor.

Receipt No. .......................

1. Issued to (Name of Contractor)

2. Name of work : Construction of One No. RCC Over head tank 1.50 lac liter capacity & 15.00m

height and One No. RCC sump well – 1.50 lac liter. capacity

3. Date of inviting tender: Up to 5:30 PM on dated : 14.01.2011

4 Time of completion: 06 month including rainy season.

KRISHI UPAJ MANDI SAMITI

GENERAL RULES AND DIRECTION FOR THE GUIDANCE OF CON TRACTOR

LUMP SUM CONTRACT & CONTRACT FOR WORK

1. Tender must be invited for all works proposed to be given on contract

unless the amount of work proposed to be given on contract is Rs. 2000/-

or less. The N.I.T. shall be posted in public place signed by the authority

inviting the tenders.

N.I.T. will state the work to be carried out as well as the date for submitting

and opening tenders and the time allowed for carrying out the work also

the amount of earnest money to be deposited with the tender and the

amount of the security deposit to e deposit by the successful tendered and

the percentage, if any, to be deducted from bill. It will also state whether a

refund of quarry fees, royalties and ground rents of the various

descriptions of work and any other documents required in connection with

the work signed for the purpose of it identification by the authority

competent to approve the tender, shall also be open for inspection by the

contractor at the office of the authority selling the tender forms during

office hours.

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

separately by each member their of in the events of the absence of any

partner. It must be signed on its behalf by a person holding a power of

attorney authorizing him to do so. Such power of attorney should produce

with the tender and it must disclose that the firm is duly registered under

the Indian Partnership Act.

3. Tender which propose any alteration in the work, specified in the said

N.I.T. or in the time allowed for carrying out the work or while contain any

Page 22: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

22

other conditions or any sort will be liable to rejection. No signal tender shall

include more than one work, but contractors, who wish to tender for two or

more works shall submit a separate tender for each. Tender shall have the

name and number of the work to which they refer, written outside the

envelope.

4. The authority receiving, the tender or his duly authorized assistant, will

open tenders in the presence of any intending contractors who may be

present at the time and will enter the amount of the several tenders in a

comparative statement in a suitable form. Receipts for earnest money are

refunded the day the tenders are opened.

5. The officers competent to dispose of the tenders shall have right of

rejecting all or any of the tenders.

6. The receipt of a clerk for any money paid by the contractor will not be

considered an any acknowledgement of payment to the Krishi Upaj Mandi

Samiti and the contractor shall be responsible for seeing that he procures

a receipt signed by that authority or any other person duly authorized by

him.

7. The memorandum of work tendered for and the schedule of materials, to

be supplied by the Department and their issue rates be filled in and

completed before the tender form is issued If a form is issued to an

intending tenderer without having been so filled in and compared he shall

request the office to have this done before the completes and delivers his

tender.

Page 23: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

23

SPECIFICATION FOR CONSTRUCTION OF R.C.C. OVER-HEAD RESERVOIR

1.0 SCOPE OF WORK:

Construction of R.C.C. over head reservoir including all fittings and

accessories complete on tender's own design.

2.0 GENERAL

2.1 The work of construction of R.C.C. overhead reservoirs involves in

specialized workmanship hence requirements of higher standard than

general concrete work is essential.

2.2 The tenderers submitting their offer on form "F" (lump sum tender) shall

submit the drawing of proposed reservoir with the tender. They will further

be required to submit detailed drawing and calculation within one month

from the date of acceptance of their tender from scrutiny and approval of

competent authority. The responsibility for the design, construction,

structural stability and water tightness, will however rest solely with the

contractor and he shall have to make good any damage or loss to Krishi

Upaj Mandi Samiti ................... due to defect if any of the mentioned work.

2.3 The tenderer shall indicate the approximate quantities of cement and steel

etc. required for each reservoir separately along with the tender. The

officer of the bidder shall include provisions for balcony at ring beam level,

railing to balcony lightening, arrestor water level indicator, stair from

ground level take floor level ladders land all pipe fittings, including

padiocollars, up to the duck foot bends etc. including their painting.

2.4 The tender shall furnish a list of such work stating their capacities, height

or staging and their completion period, executed by them on their own

design along with the tender.

3.0 A trial pit section taken at state of construction is attached for guidance

and the soil bearing capacity is indicated but the bidder should himself

verify this for the design of foundation of R.C.C. overhead reservoir after

proper investigation at no extra cost. The investigation report shall be

furnished to the Engineer in charge for verification and record.

4.0 STEEL:

4.1 The contractor shall have to arrange himself for the entire quantity of steel

required for the completion of the work under contract. No steel shall be

supplied by the department. No extension of time will be granted for non

Page 24: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

24

procurement of steel in time or late supplied of steel or any other reason

whatsoever.

4.2 The steel for reinforcement shall confirm to IS 226-1962 or IS-1977-52 and

a test certificate shall be required to be furnished to the Department in

support thereof.

4.3 In additions the contractor shall be required to get tested random samples

of the Steel brought at site to see whether they confirm to as per I.S.

Specification. The cost of such tests shall be borne by the Contractor.

5.0 The contractor shall have to make his own arrangement for requirement of

Electric power and telephone connection work. The department shall

provide assistance by way of recommendation only.

6.0 For blasting operation if required in foundation excavation the contractor

will make his own arrangement for license, permits and blasting material

from competent authority.

7.0 The contractor will have to make his own arrangement for later required for

exclusion of the works.

8.0 The tank will have a 1 metre wide gallery around at the ring beam level.

The G.I. pipe railing around gallery shall be provided by the contractor.

9.0 The railing will consist of G.I. pipes rest of 40 mm dia and 1.0 meter long

and shall be rigid fixed in cement concrete at 1.8 metre apart. Three rows

of horizontal railing of 25 mm dia G.I. pipe shall be provided.

10. Suitable stair case of R.C.C. staircase (preferably with straight flight and

intermittent landing on outer column) from ground level to the gallery

should be provided.

11. The railing should be provided on R.C.C. stair with R.C.C. Vertical rest at

suitable interval at 25 mm dia G.I. pipe, horizontally in three rows.

12. M.S. Ladders for approach from gallery to manhole on top rest as wells

from manhole coincide floor of tank should be provided.

13. Steel ladders shall comprise of 2 nos. 50 mm x 12 mm flat from stringers

and 22 mm dia double rods at 300 mm c/c providing 6mm wide ladder with

handrails on either side rigidly welded and fixed in position.

14. C.T. Manhole covers and frame approved quality and make with locking

arrangements weight not less than 1000 Kg shall be provided whenever

necessary.

Page 25: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

25

15. Air vents where provided for shall be 100 mm dia swan neck type.

Minimum number shall be twelve cells in top level.

16. All around work railing riders/manhole covers air vents/pipe and special

etc. shall be applied with 2 coats of approved quality and made enamel

paint over a primer coat and as directed by the Engineer In charge.

17. WORKMANSHIP:

17.1 The depth of excavation will generally be guided by the under ground

strata and the safe bearing capacity of the foundation soil and directed by

the Engineer-in-charge Strata chart of trial pit section is made available for

the purpose of design this shall be verified by contractor by actual site

investigation and test of under ground strata by the contractor at his cost.

17.2 FILLING FOUNDATION WITH BED CONCRETE:

The foundation shall be filled with bed concrete 1:4:8 (1: cement: 4 sand: 8

Metal) 40mm gauge graded or the prescribed mix and for the height

shown in the drawing or as per instruction of Engineer-in-charge and in

reference to relevant I.S. Code.

17.3 REINFORCED CONCRETE WORK:

It shall be strictly as per I.S. 456 revised up to date and I.S. S 3370 (Part I

to IV) and other relevant specification for R.C.C. structure.

17.4 Specification should refer to the C.E. P.H.E. M.P. Bhopal specification as

applicable.

17.5 MIXING:

Concrete shall be mixed in a mechanical mixer. Mixing shall be contained

till there is a uniform distribution of the ingredients and the mass is uniform

in colour and constituency, but in no case shall the mixing be done for loss

than two minutes.

17.6 TRANSPORTING:

Concrete shall be handled from the place of mixing to final deposit as

rapidly as practicable by methods which will prevent segregation or loss of

ingredients. If segregation does occur during transport the concrete shall

be remixed before being placed.

17.7 PLACING AND COMPACTION:

The concrete shall be placed and compacted before setting commences

and should not be subsequently disturbed. Methods of placing should be

such that there are no segregation joints, the position and arrangement of

Page 26: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

26

which shall be or 3/4 determined by the designer. When the work has to

be resumed on a surface which has been denned, such surface shall be

roughened. It shall than be swept clean, thoroughly wetted and covered

with a 13 mm (or 1/2") layer of concrete shall be freshly mixed and placed

immediately before the placing of the concrete.

Where the concrete has not fully hardened all laitance shall be

removed by scrubbing the wet surface with wire of bristle brushed; care

being taken to avoid dislodgement of particle of aggregate. The surface

shall be thoroughly wetted and all free water removed. The surface shall

then be coated with neat cement grout. The first layer of concrete to be

placed on concrete to be placed on this surface shall not exceed 15 cm

(15 cm or 6") in thickness, and shall be well rammed against close spots.

17.8 MECHANICAL VIBRATION:

When mechanical vibrations for compacting of concrete are used, reduced

water content should be adopted over vibration or vibration of every wet

mixes is harmful and should be avoided.

17.9 CURING:

The concrete shall be covered with a layer of old gunny bags or canvas or

similar absorbent material and kept constantly wet for seven days from the

date of placing of concrete.

17.10 FORM WORK:

17.10.1 The form work shall confirm to the shape, line and dimension as

shown on the plans and be so constructed as to remain sufficiently

rigid during the placing and compacting of concrete and shall be

sufficiently tight to prevent loss of liquid from the concrete.

17.10.2 The form work shall be cleaned off all rubbish particularly, chipping,

shavings and saw dust before the concrete is placed.

17.11 STRIKING OF FORM:

17.11.1 In no circumstance shall forms be struck until the concrete reaches

strength of at least twice the stress to which the concrete may be

subjected at the time of striking.

17.11.2 In normal circumstance that is at temperature above Zincs (F) forms

may be struck after expiry of the following periods.

a) Vertical sides of slabs, beams and columns - 45 hours

b) Bottom of slabs above 4-5 M (15') span - 7 days

Page 27: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

27

c) Bottom of slabs above 4-6 M (15') span

Bottom of beam up to 6 M (20') span - 14 days

And archer bottom up to 6 M (20') span - 21 days

The form work should be left longer, as it would assist the curing.

18.0 MATERIAL

18.1 STEEL:

18.1.1 CLEANING:

All metal for reinforcement shall be free from loose mill scale, loose rut,

oil and grease or other harmful immediately before placing the concrete.

18.1.2 PLACING:

All reinforcement shall be placed and maintained in position shown in the

drawings. It is very difficult and costly to later concrete placed it is

therefore very important to check the reinforcement and its placing

before being covered.

18.1.3 SIZE AND QUALITY OF STEEL BARS:

The steel bars used for reinforcement shall be strict as per I.S.

specification.

18.2 AGGREGATES:

18.2.1 All aggregates shall confirm to all provision and test methods of I.S.

specifications 383 - 1963.

18.2.2 Fine aggregate when tested by the colorimetric method the colour shall

not be darker than light amber. Fine aggregate shall be capable of

developing 100% of the compressive strength.

18.2.3 Maximum aggregate size shall not be more than 20 mm when the

spacing of reinforcement bar is 20 mm.

18.2.4 Fineness modulus shall not vary more than plus or minus 0.20 from that

of the approved sample.

18.2.5 Water shall be clean and free from oil, acids, salts or injurious

substances.

18.3 STORAGE OF MATERIAL:

18.4 Cement shall be stored off the ground in a dry ventilated building.

18.5 Aggregate shall be stored in 0.6 M layers on planking.

18.6 Reinforced steel shall be stored under covered and protected from

rusting, oil grease or distortion. Only steel needed for immediate use

shall be removed from storages.

Page 28: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

28

19.0 DESIGN MIX:

19.1 The contractor shall submit mix designs for each strength, staring the

proposed slum and proportional weights of cement saturated surface dry

aggregates and water. These mixes shall be proved by preliminary tests

30 days before concreting and shall a 2 days average strength 15 higher

than the ultimate required.

19.2 The proportion of the concrete shall be such as to work readily into the

form angers an ground the reinforcement without excessive

manipulation, segregation or water gain.

19.3 The water content shall not be increased from the amount required by

the design m unless cement at required water cement ratio is added. The

Engineer-in-charge m require additional cement without extra

compensation to the contractor if the m adopted does not produce the

required strength.

20.0 TESTS:

20.1 Following laboratory tests shall me made by the contractor at his own

cost & reports furnished to the Engineer-in-charge.

S.

No.

Lab Material Test Test Minimum

desirable

frequency

1 Cement Physical &

Chemical

IS269/445 1489 Once for each

source of supply

& occasionally

when called for in

case of long

and/or improper

storage.

2. Coarse & fine

aggregates

i) Gradations 2386 Once test for 15

MM 3 of each

fraction of coarse

and fine

aggregate.

ii) Deleterious

constituents

IS 2386

(Pt. II)

---------- do ---------

Page 29: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

29

iii) Moisture content IS-2386 (Pt. III) Regularly as

required subject to a

minimum of one

test/day for coarse

aggregates and two

test/ day for fine

aggregates.

iv) Bulking of fine

aggregate (for

volume hatching)

--- do --- Once for each

source for

delivering the

moisture content

bulking

relationship.

3. Coarse aggregate i) I.S. angles

abrasive value/

aggregate impact

value.

IS 2386

(Pt. IV)

Once for each

source and

subsequently

when warranted

by charges in the

quality of

aggregate.

iii Soundness IS 2386 (Pt. IV) As required.

iii) Alkali Aggregate reactivity IS 2386 (Pt. VIII) ----- do ------

4. Water Chemical

Test

IS 456 Once for

approval of

source of

supply,

subsequently

only in case of

doubt.

5. Concrete i) Workability

(sump test

compacting

factor test)

IS 1199 One test per 10 m 3.

ii) Compressive strength IS 516 3cube/beam samples as specified for each age of 7

days & 28 days for every 30m3 of concrete.

6. Bars and Rods Tensile Strength One set for each 10 tones lot of each category.

Page 30: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

30

20.2 FIELD TEST:

The contractor shall provide all equipments and make arrangements for

ever works specify for test mentioned at S.No. 1 (i), 2 (ii) and at

mentioned under Para 20.1.

20.3 Test for compressive strength of concrete.

20.3.1 Test specimens cubical in shape shall be 15 x 15 x 15 cm. If the largest

nominal size of the aggregates does not exceed 2 cum. Cubes may be

used as an alternative cylindrical test specimen shall be 15 cum. In

diameter and 30 cum. long. Smaller test specimen shall have a ratio of

diameter of specimen to maximum size of aggregate not less than 7.5

cum. for mixtures containing aggregate more than 5 of which retained on

IS Sieve 480.

20.3.2 The mould shall be of metal, preferably steel or cast iron, and stout

enough to prevent distortion. It shall be constructed in such a manners to

facilitate the remove of the unloaded specimen without damage and shall

be so machine that when it is assembled ready for use, the dimensions

and internal laces shall be accurate within the following limits.

The height of the mould and the distance between opposite faces shall

be internal specified size +0.2 mm. the angle between adjacent internal

faces and between faces and top and bottom.

Plane of mould shall be 90 to 50. The internal faces of the mould shall be

plane surface with permissible variations of 0.03 mm each mould shall

be provided with a metal base plate having a plane surface. The base

plate shall be of such dimension as to support the mould during the filling

without leakage and it shall be preferable attached to the mould by

springs or screws. The parts of the mould when assembled shall be

positively and rigidly held together and suitable methods of ensuring

these both during the filling and on subsequent handling of the filled

mould shall be provided.

20.3.3 In assembling the mould for use, the joints between the sections of

mould shall be thinly coated with mould oil and a similar costing of mould

oil shall be applied between the contact surface of the bottom of the

Page 31: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

31

mould and the base plate in order to ensure that no water escapes

during the filling. The interior surface of the assembled mould shall be

thinly coated with mould oil to prevent dimension of the concrete.

20.3.4 The cylindrical mould shall be of metal which shall be not less than 3 mm

thick. Each mould shall be capable of being opened longitudinally to

facilitate removed of the specimen and shall be provided with a means of

keeping it closed while in use. the ends shall not depart from a plane

surface perpendicular to the axis of the mold by more than 0.05 mm

when assemble ready for use the mean internal diameter of the mould

shall be 15.0 cm -0.20 cm in no direction shall the internal diameter be

les than 14.93 cm. or more than 15.05 cm. The height shall be 30.0 cm =

0.1 cm. Each mould shall be provided with a metal base plate and with a

capping thick and base plate shall support the mould and base plate

shall be coated with a thin plate of mould oil before use in order to

prevent and join of the concrete.

20.3.5 The tamping bar shall be steel bar 16 mm in diameter 0.6 m long and

bullet pointer all the lower end.

20.3.6 The test specimen shall be made as soon as practicable after mixing and

in such a way as to produce full compaction of the concrete with the

reservation not excessive laitance. The concrete shall be fixed into the

molded in later approximately 5 cm. deep. In placing each scoopful of

concrete the scope shall be moved around the stoppage of the mould as

the concrete slides from it in order to ensure a symmetrical distribution of

the concrete within the mould. Each layer shall be compacted by

vibration. After the top layer has been compacted, the surface of the

concrete shall be finished level with the top of the mould using travel and

covered with a glass or metal plate to prevent evaporation.

20.3.7 When compacting by vibration, each later shall be vibrated by means as

an electric or pneumatic hammer or vibrator or by means of a suitable

vibrating able unit the specific condition in attained.

20.3.8 The mode and 1 quantum of vibration of the laboratory specimen shall

be as nearly same as these adopter in actual concreting operations.

20.3.9 The test specimen shall be stored in a place free vibration. In laboratory

be it should kept in moist air of at lest 90% R.H. and at a temperature of

27 + 2'C for 24 hours + 1/2 hour from the time of addition of water to the

Page 32: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

32

dry ingredients. In the field it should be kept under matting rack or other

similar material for 24 hours x 112 hour from the time of adding the water

to the other ingredient at a temp. Range of 220 to 320'C. After this period

the specimen shall be marked and removed from the mould and unless

required for test within 24 hours, immediately submerged in clean fresh

water or saturated lime solution and kept there until taken out just prior to

test. The temp. Of water or solution shall be maintained at a temp. Of

270 + 20'C. The specimen shall not be allowed to become dry at any

time until they have tested.

20.3.10 At least 4 test samples on each day concreting is placed should be

collected with dates and make mentioned on it.

21.0 All the cast iron puddle collars, bell mouths double flanged pipes and

specials class 'B' (i.e. tested to a head of 330 ft.) required for inlet,

overflow and scour will be supplied and fixed in position by the contractor

from inside level of the tank to duck footed bend one metre below G.L.

including testing of the filling and cost of the materials. All joints shall be

longed joints. All the fittings shall be as per I.S.S. The arrangement for

outlet inlet, overflow and scour shall be such that all these pipes shall be

independent of each other and each of these shall have been mouths

attaching ends. The top of bell mouths of inlet and overflow shall be at

E.T.L. and top of bell mouths of outlet shall be 15 cm. above floor of the

tank. All these pipes shall terminate with flanged duck footed bends

bottom fixed one meter below ground level and these duck footed bends

shall be fixed with heavy class I.S.I. identification mark sluice valves with

warm gear and hand wheel operating arrangement. The contract will limit

up to fixing of sluice valves. All the pipes and specials, required for

above shall be fixed during concreting specials which are to be emended

in concrete have puddle collars at the centre of concrete thicken. The

diameter of length of all vertical pipes will be as per Annexure "I".

22.0 The tank will have to be tested for the water tightness as I.S. 3370 and it

will be responsibility of the contractor to make it water tight. The

arrangements for water shall be done by the contractor at his own cost

for testing purposes. The contractor will have to give a test of water

tightness of reservoir to the entire satisfaction of the department. The

responsibility of structural stability shall also rest solely with the

Page 33: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

33

contractor. These refund of earnest money and security deposit

contemplated in the agreement clause 15, shall be made only after

expiry of twelve months maintenance period after the satisfactory test on

water tightness.

23.00 Lightening conductor shall comprise of 5 pointed lightening conductor 1

1/2 meter long red of copper (25 mm dia) with 30 mm thick copper strip

to be fixed with the body of the tank and columns with copper saddles

nails on t.w. gittes and proper arching arrangement by a copper plate

600 mm x 6 mm as per provisions in the National Building Code and the

relevant I.S. specifications.

Water level indicator shall be comprised to PEC/PVC copper float guide

pulley, with a pointer on the named painted indicator plate which shall be

celebrated to read the depth of water in the ten kilometers.

Snowcem and durocem painting of the tank shall be done only after tank

is tested for water tightness.

No extra charges for the plastering if required for furnishing the surface

of structures shall be paid under any circumstances.

27. The contractor/firm shall be required to submit the detail completion and

during in six copies on completion of the work.

28. The work shall be treated any complaint when the same is completed a

handled over to the department including site clearance.

ANNEXURE "F"

Schedule of items for execution of the work of R.C. Overhead Reservoir M

for items of work included in the scope of L.S. Tender. The tender's submitting

their offer on Form F hence they of shall submit the drawing and schedule of

items as per C.E. P.H.E. M.P. Bhopal circular enclosed for R.C.C. overhead tank.

29. PIPE CONNECTIONS AND MISC. ITEMS:

1. Providing, laying and jointing, following double flanged cast iron

(vertically cast) Pipes class-B including testing and joints, cost of pipes

and jointing materials all complete.

a) Puddle collar specials for outlet, inlet, and scour and overflow

pipe connection.

b) Inlet pipes c) Outlet pipes d) Scour pipes e) Overflow pipes

f) duck footed bend 90o (Medium class).

Page 34: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

34

2. Supplying and fixing in position of iron work for clamps to support vertical

cost iron pipes.

3. Water level indicator with copper / P.V.C. (flat guide pulleys etc. as per

specifications supplied, fitted, fixed built in painted etc. complete.

4. a. Lightening Conductor 1.5 meter long copper rod 25 mm

diameter with base and fine specials complete as per

specifications.

b. Supplying and fixing copper earth plat 600 x 600 mm with copper

nuts and bolts complete with digging put of required size and filling it

with 10 kg. Of salt and 15 kg. Of charcoal etc. (for lighting conductor).

5. Providing laying and jointing G.I. pipes with specials class light including

testing of joints, cost of pipes specials and jointing materials all complete

for mailing where necessary.

6. Supplying and fixing air vent as per specification.

7. Providing and fixing chamber cover light type with frame and docking

arrangement etc. complete to the inspection chamber as per

specifications.

30. Contractor has to submit tentative plan, section, elevation from elevation

(front, back and 2 sides) of the proposed reservoir and sump well along

with the tender. They link inform the be regd. To submit the drawing and

calculation with in one month from the date of acceptance of their tender,

drawing, design and calculation which should be got approved from

G.S.I.T.S. Indore by Contractor.

31. While designing the R.C.C. structures provision for earth quake safety

measures as stipulated by latest I.S. code must be following (IS 1839 -

2001).

Page 35: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

35

CONDITION OF CONTRACT FOR PAYMENT

¼v½ vkj-lh-lh- vksOgjgsM Vsad ds

fuekZ.k gsrq Executive Engineer

M.P.S.A.M. Bhopal Div.- Bhopal }kjk

e/;izns'k 'kklu yks-Lok-;ka- foHkkx

}kjk dzekad

44@11@77@83@34&2 fnukad

05-01-1984 ls Lohd`r jfuax fcyksa

ds Hkqxrku fuEukuqlkj pj.kc) :i esa

fd;k tkosxk%&

1

2

3

4

5

6

7

8

9

uhao dh [kqnkbZ dj esV dkadzhV Mkyus ds i'pkr

QkmUMs'ku dkadzhV dkye xzkm.M ysoy rd dk dk;Z

djus ds ckn

vkj-lh-lh- dkfLVax LVsftax 50 izfr'kr fuekZ.k djus ds

ckn

LVsftax iwoZ fuekZ.k djus ds ckn

fjax che ;k ckVe Mkse fuekZ.k djus ds ckn

dksuhdy oky rFkk OgVhZdy oky fuekZ.k djus ds ckn

lhf<+;ka rFkk Vki Mkse fuekZ.k gksus ds ckn

ikbZi ,oa Lis'ky fQfVax gksus ds ckn

Vadh dk fQfuf'kax o lQy VsfLVax vkfn lHkh dk;Z iw.kZ gksus

ds ckn

05 izfr'kr

15 izfr'kr

30 izfr'kr

45 izfr'kr

55 izfr'kr

65 izfr'kr

75 izfr'kr

90 izfr'kr

100 izfr'kr

¼c

½

vkj-lh-lh- v.Mj xzkm.M fjtoZok;j fuekZ.k gsrq jfuax fcyksa ds Hkqxrku

dk czsd&vi

1

2

uhao dh [kqnkbZ ,oa dkadzhV Mkyus ds i'pkr

ckVe Qyksj dh dkfLVax i'pkr

20 izfr'kr

40 izfr'kr

Page 36: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

36

3

4

5

6

vkj-lh-lh- oky dk 50 izfr'kr fuekZ.k djus ds ckn

vkj-lh-lh- oky dk iw.kZ fuekZ.k djus ds ckn

Vki Mkse ,oa lh<+h fuekZ.k gksus ds ckn

ikbZi] Lis'ky] fQfVax] Vsad dh fQfuf'kax o lQy VsfLVax

vkfn lHkh dk;Z iw.kZ gksus ds ckn

60 izfr'kr

80 izfr'kr

90 izfr'kr

100 izfr'kr

Regional Office, M. P. State Agricultural Marketing Board 26, Arera Hills, Kisan Bhawan, Jail Road Bhopal

APPENDIX 2-18

FORM "F"

TENDER FOR A LUMP SUM CONTRACT

I/We hereby tender to execute the whole of the work described in the

drawing Nos. .................................................. and according to the annexed

specification signed by .................................... and dated ............................... for

the sum of Rs. .......................... and should this tender be accepted.

I/We do hereby agree and bind myself / ourselves to abide by fulfill the

condition annexed to the said specification or in default there of to forfeit and pay

to the Executive Engineer M.P.S.A.M. BOARD Div.-. Bhopal The penalties of

sum of money mentioned in the said condition. Viz.

Dated : ........................ Tenderers Signature

Witness:

1. .......................................

2. ........................................

The above tender is hereby accepted by me on behalf of the M.D.

M.P.S.A.M.Board Bhopal.

The.................... 2010

Signature of the authority by

Page 37: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

37

Whom the tender is accepted

SECURITIES

Name Address Occupation or Profession Remarks

Page 38: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

38

Conditions of Contract

Definition :-

1. The 'Contract' means the documents, forming the Notice Inviting Tender

and tender documents submitted by the tender and the acceptance three

of including the formal agreement executed between the Executive

Engineer MPSAMB DIV. - BHOPAL. and the contractor.

2. In the contract the following expression shall unless other wise required

by the context have the meanings, hereby respectively assigned to

them:-

(a) The expression "works" or work shall unless there by mean

something either in the subject or context repugnant to such

construction, he constructed and taken to mean the works or by

virtue of the contract, contracted to be executed whether temporary

or permanent, and whether original altered substituted or additional.

(b) The "Site" shall mean the land and or other places on, into or

through which work is to be executed under the contract or any

adjacent land, path or street through which work is to be executed

under the contract or any adjacent land path or street which may be

allotted or used for the purpose of carrying out contract.

(c) The " Executive Engineer " means Executive Engineer

M.P.S.A.M.Board Div.- Bhopal and his successors in office.

(d) The "Engineer-in-charge" means the Assistant Engineer/ Executive

Engineer, who shall supervise and be in charge of the work, the

Executive Engineer M.P.S.A.M.Board Div.- Bhopal shall sign the

agreement.

(e) "Executive Engineer M.P.S.A.M.Board " shall means the Executive

Engineer M.P.S.A.M.Board Div.-........................

(f) The term "Chief Engineer" means the Chief Engineer of M.P. State

Agricultural Marketing Board.

Note: - "Words" imparting the singular number include plural number and

vice-versa.

Security Deposit

Clause 1: The person whose tender may be accepted (hereinafter called

the contractor, which expression shall unless excluded by or repugnant the

context include his heirs, executors, administrators, representative and assigns)

Page 39: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

39

shall permit Executive Engineer M.P.S.A.M.Board Div.- Bhopal at the time of

making any payments to him for the value of work done under the contract to

deduct the security deposit as under.

The security deposit to be taken for the due performance of the contract

under the terms & conditions printed on the tender form will be earnest money

plus a deduction of 5 percent from the payment made in the Running bills, till the

two together amount of 5 percent of the cost of the work put to the tender or 5

percent of the cost of the works executed when the same exceeds the cost work

put to tender.

Compensation for Delay

Clause 2: The time allowed for carrying out the work, as entered in the

tender from shall be strictly observed by the contractor and shall be deemed to

be the essence of the contract and shall be reckoned from the fifteenth day after

the date on which the order to commence the work is issued to the contractor for

a work where completion is up to 6 month.

For works, for which the completion period is beyond six month: - The

period will be reckoned from the thirteenth day after the date on which the order

to commence the work is issued to the contractor. The work shall throughout the

stipulated period of contract, be proceeded with all due diligence keeping in view

that time is the essence of the contract. The contractor shall be bound in all

cases, in which the time allowed for any work exceeds one month, to complete

1/8" of the works before 1/2 of such time has elapsed and 3/4" of the work before

3/4 the of such time has elapsed. In the event of the contractor failing to comply

with the above conditions, the Executive engineer shall levy on the contractors as

compensation an amount equal to:-

1) 1/2 percent of the value of work per week in respect of work

costing up to Rs. 2, 00,000.

2) 3/8 percent of the value of work per in respect of work costing above

Rs. 2,00,000 and up to Rs. 5,00,000.

3) 1/4 percent of the value of work per week in respect of work above

to Rs. 10, 00,000 and up to Rs. 25, 00,000.

4) 1/8 percent of the value of work per week in respect of work above

to Rs. 10, 00,000 and upto Rs. 25, 00,000.

5) 1/16 percent of the value of work per week in respect of work above

to Rs. 25, 00,000.

Page 40: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

40

The total amount of compensation under the provision of the clause shall

be limited to 6 percent of the value of work.

The decision of the Chief Engineer shall be final.

The delay departmental assistance ingrained in the contract will be taken

duly into account while recovering any compensation for the delay in the scales

prescribed above. Where the Engineer in charge decided that that the contractor

is liable to pay compensation for not giving proportionate progress under this

clause and the compensation is recommended during the intermediate period

such compensation shall be kept in deposit and shall be refunded if the

contractor subsequently make up the progress for the lost time within the period

of contract including extension granted if any.

Action when the work is left incomplete abandoned or delayed beyond

the Permitted Limit Allowed by the Executive Engineer M.P.S.A.M. Bhopal Div.-

Bhopal.

Clause 3 :- In any case in which under any clause or clause of the

contract shall have rendered himself liable to pay compensation amounting to the

whole of his security deposit (whether paid in one sum or deducted by

installment) or committed a breach of any of the rules contained in clause 24 or in

the case of abandonment of the work except due to permanent disability or death

of the contractor or any other cause, the Executive Engineer M.P.S.A.M. Bhopal

Div.- Bhopal shall give a notice before 15 days for work costing up to Rs. 1.00

laces and in the event of the contractor failing to comply with the directions

contained in the said notice, shall have power to adopt any of the following

courses as he may deem best in the interest of the Executive Engineer

M.P.S.A.M. Bhopal Div.- Bhopal.

(a) To rescind the contract (of which rescission notice in writing to the

contractor, under the had of the Executive Engineer M.P.S.A.M. Bhopal

Div.- Bhopal shall be conclusive evidence) and in which case the security

deposit of the contractor shall stand forfeit and be absolutely at the

disposal of Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal.

(b) To employ a labour paid by the Executive Engineer M.P.S.A.M. Bhopal

Div.- Bhopal and to supply materials to carry out the work or any part of

the work, debiting the contractor with the cost of the labour and the price

of materials (of the amount of which cost and price certificate of the

Executive Engineer shall be final and conclusive against the contractor)

Page 41: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

41

and crediting him with value of the work done in all respects in the same

manner and the same rates as if it had been carried out by the contractor

under the terms of the contractor or the cost of the labour and the price

of the materials as certified by the Assistant Engineer whichever is less.

The certificate of the Executive Engineer as to the value of the work

done shall be final and conclusive against the contractor.

(c) To measure up the work of the contractor and to take such part there of

as shall be unexecuted out of his hands and give it to another contractor

to complete in which case any expenses which may be incurred in

excess of the sum which would have been paid to the original contractor,

if the whole, work had been executed by him (of the amount of which

excess certificate in writing of the Executive Engineer shall be final and

conclusive) shall be borne unpaid by the original contractor and may be

deducted from any money due to him by Executive Engineer M.P.S.A.M.

Bhopal Div.- Bhopal under the contract or otherwise or from his security

deposit or the proceeds or sale there of a sufficient part there of.

In the event of any of the above course being adopted by the Executive

Engineer the contractor shall have no claim to compensation for any loss

sustained by him by reason of his having purchased or procured and materials or

entered into any agreement or made any advances on account of or with a view

to the execution of the work of the furnace of the contract. And in case the

contract shall be rescinded under the provision aforesaid the contractor shall not

be entitled to recover or be paid any sum for any work three to for actually

performed under the contract unless and until the Assistant Engineer/ Executive

Engineer will have certified in writing the performance of such work and the value

payable in respect thereof, and he shall only be entitled to be paid the value so

certified.

Whenever action is taken under clause 3 the contractor's bill shall be

finalized up within three months in the date of rescission both in the case of

building work and road bridge works.

Power to take Possession of or require Removal of M aterials

Tools and Plants or Sale of Contractor's Plants etc .

Clause 4 :- In any case in which any of the powers, conferred upon the

Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal by clause - 3 here of shall

Page 42: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

42

have become exercisable and the same shall not be exercised, the non-

exercised there of shall not constitute a waiver of any of the conditions here of

and such powers shall not withstanding be exercisable in the event of any future

case of default by the contractor for which by any clause or clauses here of he

declared liable to pay compensation amounting to the whole of his security

deposit and the liability of the contractor for the past and future compensation

shall remain unaffected, in the event of the Executive Engineer M.P.S.A.M.

Bhopal Div.- Bhopal putting in force either of the power (a), (b) or (c) vested in

him under the proceeding clause he may, if he so desires, take possession of all

irony tools plant materials and stores in or upon the works, or the site there of

belonging to the contractor or procured by him and intended to be used to the

execution of the work of any part thereof, paying or allowing for the same in

account at the contact rates or in case of these not being applicable, at current

market rates be certified by executive engineer, whose certificate there of shall

be final, otherwise the Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal may

by notice in writing to the contractor or his clerk of the works, foreman or other

authorized agent require him to remove such tools, plant, materials, or stores

from the premises (within a time to be specified in such notice) and in the event

of the contractor failing to comply with any such requisition, the Divisional Officer

may remove them at contractor's expense or sell them by auction or private sale

on account of the contractor and at his risk in all respects and the certificate of

the executive engineer as to the expense of any such removal and the amount of

the proceeds and expense of any such sale shall be final conclusive against the

contractor.

Extension of time

Clause 5:- If the contractor shall desire an extension of time for completion

of the work on the grounds of his having been unavoidably hindered in its

execution or any other ground he shall apply in writing to the Executive Engineer

M.P.S.A.M. Bhopal Div. - Bhopal within 30 days of the date of hindrance on

accounts are shown therefore may authorize such extension for a period not

exceeding 3 moths. Any further extension shall be subject to previous sanction of

the Executive Engineer (Ground to be shown therefore) provided always where

the Executive Engineer/Assistant Engineer has recommended the grant of the

extension or permitted the contractor to carry out the work reserving the right of

Page 43: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

43

the Department to impose the liquidated damages (as provided for under the

agreement) the running bills shall continue to paid to him.

Provided further if any extension applied for is proposed to be refuse the

competent authority shall give the contractor an opportunity to be heard before

taking final decision.

Final Certificate

Clause 6 : On completion of the work, the contractor shall be furnished

with a certificate by the A.E./E.E. (hereinafter called the Engineer-in-charge) of

such completion in the form appended at the end, but no such certificate shall be

given nor shall the work be considered to be complete until the contractor shall

have remove from the premises on which the work shall be executed, all

scaffolding, surplus materials and Rubbish and cleaned of the dirt from all

woodwork doors windows, floors, walls, or other parts of any building in, upon or

about which the work is to be executed or of which he may had possession for

the purpose of the Execution thereof, not until the work shall have been

measured by the Engineer- in-charge whose measurements shall be binding and

conclusive against the contractor. If the contractor shall fail to comply with the

requirements of this clause as to removal of scaffolding surplus materials and

rubbish and cleaning of dirt on or before the date fixed for the completion of the

work, the Engineer-in-charge may, at the expense of the contractor remove such

scaffolding, surplus materials and rubbish dispose off the same as he thinks fit

and clean off such dirt as aforesaid and the contractor shall forthwith pay the

amount of all expenses so incurred, and shall have no claim in respect of any

such scaffolding or surplus materials as aforesaid except for any sum actually

realized by the safe there of.

Payments on Intermediate Certificate to be regarded as Advances

Clause 7 :- No payment shall ordinarily be made for works estimated to

cost less than Rs. 1000/- (Rupees One Thousand) till after the whole of the works

shall have been completed and certificate of completion given, but if intermediate

payment during the course of execution of work is considered desirable in the

interest of work the contractor may be paid at the discretion of the Engineer-in-

Charge, But in the case of work estimated to cost more than rupees one

thousand the contractor shall on submission the bill therefore, be entitled to

receive a monthly payment proportionate to the part there of then approved and

passed by the Engineer-in-charge whose certificate of such approval and passing

Page 44: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

44

of the sum so payable shall be final and conclusive against contractor, But all

such intermediated payments shall be regarded as payments by way of advance

against the final payments for works actually done and completed and shall not

preclude for requiring of bad unsound and imperfect or unskillful work to be

removed and taken away and reconstructed or erected, or be considered as an

admission of the due performance of the contract, or any such part there of in any

respect or the accruing of any claim, nor shall it conclude, determine or affect in

any way the powers of the Engineer-in-charge under these conditions or any of

them as to the final settlement and adjustment of the accounts or otherwise, or in

any other way very or effect the contract. The final bill shall be submitted by the

contractor within one month of the date fixed for completion of the work otherwise

the Engineers-in-charge's certificate of the measurement and of the total amount

payable for the work accordingly shall be final and binding on all parties.

Bill to be submitted Monthly

Clause 8 : A bill shall be submitted by the contractor each month on or

before the date fixed by the Engineer-in-charge of rally work executed in the

previous month, and Engineer-in-charge shall take or cause to be taken the

requisite measurement for the purpose of having the same verified and the claim,

as for as admissible, adjusted, if possible, before expiry often days from the

presentation of the bill, if the contractor does not submit the bill within the time

fixed as aforesaid the Engineer-in-charge may depute a subordinate to measure

up the said work in presence of the contractor whose counter signature to the

measurement list will be sufficient warrant and the Engineer-in-charge may

prepare bill from such list which shall be binding on the contractor in all respects.

Bill to be submitted on Printed Forms

Clause 9: The contractor shall submit all bills on printed forms to be had

on application at the office of the Engineer-in-charge and the charges in the bills

shall always be entered at the rates specified in the tender iron the case of any

extra work ordered in pursuance of these conditions, and not mentioned or

provided for in the tender at the rates here in after provided for such work.

The deduction or addition as the case may be of the percentage will be

calculated on the amount of the bill of the work done, after deducting the cost of

materials supplied departmentally at the rates specified in the agreement.

Page 45: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

45

Receipts to be signed by Partners or Persons Having

Authority to do so.

Clause 10: Receipts for payments made on account of a work when

executed by a firm must also be signed by the several partners, except where the

contractors are described in their tender as a firm, in which case the receipt must

be signed in the name of firm by one of the partners, or by some other person

having authority to give effectual receipt for the firm.

Advance to contractor

Clause 11: Advance to contractors is as rule prohibited and every

endeavor should be made to maintain a system under which no payments are

made except for work, actually done. Exceptions are however, permitted in the

following cases.

Cases in which a contractor, whose contract is far finished work, requires

an advance on he security an advance on the security of materials brought to

sites. The Executive engineer may in such cases, sanction advance up to an

amount not exceeding 75% of the value but 90% in the case of steel (as

assessed by the Executive Engineer) provided that the allowed in the case is

more then the rate payable for the finished item as stipulated in the contract of

such materials, provided where are of imperishable nature and that a formal

agreement is drawn up with the contractor under which Executive Engineer

M.P.S.A.M. Bhopal Div.- Bhopal secures a loan on the materials and as

safeguarded against losses due to the contractor postponing he execution of the

work or to the shortage or misses of the materials and against losses the

expense entitled for their proper watch and safe custody.

Payment of such advance should made only on the certificate of an officer

not below the rank of Assistant Engineer and Secretary Executive Engineer

M.P.S.A.M. Bhopal Div.- Bhopal, that the quantities of materials upon which the

advance are made have a actually been brought to side that the contractor for

use on time of work for which rates for finished work have been agreed upon

recoveries of advance so made should not be postponed until the whole of the

work entrusted to the contractor is completed. They should be made from his

bills, for work done as the materials are used the necessary deduction being

made whenever the time of work in which they are used are billed for.

Before granting the above secured advance the contractor shall sign the

prescribed indenture bond in the prescribed from.

Page 46: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

46

Work to be Executed in Accordance with specificatio n, Drawings, Order etc.

Clause 12 : The contractor shall execute the whole and every part of the

work in the most substantial and workmen like manner, and both as regards

materials and otherwise in every respect in strict accordance with the

specifications. The contractor shall also confirm exactly fully and faithfully to the

designs, drawings and instructions in writing relation to the work signed by the

Engineer-in-Charge and lodged in his office and to which the contractor shall be

entitled to have access at such office or on the site of the work for the purpose of

inspection during office hours and the contractor shall, if he so requires, be

entitled at his own expense to take of cause to be made copies of the

specifications and of all such designs, drawings and instruction as aforesaid.

C.P.W.D. Specification shall apply along with the various I.S.I. code in the

of any variance, the following order or precedence shall prevail:-

1. Specifications as per N.I.T.

2. Specifications as per S.O.R. of the Zone.

3. I.S.I. Code / I.R.C. Specification.

4. Central P.W.D. Specification.

5. Mode of measurement for building shall be as provided in the

S.O.R. applicable to the contract. Where such mode of measurement is not

specified in the S.O.R. it shall be done as per I.S.I. code of building

measurement. However, if any mode of measurement is specifically mentioned in

the N.I.T. The same will get precedence overall the above.

Clause 13 : The Engineer-in-Charge shall have power to make any

alteration or omissions from additions to or substitution for, the original

specification, drawing, designs and instructions, that may appear to him to be

necessary or advisable during the progress of the work and the contractor shall

be bound to carry out the work in accordance with any instructions which may be

given to him in writing signed by the Engineer-in-charge and such alterations

omissions additions or substitutions shall not invalidate the contract and any

altered additional or substituted work which the contractor may be direct to do in

the manner above specified as part of the work shall be carried out by the

contractor on the same conditions in all respects on which he agreed to do the

main work and at the same rates as are specified in the tender for the main work,

provided the total value of such increased or altered or substituted work does not

exceed 25% of the amount put to tender, inclusive of contractors percentage. If

Page 47: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

47

such value exceeds 25% it shall be open to the contractor either to determine the

contractor or apply for extension.

Extension of time in Consequence Alterations

The time for the completion of the work shall be extended in the proportion

that the altered additional or substituted work bear to the original contractor's

work and certificate of the Engineer-in-Charge shall be conclusive as to such

proportion.

Rates for works not in schedule of Rates of the cir cle

And if the altered additional or substituted work includes and class of work,

for which no rate is specified in this contract than such classes of work shall be

carried out at the rates entered in the applicable schedule of rates which was in

force on the date of tender provided that when the tender for the original work as

a percentage below or above the schedule of rate, the altered additional or

substituted work required as aforesaid shall be chargeable at the said schedule

of rate minus/plus the same percentage deduction addition if such class of work

is not entered in and a range to carry it out in such manner as may be considered

advisable provided always and if the contractor shall have been determined as

lastly herein before mentioned that and in such cases he shall only be entitled to

be paid in respect of the work carried out on expenditure incurred by him prior to

the date of the determination of the rates as aforesaid according to such a rate or

rates as shall be fixed by the Engineer-in-Charge in the event of dispute the

decision of Chief Engineer of the Board shall be final.

If during the course of execution where it is found necessary that certain

item/items of works not provided for in the S.O.R. required to be carried out then

the Engineer-in-Charge shall identify such item/items including approximately

quantity of the contract and ask the contractor to submit his rates in writing

supported by the requisite date with in a period of 1 days. The Engineer-in-

charge shall obtain approval/modification of the proposed rate from the

competent authority and communicate the same within a period or 4 week to the

contractor. In case the contractor agrees to the above rates as fixed by the

competent agreement. It the contractor does not agree to the rate of the

competent authority then it shall be open for the Engineer-in-charge to get the

work executed through any other agency. The contractor will not however be

entitled to any compensation due to delay or hindrance or loss or profit accruing

on account of this extra work be executed by alternative agency.

Page 48: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

48

If the contractor commences non schedule work or incur expenditure in

regard there to before the rates shall have been determined by the competent

authority, then he shall be entitled for payment for the work done as may be

finally decided by the competent authority in the event of dispute the decision of

the Chief Engineer shall be final.

No Claim to Any Payment or Compensation for Alterat ion in or Restriction

of works

Clause 14:- If at any time after the execution of the contract documents.

The Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal or Engineer-in-Chief

shall, for any reason whatsoever require the whole or any part of the work as

specified in the tender to be stopped for any period or shall not require the whole

or part of the work to be carried out at all or to be carried out by the contractor, he

shall give notice in writing of the fact to the contractor who shall there upon

suspend or stop the work totally, or partially as the case may be.

In any such case except as provided here under the contractor shall have

no claim to any payment or compensation whatsoever on account of any profit or

advantage which he might have derived from the execution of the work in full but

which he did not so derive in consequence of the full amount or the work not

having been carried out, or on account of any loss that he may be put to on

account of materials purchased or agreed to be purchased or for unemployment

of labour recruited by him. He shall not also have any claim for compensation by

reason of any alterations having been made in the original specifications,

drawings, designs and instructions, which may involve any curtailment of the

work as originally contemplated. Where, however material have already been

purchased or agreed to be purchased by he contractor shall be paid for such

materials at the rates determined by the Engineer-in-Charge. Provided they are

not in excess of requirement and are of approved quality and/or shall be

compensated for the loss if any, that he may be put to, in respect of materials

agreed to be purchased by him, the amount of such compensation to be

determined by the Engineer-in-Charge whose decision shall be final. If the

contractor suffers any loss on account of his having to pay labour charges during

the period during which the stoppage of work has been ordered under this

clause, the contractor shall on application be entitled to such compensation on

account of labour charges as the Engineer-in-Charge whose decision shall be

final, may considered reasonable. Provided that the contractor shall, not be

Page 49: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

49

entitled to any compensation on account of labour charges, if in the opinion in the

Engineer-in-charge, the labour could have been employed by the contractor else

where for the whole or part of the period, during which the stoppage of the work

has been ordered as aforesaid.

If the total duration of suspension of the work is more then six months then

this suspension of the work will be considered as permanent stoppage of the

work and the contractor determine the contract, if he so desires.

Time Limit for Unforeseen Claims

Clause 15 :- Under no circumstances whatever shall the contractor be

entitled to any compensation from Executive Engineer MPSAMB Div. Bhopal on

any account unless the contractor shall have submitted a claim in writing to the

Engineer-in-Charge within one month of the cause of such claim occurring.

Action and Compensation payable in case of Bad Work

Clause 16 :- If at any time before the security deposit is refunded to the

contractor, it shall appear to the Engineer-in-Charge or his subordinate in charge

of the work, that any work has been executed with unsound, imperfect or

unskillful workmanship or with materials of interior quality or that any materials or

articles provided by him for the execution of the work are unsound, or of a quality

interior to that contracted for, or are otherwise not in accordance with the

contract, it shall be lawful for the Engineer-in-Charge to intimate this fact in

writing to the contractor and then notwithstanding the fact that the wrok, materials

or articles complained of may have been inadvertently by passed certified and

paid for, the contractor shall be bound forthwith to rectify or remove and

reconstruct the work so specified in whole or in part as the case may require or if

so required, shall remove the materials or articles so specified and provide other

proper and suitable materials or articles at his own proper charge and cost, and

in the event of his failing to do so within a period to be specified by the Engineer-

in-Charge in the written intimation aforesaid, the contractor shall be liable to pay

compensation at the rate of one percent. On the amount of contract put to tender

every day not exceeding ten days, during which the failure so continues and in

the case of any such failure the Engineer-in-Charge may rectify or remove and

re-execute the work or remove and replace the materials or articles complained

of as the case may be at the risk and expense in all respect of the contractor.

Should the Engineer-in-Charge consider that any such interior work or materials

Page 50: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

50

described above may be accepted or made use of it shall be within his discretion

to accept the same at such reduced rates as may fix therefore.

Work to be Open for Inspection-Contractor or Respon sible Agent to be

Present

Clause 17 :- All work under or in course of execution or executed in

pursuance of the contract shall at all time be open to the inspection and

supervision of the Engineer-in-Charge and his subordinates and the contractor

shall at all times during the usual working hours and at all other times at which

reasonable notice of the intention of the Engineer-in-Charge or his subordinate to

visit the work shall have been given to the contractor, either himself be present to

receive orders and instruction or have responsible agent duly accredited in

writing present for that purpose, orders given to the contractor's agent shall be

considered to have the same force as if they had been given to the contractor

himself.

Notice to be given before work is Covered up

Clause 18 :- The contractor shall give not less than five days notice in

writing to the Engineer-in-Charge or his subordinate in charge of the work before

covering up or otherwise placing beyond the reach of measurement any work in

order that the same may be measured, and correct dimensions there of be taken

before the same is so covered up or placed beyond the reach of measurement,

any work without the consent in writing of the Engineer-in-Charge or his

subordinate in charge of the work and if any work shall be covered up or placed

beyond the reach of measurement without such notice having been given or

consent obtained the same shall be uncovered at the contractor's expenses or in

default there of, no payment or allowance shall be made for such work or the

materials with which the same was executed.

Contractor Liable for Damage Done and for Imperfect ions for Twelve

Months after Certificate

Clause 19 :- If the contractor or his work people or servant shall break,

deface, injure or destroy and part of building in which they may be working or any

building, road, curbs, fences, enclosures, water pipes, cables, drains, electric or

telephone posts or wires, trees grass or grass land or cultivated ground

continuous to the premises on which the work or any part of its being executed,

or if any damage shall happen to the work, while in progress, form any causes

whatever, or any imperfections become apparent in it within three months (Six

Page 51: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

51

month in the case of a road work) after a certificate final or otherwise or its

completion shall have been given by the Engineer-in- Charge as aforesaid, the

contractor shall make good the same at his own expense or in default, the

Engineer-in-Charge may cause the same to be made good by other workman

and deduct the expenses (of which certificate of the Engineer-in-Charge shall be

final) from any sums that may be than or at any time there after any become due

to the contractor from his security deposits, or the proceeds of scale there of or of

a sufficient parties thereof.

The contractor hereby also covenants that is shall be his responsibility to

see that the buildings constructed under this contract do/does not leak during the

period of two consecutive rainy reasons after it (their) completion and if any

defects are pointed out to him by the Engineer-in-Charge during the said period,

the same shall be removed by him at his own expense or in default the Engineer-

in-Charge may get them removed and expenses there of from any sum that may

be then due to or may become due to the contractor or from the security deposits

of the contractor, an amount equal to 20% cost of the roof shall notwithstanding

anything contained in this clause be retained, till the roofs are tested during two

consecutive rainy seasons as aforesaid and the defect are full removed and if

any amount still remains due to this account after making deduction as aforesaid

the same may be recovered from his as an arrears of land revenue case security.

The security deposit of the contractor to the extent of 50% shall be refunded on

his getting the completion certificate provided that all the recoveries outstanding

against him are realize 25% of the amount shall be refunded on maintenance

period being over even if the final bill is not passed, balance 25% shall be

refunded after the final bill is passed.

Contractor to Supply Plant Ladders, Scaffolding etc .

Clause 20 :-The contractor shall supply at his own cost materials (except

such/special materials if any as may in accordance with the contract be supplied

from the Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal Stores) plant, tools

appliances, implements, ladders, cordage tackle scaffolding and temporary

works, requisite of the proper execution of the work whether original altered of

substitute, and whether including in the specification or other documents forming

part of the contract, referred to in these conditions or not or which may be

Page 52: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

52

necessary for the purpose of satisfying or complying with the requirement of the

Engineer-in-Charge as to any matter as to which under these conditions he is

entitled to be satisfied or which he is entitled to require together with carriage

therefore to and from the work. The contractor shall also supply without charge

requisite number of persons with the means and materials necessary for the

purpose of setting out works and counting, weighing and assisting in the

measurement or examination at any time and from time to time of the work, or

materials. Failing his so doing the same may be provided by the Engineer-in-

charge at the expense of the contractor and the expenses may be deducted from

an money due to the contractor under the contract or from his security deposit or

the proceeds of sale there of or of a sufficient portion there of.

Contractor is liable for damages arising from non-provision of light fencing

etc. The contractor shall also provide at on the his won cost except when the

contract specifically provided otherwise and except for payments due under

clause all unnecessary fencing and lights require to protect, the public from

accident and shall be bound to bear the expenses of defense of every suit action

or other proceeding at law that may be brought by any person and costs which

may be awarded in any such suit, action or proceedings to any such person or

which my with the consent of contractor be paid to compromise any claim by any

such person.

Compensation under Section 12 Sub-Section (1) the w orkman's

Compensation Act, 1923

Clause 21 :- In every case in which by virtue of the provisions of section

12, Subsection (1) of the workman's compensation Act, 1923 Government is

obliged to pay compensation to a workman employed by the contractor in

execution of the works, Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal will

recover from the contractor the amount of compensation so paid and without

prejudice to the rights of Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal

shall be at liberty to recover the amount or any part thereof by deducting it form

the security deposit or from any sum due by Executive Engineer M.P.S.A.M.

Bhopal Div.- Bhopal to the contractor whether under this contract or otherwise

Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal may not be bound to contest

any claim made against them under section 12 subsection (1) of the said Act

except on the written requisite of the contractor and upon his giving to Executive

Page 53: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

53

Engineer M.P.S.A.M. Bhopal Div.- Bhopal full security for all cases for which

Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal might become liable in

consequence contesting such claim.

Labour

Clause 22:- The contractor should get himself registered under contract -

labour regulations and abolition Act, 1970 including its amendments after getting

a certificate from the principal employer, who will be the Chairman Executive

Engineer M.P.S.A.M. Bhopal Div.- Bhopal.

Clause 23:- Labour below the age of 12 years - No labour below the age of

12 years shall be employed on the work.

Fair Wages

Clause 24:- The contractor shall pay not less then fair wage to labour

engaged by him on work Explanation -

(a) 'Fair Wages' means wage whether for time or piece work notified at the

time of inviting tenders for the work and where such wages have not been

so notified, the wages prescribed by the work Department for the division

in which the work is done.

(b) The Contractor shall not withstanding the provisions of any contract to the

contrary cause to be paid a fair, wage to labourers indirectly engaged on

the work including an labour engaged by his subcontractor in connection

with the said works, as if labourers had been immediately employed by

him.

(c) In respect of labour directly or indirectly employed on the works for the

performance of the contractor's part of this agreement the contractor shall

comply with or cause to the complied with the labour Act inforce.

(d) The executive Engineer/Assistant Engineer, shall have the right to deduct,

from the moneys due to the contractor any sum required or estimated to

be required for making good the loss suffered by a worker or workers by

reasons of non-fulfillment of the conditions of the contract, for the benefit

of the worker, non payment of wages or deductions made form his or their

wages which are not justified by the terms of the contract or

nonobservance of the regulations.

Page 54: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

54

(e) The contractor shall be primarily liable fro all payments to be made under

and for the observance of the regulations aforesaid without prejudice to his

right to claim indemnity from his subcontractors.

(f) The regulations aforesaid shall be deemed to be a part of this contract and

any breach there of shall be a breach of this contract.

Work not to be sublet

Clause 25: The contractor may be rescinded and security deposit forfeited,

for sub-letting bribing or if contractor become insolvent.

The contractor shall not be assigned or sublet without the written approval

of the Executive Engineer MPSAMB Div. Bhopal. And if the contractor shall

assign or sublet his contract, or attempt, so to do, or become insolvent

commence any insolvency proceedings or make any composition with his

creditors, or attempt so to do or if any bribe, gift, loan, perquisite reward of

advantage pecuniary or otherwise, shall either directly or indirectly be give,

promised or offered by the contractor, or any of his servants or agents to any

public officer or person in the employ of Krishi Upaj Mandi in any way relating to

his office or employment or if any such officer or person shall be came in any way

directly or indirectly interested in the compact the Executive Engineer M.P.S.A.M.

Bhopal Div.- Bhopal may three up by notice in writing record the contract, and the

S.D. of contractor shall three upon stand forfeited and be absolutely at the

disposal of Executive Engineer MPSAMB Div. Bhopal and same consequences

shall ensure as if the contract had been rescinded under clause 3 thereof, and in

addition he contractor shall not be entitled to recover or be paid for any work

there to for actually performed under the contract.

If the contractor gets item/items of work executed on tasks rate basis with

or with out materials this shall not amount to subletting of the contract.

Sum Payable by Way of Compensation to be considered as Reasonable

Compensation with out Reference to Actual Loss

Clause 26 :- All sums payable by way of compensation under any of these

condition shall be considered reasonable compensation to be applied to the use

of Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal without reference to the

actual loss or damage sustained and whether or not an damage shall be been

sustained.

Page 55: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

55

Change in the Constitution of Firm

Clause 27:- In the case of tender by partners any changes in the

constitution of the firm shall be forthwith notified by the contractor to the

Engineer-in-Charge/ Executive Engineer MPSAMB Div. Bhopal for his

information.

Work to be under the Direction of Executive Enginee r/

Chief Engineer

Clause 28:- All works to be executed under the contract shall be executed

under the direction and subject to the approval in all respect of the Executive

Engineer/Chief Engineer for the time being who shall be entitled to direct at what

points and in what manner the are to be commenced and from time to time

carried on.

Arbitration Clause

Clause 29 :- Except as otherwise provided in this contract all question and

dispute relating to the meaning of the specifications, designs, drawing and

instruction herein before mentioned and as to thing whatsoever, in any way

arising out of or relating to the contract, designs, drawings, specifications,

estimates, concerning the work, of the execution or failure to execute the some,

whether arising during the Progress of the work of after the completion or

abandonment thereof shall be referred to the Chief Engineer in writing for his

decision within a period of 30 days of such occurrence. There upon the Chief

Engineer shall give his written instruction and/or decision within a period of 60

days of such request. This period can be extended by mutual consent of the

parties.

Upon receipt of written instruction or decision the parties shall promptly

proceed without delay to comply such instruction or decisions, if the Chief

Engineer fails to give his instructions of decisions in within a period of 60 days or

mutually agreed time after being requested if the parties are aggrieved against

the decision of the Chief Engineer, the parties may within 30 days prefer an

appeal to the Director Mandi who shall afford an opportunity to the parties of

being heard and to offer evidence in support of his appeal. The Director will give

his decision with 90 days, in any party is not satisfied with the decision of the

Director he can refer such disputes for arbitration by an Arbitration Board to be

constituted by the State Government which shall consist of three members of

whom one shall be chosen from among the officer belonging to the Department,

Page 56: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

56

and one serving officer not below the rank of S.E. one Retired Chief Engineer of

any technical Department and one serving officer not below the rank of S.E.

belonging to another technical namely.

The following are also the terms of this contract namely.

(a) No person other then the aforesaid Arbitration Board constituted by the

Government (to handle case of all Technical Department) shall act as

Arbitrator and if for any reason that is not possible, the matter shall not be

referred to Arbitration at all.

(b) The state government may at any time effect any change in the personnel

of the Board and the new member of members appointed to the Arbitration

Board shall be entitled to proceed with the reference from the stage at

which if was left by his or their predecessors.

(c) The party invoking arbitration shall specify the dispute or disputes to be

referred to Arbitration under this clause together with the amount or

amounts claimed in respect of each such dispute(s).

(d) Where the party invoking arbitration is the contractor, no reference for

arbitration shall be maintainable, unless contractor furnishes a security

deposit of a sum determined according to the table given below and the

sum so deposited shall on the determination of Arbitration proceeding be

adjusted against the cot if any awarded by the Board against the party and

the balance remaining after such adjustment or in the absence of the such

cost being awarded, the whole of the sum shall be refunded to him with in

one month from the date of the award.

Amount of claim Rate of Security Deposit

For claim below Rs. 10,000 5% to the amount claimed

For claim of Rs. 10,000 & above 3% of the amount claimed but below Rs.

1, 00,000 subject to minimum Rs. 500

For claims of Rs. 1, 00,000 2% of the amount claimed subject to minimum

of Rs. 3,000

(e) If the contractor does not make any demand for arbitration in respect of ay

claim(s) in writing within 90 days on receiving intimation form the

Executive Engineer that the final bill is ready for payment, the claim of the

contractor shall be deemed to have been waived and absolutely barred

and the Government shall be discharged or released of all liabilities under

the contract in respect of such claims.

Page 57: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

57

(f) The Arbitration Board may from time to time, with the consent of the

parties extend the time for making the award.

(g) A reference to the Arbitration Board shall be no ground for not continuing

the work on the part of the contractor and payment as per terms and

conditions of the agreement shall be continued by the Department.

(h) Except where otherwise provided in this contract, the provisions of the

Arbitration Act, 1940 and the rules made there under for the time being

enforce shall apply to the arbitration proceeding under this clause.

Lump sums in Estimate

Clause 30 :- When the estimate on which a tender is made includes lump

sums in respect of parts of the work, the contractor shall be entitled to payment in

respect of the items of work involved or the part of the work in question at the

same rates as are payable under this contract for such items or is the part of the

work in question is not in the opinion of the Engineer-in-charge shall be final and

conclusive against the contractor, with regard to any sum or sums payable to him

under the provision of this clause.

Action where no Specification

Clause 31:- In the case of any class of work for which their is no such

specification as in mentioned in Rule, such work shall be carried out in

accordance with the specification approved by Chief Engineer for application to

works in the district and in the event of there being no such specification then in

such case the work shall be carried out in all in respects in accordance with the

instructions and requirement of Engineer-in-charge.

Contractors Percentage Whether Applied to Net or Gr oss amounts of Bills

Clause 32:- The percentage referred to at Para 7 of the tender will be

deducted from / added to the gross amount of the bills for work done.

Claim for Quantities Entered in the Tender of Estim ate

Clause 33:- Quantities shown in the tender are approximate and no claim

shall be entertained for quantities of work executed being either more or less then

those entered in the tender or estimates.

Claim for Compensation for Delay in Starting the wo rk

Clause 34 :- No compensation shall be allowed for any delay caused in the

Starting the work on account of acquisition of land, or in the case of clearance

works, on account of delay in according sanction to estimates.

Refund of Quarry Fees and Royalties

Page 58: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

58

Clause 35 :- All quarry fees royalties, octopi duties and ground rent for

staking materials, if any, should be paid by the contractor as per existing miner

mineral Rules.

In the case of quarries which have been leased out (Trade quarries) the

contract should make all payment of royalty charges at Government approved

rates.

In the case of any dispute about payment or royalty charges decision of

the Chief Engineer will be final.

Technical Examination

Clause 36 :- The Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal shall

have the right to cause Audit a technical Examination of the works and the final

bills of the contractor including all supporting vouchers abstracts etc. to be made

as per payment of the final bill and if as result of such Audit and Technical

Examination the sum is found to have been overpaid in respect of any work do by

the contractor under the contract or any work claimed by him to have been done

under the contract and found not to have been executed the contractor shall be

liable to refund the amount of over payment and it shall be lawful for the

Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal to recover the same from

the Security deposit of the contractor form any dues payable to the contractor

from the same from the Executive Engineer M.P.S.A.M. Bhopal Div.- Bhopal

account. If it is found that the contractor was Para lesser than what was under to

him under the contract in respect of any work executed by his under it, the

amount of such under payment shall be duly paid by the Executive Engineer

M.P.S.A.M. Bhopal Div.- Bhopal to the Contractor.

In the case of any audit it examination and recovery consequent on the

same the contractor shall be given an opportunity to explain him case and the

decision of the Chief Engineer shall be final.

In the case of Technical Audit, consequent on which there is a recovery

form the contractor, no recovery should be made without orders of the Chief

Engineer, whose decision shall be final; all action under this clause should be

initiated and intimated to the contractor within a period of twelve month from the

date of completion.

Death of Permanent Invalidity of Contractor

Clause 37:- If the contractor is an individual or a proprietary concern,

partnership concern, dies during the currency or contractor becomes permanently

Page 59: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

59

in capacitate, where the surviving partners are only minors, the contract shall be

closed without laving any damages / compensation as provided for in clause 3 of

the contract agreement.

However if the competent authority is satisfied about the competence of

the survivors, then competent authority shall enter into a fresh agreement for the

remaining work strictly on the same terms and conditions, under which the

contract was awarded.

Penalty for Brach of Contract

Clause 38:- On the breach of any term or condition of this contract by the

contract the said President shall be entitled to forfeit the security deposit or the

balance thereof, that may at that time be remaining, and to realize and to retain

the same as damages and compensation for the said breach but without

prejudice the right of the President to recover any further sum as damages, from

any sums due or which may become due to the contractor by Government or

otherwise howsoever.

Note: - The person of firm submitting the tender should see that the rates

in the schedule showing materials to be supplied by the department are filled up

by the Engineer-in-Charge on the issue of the form prior the submissions of the

tender.

Notice to the Contractor to start work Your contract for the……………..has been accepted by me on behalf of the Managining Director Mandi Board Bhopal…. on the………………day of…………..200… and you are hereby ordered to commence the work

EXECUTIVE ENGINEER M.P.S.AGRICULTURAL MKT.BOARD

DIV. BHOPAL

The notice to the contractor(s) to start work from ………………….day of … … 200…was issued vide the office memorandum No………………dated the……………200…

EXECUTIVE ENGINEER M.P.S.AGRICULTURAL MKT.BOARD

DIV. BHOPAL

Page 60: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

60

Completion Certificate In Pursuance of clause 6 of the agreement in Form “F” date the ………………………… between the contractor Shri……………………………………………………………And the E.E. Mandi Board, Bhopal, it is here by Certified that the said Contractor has duly completed the executing of the work under taken by him there under on the ………….day of…………………200…………..

EXECUTIVE ENGINEER M.P.S.AGRICULTURAL MKT.BOARD

DIV. BHOPAL

Page 61: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

61

is;ty laxzg.k gsrq vkj-lh-lh- vksojgSM

Vafd;ksa ds

LiSflfQds'kUl ,oe~ lko/kkfu;kWa

eksuks

Page 62: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

62

izeq[k vfHk;ark

yksd LokLF; ;kaf=dh foHkkx]

lriqM+k Hkou] Hkksiky ¼e-iz-½

Page 63: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

63

dk;kZy; izeq[k vfHk;ark yksd LokLF; ;kaf=dh foHkkx]

e/;izns'k Hkksiky rduhdh ifji=

vkj-lh-lh- vksoj gSM Vafd;ksa dk :ikadu ,oa fuekZ.k

yksd LokLF; ;kaf=dh foHkkx }kjk xzkeh.k o 'kgjh {ks=ksa esa

cM+h la[;k esa vksoj gSM Vafd;ksa dk fuekZ.k fd;k tkrk gSA foHkkx

dh tkudkjh esa dbZ ,sls izdj.k vk, gSa] tgka Vafd;kWa vlQy ¼Qsy½

gqbZ gSaA bl izdkj dh vlQyrk ds voljksa dks U;wure djus ds mn~ns';

ls ;g vR;ko';d gS fd bu Vafd;ksa ds :ikadu o fuekZ.k LisflfQds'ku ds

laca/k esa iw.kZ izns'k esa ,d tSlh uhfr viukbZ tk, ftlls fuekZ.k dh

xq.koRrk dks lqfuf'pr fd;k tk ldsA mijksDr mn~ns';ksa dks n`f"Vxr j[krs

gq,] Hkfo"; esa dM+kbZ ls ikyu fd, tkus gsrq fuEu funsZ'k tkjh fd, tkrs

gSaA bu funsZ'kksa ds dk;kZUo;u dk mRrjnkf;Ro laacaf/kr ifj{ks= ds

eq[; vfHk;arkvksa] lacaf/kr e.My ds v/kh{k.k ;af=;ksa ,oe~ dk;Z ds

izHkkjh dk;Zikyu ;af=;ksa dk gksxkA

lkekU; funsZ'k %

1-0 vc dakdzhV 'kkQV ij vk/kkfjr vksoj gSM Vafd;ksa ds fuekZ.k

ugha fd, tk;saxsA :ikadu vuqeksnu ds fy, mRrjnk;h vf/kdkjh ;g

ns[ksaxs fd Vafd;kWa dkWye fuekZ.k ij vk/kkfjr gksaA

1-1 Vafd;ksa ds dkWye vko';d :i ls] xksykdkj gksaxs] oxkZdkj ;k

vk;rkdkj ughaaA tylaxzg.k dk mijh Hkkx ¼okVj daVsuj½ oxkZdkj

;k vk;rkdkj gks ldrk gSA

1-2 ty laxzg.k Vadh ds ry esa iznk; vkmV ySV rFkk LdkWoj vkmV

ySV ds mij dkWLV vk;ju ;k LVsuySl LVhy dh tkyh yxkbZ tkuh

pkfg,A Vadh dh lQkbZ djus okys dfeZ;ksa dh lqj{kk ds fy, ;g

vko';d gSA bl izdkj dh ,d nq?kZVuk lhgksj esa gqbZ Fkh tc

Cyhfpax ikmMj ds fu;fer mi;ksx ds dkj.k dSfY'k;e fMiksftV gksus

ls Vadh ds vanj ds LdkWoj ikbi dk mijh Hkkx ugha fn[k ldk Fkk

rFkk nks O;fDr ,d ds ckn ,d] LdkWoj ikbi ds vanj f[kap dj pys x,

Page 64: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

64

FksA 20x20 fe-eh- lsD'ku dh dkLV vk;ju tkyh vFkok LVsuysl

LVhy tkyh] vkmVysV ds mij] oxkZdkj Qzse cukdj mi;ksx dh tk

ldrh gSA

1-3 vksojiyks vkmVySV dk ty forj.k iz.kkyh ls ugha tksM+k tkuk

pkfg,A ,slk djus ls] ;fn ty forj.k iz.kkyh ds iznk; okYo [kqys gq,

ugha gksaxs] rks Vadh esa vf/kd Lrj rd ikuh Hkj tk;sxk] Vadh ds

vfrfjDr ikuh dh fudklh ds fy, vksojiyks vkmVysV lnSo [kqys j[ks

tkuk pkfg,A

1-4 ;g vR;ar eRoiw.kZ gS fd dkadzhV dh D;wfjax ds fy, fuekZ.k LFky

ij ikuh ds iznk; dk izca/k gksA fdlh Hkh dkadzhV fuekZ.k esa

vPNh dkWEizfll LV~sUFk ds fodkl ds fy, fujUrj ,oe~ l{kerk ls

D;wfjax dh tkuk vR;ar egRoiw.kZ gSA

1-5 dkadzhV ds fy, eSVy] clkfYVd ;k xzsukbfVd ewy dh bfxzvl

pV~Vkuksa ls cuk gqvk mi;ksx fd;k tkuk mfpr gksxkA eksVh jsr

¼dklZ laM½ esa feV~Vh ugha gksuk pkfg,A ;fn ,d ikjn'khZ fxykl

esa vk/kh jsr Hkj dj mls lkQ iuh ls Hkjk tk, rFkk vPNh rjg fgyk;k

tk, rks ,sls esas flYV gksus ij mls ikuh dh mij lrg ij vklkuh ls ns[kk

tk ldrk gSA

1-6 ;g vR;ar vko';d gS fd dk;Z djus okys Bsdsnkjksa ds ikl dkadzhV

feDlj miyC/k gjsA gS.M fefDlax dh vuqefr ugha nh tkuk pkfg,A

1-7 fdlh Hkh fLFkfr esa fcuk okbczs'ku ds dkadzhV ugha dh tkuk

pkfg,A ;g mfpr gksxk fd dk;Z LFky ij nks dkadzhV okbczsVj j[ks

tk,sa] ftlls ,d ds fcxM+ tkus ij] nwljs okbczsVj dk mi;ksx fd;k tk

ldsA izR;sd [k.M esa de ls de nsk dkadzhV okbczsVj gksuk

pkfg, tks dkadzhV dk;ksZa ds fy, vko';d la;a= gSA

fuEu LisflfQds'ku dk dM+kbZ ls ikyu fd;k tk, %

2-0 lhesUV ,oa dkadzhV

2-1 dkadzhV dh U;wure 'kfDr %

vksoj gSM Vsad ds fofHkUu Hkkxksa esa dkadzhV dh U;wure

'kfDr ¼LV~SUFk½ fuEukuqlkj gksxh %

Page 65: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

65

dkWye rFkk LVsftax & ,e 25 ¼250 fdyksxzke izfr oxZ

lsUVhehVj½

VSad o Nr & ,e 30 ¼300 fdyksxzke izfr oxZ lsUVhehVj½

2-2 lhesUV dh U;wure ek=k %

dk;Z ds LFkkf;Ro dh n`f"V ls lhesUV dh U;wure ek=k fuEukuqlkj

gksxh &d

dkadzhV ,e 25 & 350 fdyksxzke izfr ?ku ehVj

dkadzhV ,e 30 & 400 fdyksxzke izfr ?ku ehVj

2-3 dkadzhV ij doj &

lHkh fjbuQkslZesUV ij U;wure doj 40 fe-eh- gksxkA uhao

¼Qkm.Ms'ku½ dk;ksZa ds fy, ;g doj 60 fe-eh- gksxkA

2-4 lhesUV xzsM %

dkWye ds fy, xzsM 43 dh lhesUV rFkk mijh Nr ¼VkWi Mkse½

lfgr ty laxzg.k Vadh dk;Z ds fy, xzsM 53 dh lhesUV dk mi;ksx

fd;k tkuk pkfg,A Vadh dk;ksZa ds fy, dsoy u;h ¼QSz'k½ lhesUV

dk mi;ksx fd;k tkuk pkfg,A ;g mfpr gksxk fd cM+s la;a=ksa ,oe~

[;kfr izkIr fuekZrkvksa }kjk fufeZr lhesUV mi;ksx dh tk,A vks-ih-

lh- vFkok CykLV QusZl LySe lhesUV dk mi;ksx fd;k tkuk pkfg,A

2-5 ikuh o lhesUV dk vuqikr %

ikuh o lhesUV dk vuqikr 0-45 ls vf/kd ugha gksxkA bldk vFkZ gS

22-5 yhVj ikuh izR;sd 50 fdyksxzke ds lhesUV csx ds lkFk

iz;qDr gksxkA

2-6 dkadzhV VsfLVax e'khu %

izR;sd xzkeh.k rFkk ifj;kstuk [k.Mksa esa dkEizs'ku VsfLVax

e'khusa LFkkfir dh tkuk pkfg,A

2-7 fuekZ.k jlk;uksa dk mi;ksx %

tc ikuh rFkk lhesUV dk vuqikr de gksrk gS] rc dkadzhV dh 'kfDr

,oa LFkkf;Ro vPNk gksxkA ;g mfpr gksxk fd IykfLVlkbtlZ dk

mi;ksx dj] ikuh ,oa lhesUV ds vuqikr dks 0-4 rd de fd;k tk,A [;kfr

Page 66: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

66

izkIr dEifu;ksa }kjk fufeZr IykfLVlkbtlZ dk mi;ksx fd;k tkuk mfpr

gksxkA

mi;ksx fd;s tkus oyks IykfLVlkbtlZ dk vuqikr muds

fuekZrkvksa }kjk fd, tkus okys funsZ'kksa ds vuq:i j[kk tk,xkA

2-8 fuekZ.k tksM+ ¼dULV~D'ku tkWbUV½ %

fuekZ.k tksM+kas ds fy, vkbZ-,l- 456 esa fu/kkZfjr izfdz;k viukbZ

tk,xhA iwoZ esa dh xbZ dkadzhV dh lrg dks ikuh ds tsV }kjk lkQ

fd;k tk;sxk rFkk ml ij lhesUV dk ?kksy Mkyk tk,xkA dkadzhV ds

gh vuqikr dk]10 fe-eh- eksVkbZ esa lhesUV ekWVZj Mkyk tk,xk

rFkk blds mijkar mij dh fyQV dh dkadzhV Mkyh tk,xhA iwoZ esa

dh xbZ dkadzhV lrg ls] QkdZ odZ] 100 fe-eh- mij j[kk tk,xkA

3-0 U;wure eki rFkk vkdkj %

fofHkUu dk;ksZa ds fy, U;wure eki fuEukuqlkj gksaxs %&

xksy dkWye & 400 fe-eh-

Vadh dh nhokj & 200 fe-eh-

ckWVe LySc & 150 fe-eh-

VkWi LySc & 125 fe-eh-

fVIi.kh & ;fn mij Mkse j[kk x;k gS] rks dkadzhV dh eksVkbZ 100

fe-eh- rd lhfer dh tk ldrh gSA

vk;rkdkj vFkok oxkZdkj dkWye dh vuqefr ugha gksxh ,oa

xksykdkj 'kkiV dh Hkh vuqefr ugha gksxhA {kSfrt

¼gkWfjtsUVy½ czslsl ds dksus 40 x 40 fe-eh- vidksf.kr

¼'kse~Qj½ fd, tk,saxsA

QqfVax % dkWye ds eq[k ¼Qsl½ ls ukis tkus ij QqfVax dh xgjkbZ]

eq[k ls mlds iyk; ls 1@3 ls de ugha gksxhA

4-0 LVhy %

4-1 U;wure LVhy %

lacaf/kr dksM~l esa :ikadu ds fy, izko/kkfur LVhy ds izko/kkuksa

dh iwfrZ dh tk;sxhA rFkkfi fuEukuqlkj U;wure LVhy dk izko/kku

fd;k tk;sxkA

Page 67: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

67

d- dkWye esa ofVZdy LVhy & okLrfod vko';d dzkWl lsD'kuy

,fj;k dk 0-08 izfr'kr ,oe~ ;fn okLrfod

vko';drk ls vf/kd vkdkj j[kk

tkrk gS] rks 0-3 izfr'krA

[k- dkWye ds {ksfrt ¼gkWfjtUVy½ & 8 fe-eh- O;kl] 200 fe-

eh- lsUVj Vw

fyad lsUVj ls de ugha vFkok 10 fe-eh-

O;kl]

300 fe-eh- lsUVj Vw lsUVj ls vf/kd

ughaA

x- [kqyh gqbZ vkj-lh-lh- lrg & ;fn eksVkbZ 150 fe-eh- ;k

vf/kd gks rks]

¼,DliksTM vkj-lh-lh- ljQsl½ nksuksa Qsl ijA

2 fd-xzk- izfr oxZ ehVj ,d fn'kk esa

rFkk

bruh gh ek=k bldh yE; ¼ofVZdy½

fn'kk esaA mijksDr vko';drk dh

iwfrZ fuEu izko/kku j[kus ij gks

ldsxhA 8 fe-eh- ckj 200 fe-eh-lsUVj

Vw lsUVj vFkok 10 fe- eh- ckj 300

fe-eh- lsUVj Vw lsUVjA

;fn :ikadu ds vuqlkj LVhy dh ek=k

mijksDr ls de vkrh gS] rc Hkh

mi;qZDr U;wure LVhy j[kh

tk,xhA

?k- VSad esa LVhy & vkbZ-,l- 3370 ds izko/kku ds

vuqlkj] fdUrq mij x ds vuqlkj

U;wureA

4-2 fjbuQkslZesUV dh vf/kdre nwjh ¼Lisflax½%

Page 68: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

68

Lysc vFkok nhokjksa esa eq[; fjbuQkslZesUV dh vf/kdre nwjh 150 fe-eh- lsUVj Vw lsUVj ls vf/kd ugha gksxhA f}rh;d ¼lsdsaMjh½ 'kykdkvksa ¼;klZ½ dh nwjh] tSls forj.k L Vhy vFkok dkWye esa ofVZdy LVhy 300 fe-eh- ls vf/kd ugha gksxhA

4-3 LVhy dk izdkj % ;g mfpr gksxk fd la{kj.k ¼dksjhtu½ izfrjks/kh lh-vkj- LVhy dk

mi;ksx fd;k tk, vc bl izdkj dh LVhy miyC/k gSA 4-4 LVhy dk foLr`r fooj.k % dk;Z izkjaHk djus ds iwoZ izHkkjh dk;Zikyu ;af=;ksa }kjk M~kbax

dk v/;;u fd;k tkuk pkfg,A fMtkbuj ls ,d fjbuQklZesaV ¼'ksM~;wy½ izkir dh tkuk pkfg, ftlesa izR;sd Js.kh ds fy;s] izR;sd ;kj ds vkdkj] O;kl] yackbZ o la[;k dk foLr`r fooj.k gksA dk;Z dh izR;sd ofdZax M~kbax esa bls lekfo"V fd;k tkuk pkfg;sA

5-0 QkWeZ odZ % tc Hkh baVt Vafd;ka cukbZ tk,a vFkok tgka ¼buoykbUm LySv

fn, tk,a tks 1 ofVZdy ls 3 gksfjtsUVy >qdko ¼bufoyus'ku½ ls vf/kd LVhi gks] muesa vanj dh vksj ls QkeZ odZ vko';d :i ls fn;k tkuk pkfg,A bl izdkj ds QkWeZodZ ds fy, izfdz;k fuEukuqlkj gksxh%&

d- ckgjh QkeZ odZ yxk;saA [k- 300 ls 400 fe-eh- pkSM+kbZ esa vanj dk QkeZ odZ yxk;sa ,oe~

bl Hkkx dh dkadzhfVax djsaA blds mijkar vkxs ds Hkkx dks rS;kj djsa ,oe~ dkadzhV djsaA

x- VkWi ;k ckWVe Mkse ds fy, lcls fupyh xksy fLV~i] ftldh pkSM+kbZ] Mkse ds O;kl ds 1@4 ds cjkcj gksxh] mldk mijh QkWeZ odZ yxk;sa ,oa mi;qZDr fof/k ls dkadzhV djsaA blds mijkar chp ds vk/ks fgLls dh dkadzhV djsa] ftlds fy, mijh QkWeZ odZ dh vko';drk ugha gksxhA

6-0 lqj{kk fudklh dk;Z % Vadh ds {ks= esa 1-5 ehVj vf/kd {ks= esa] lHkh vksj Hkw&ry ij

LVksu is;esUV fn;k tkuk pkfg,A blesa dsUnz ls 1-60 dk Lyksi fn;k tkuk pkfg, ,oa ckgj dh vksj ,d ukyh cukbZ tkuk pkfg,] ftlls ikuh dh fudklh gks ldsA ;g mfpr gksxk fd Vadh ds ckgj QsfUlax dh tk,] ftlls Vadh {ks= dk fdlh Hkh :i esa nq:i;ksx ugha gks ldsA ;g mfpr gksxk fd Vadh dh iqrkbZ izfr o"kZ dh tk,A

¼,p-,u- oktis;h½

izeq[k vfHk;ark

yksd LokLF; ;kaf=dh foHkkx

Page 69: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

69

e/;izns'k] Hkksiky

ifjf'k"V

lhesUV IykfLVlkbtlZ ds fuekZrkvksa dh lwph

1- SIKA QUALCRETE 24&ch] ikdZ LV~hV] dydRrk & 700 016

2- Mc BAUCHEMIE PVT. LTD. Vh- o/kZeku psSEclZ] lsDVj&17]

;k'kh] u;h eqEcbZ& 400 703

3- ROFEE, 12&lh] fodkl dsUnz] ,l-ch- jksM] lkarkdqzt ¼if'pe½

eqEcbZ&400054

4- FOS ROCK INDIA LTD., gQhtk pSEclZ] f}rh; ry] 111@74] ds-

,p- jksM] cSaxyksj&560027

5- SHALIMAR TAR PRODUCTS dULV~D'ku ,fMfVo fMohth] 16]

,u-th-,u- oS| ekxZ] osd LV~hV] eqEcbZ &400 023

Page 70: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

70

ANNEXURE – ‘A’

(Referred to in Clause 3.2 of NIT)

TECHNICAL QUALIFICATION OF TENDERER FOR PRE QUALIFI CATION

1.1 Constitution or legal status of Tenderer :-…………………………………………. (Attach copy)

Place of Registration : :-………………………………………….

Principal Place of Business : :-

…………………………………………. Power of Attorney of Signatory of Tender :-

…………………………………………. (Attach) Class of contractor :-

…………………………………………. (Attach Photo Copy of Registration)

1.2 Total value of civil engineering construction works executed and payment received in the last three years

Attach certificate of Chartered Accountant for Turn Over of more than Rs. 40.00 lakh.

Year

Total value of works executed

(turn over) (Rs. In lakh)

Payment received

(Rs. In lakh)

20.…. 20….. 20.…. 20….. 20.…. 20…..

Page 71: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

71

1.3 Works performed of a similar nature in the last three years. Description

of Work Work Order

Number and date

Name and Address

of Employer

Value of contract (Rs. In lakh)

Date of issue of

work order

Stipulated period of

completion

Actual date of

completion

Remarks explaining reasons for delay

1 2 3 4 5 6 7 8

Attach certificate(s) from the Engineer(s)-in-Char ge 1.4 Information on tender capacity of tenderer (works for which tenders have been

submitted and works which are yet to be completed) as on the date of this tender:- (A) Existing commitments and on-going works:-

Description of work

Work Order

Number and date

Name and Address of Employer

Value of Contact

(Rs. in lakh)

Stipulated period of

completion

Value of work remaining to be completed (Rs. in lakh)

Anticipated date of

completion

1 2 3 4 5 6 7

Attach certificate(s) from the Engineer(s)-in-Charg e. (B)

In case of work of more than Rs. 2.00 (two) crore minimum required quantities physically executed of major items of work in any of the last 3 years shall not be less than 50% of the respective quantities of major items of work shown in the schedule of items of this work.

Name of work

Major Item of work

Quantity physically executed in Cum / Sqm.

Name of Department

Year Year Year 1 2 3 4 5 6

Attach certificate(s) from the Engineer(s) –in –cha rge.

1.5 Construction equipments essential for carrying out the works are given in Annexure ‘E’ & ‘K’. The tenderer should list all the information required below.

Name of

equipment Requirement Available / To be procured Remarks

(From whom to be purchased)

No. Capacity Owned / leased / to

be procured

No. Capacity Age / condition

1 2 3 4 5 6 7 8

1.6 Qualification and experience of key personnel proposed for deployment as per

Page 72: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

72

Annexure ‘J’ and ‘N’ for execution of the Contract. Attach biographical data.

Position Name Qualification Years of experience

Years of experience in the proposed

position 1 2 3 4 5

1.7 Financial reports for the last three years: balance sheets, profit and loss

statements, auditors’ report (in case of company / corporation), etc. List them below and attach copies. (applicable for the work costing more than Rs. 2.00 crore).

1.8 Information on litigation history in which the tenderer is involved.

Description of Work

Name and Address of Employer

Cause of dispute

Amount involved

Remarks showing present

status 1 2 3 4 5

1.9 Information regarding action taken against the tenderer under Clause – 3 of contract in the last three years.

Description of

Work Name and Address of Employer

Contract Number

Amount of Contract

Value of work left

incomplete

Remarks if any

1 2 3 4 5 6

1.10 Work Programme and Methodology of Construction:- The tenderer should attach descriptions, drawings and charts as considered necessary for execution of the work. He should also furnish programme of construction for execution of work within stipulated time schedule together with methodology of construction for each item of work.

1.11 Attach photo copy of documents as required in Claus e 4.5 of Detailed

Notice Inviting Tenders . 1.12 General: - The tenderer shall be disqualified if it is found that he has made

misleading or false representation in the form, statements and attachments submitted with the tender documents. Every page of the submitted documents should be self attested by the tenderer. An affidavit (Notarized) on Non–Judicial stamp of Rs.100/- (or as applicable) should also be submitted along with the documents in which it must be clearly stated that the enclosed papers and information are true in all respect.

Page 73: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

73

ANNEXURE – ‘B’

(Referred to in Clause 5.1 of NIT) Brief Specifications for the Construction ………………………………

…………………………………………………………………….…….(Name of work)

Page 74: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

74

ANNEXURE – ‘C’

(Referred to in Clause 5.1 of NIT)

Schedule of Items to be Executed for the Construction…………………………

………………………………………………………………………….(Name of work)

S.No. Chapter Number of

SOR

S.No. of SOR

Particulars of item of work as per SOR

Unit Quantity Rate

1 2 3 4 5 6 7

Page 75: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

75

ANNEXURE- ‘D’

(Referred to in Clause 5.4.1 (b) & 5.5.2 of NIT)

List of Approved Water Supply and Sanitary Fittings / Electrical Accessories

Page 76: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

76

ANNEXURE – ‘E’ (Referred to in Clause 3.4 & 5.4.1 (c) of NIT)

Requirement of Construction Equipments for Building Works

S.No. Name of Equipment

Quantity

(i) Concrete mixer machine with hopper of one cement bag mix capacity with one standby.

(ii) Pin vibrator preferably electrically operated.

(iii) Platform vibrator.

(iv) Small vibrator earth master for floor filling compaction etc. if necessary.

(v) Pumps with leads etc. for water and curing .

(vi) Other necessary equipments with reference to nature of work.

Note :- The tenderer shall produce the documentary evidence in support of his owning or having confirmed access of the required equipments in good condition for the work.

Page 77: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

77

ANNEXURE – ‘F’ (Referred to in Clause 5.4.1 (c) of NIT)

Requirement of Instruments on Work Site

S.No. Name of Instrument

Quantity

1. Steel tape -3m

2. Vernier calipers

3. Micrometer screw 25mm gauge

4. A good quality plumb bob

5. Spirit level minimum 30 cm long with 3 bubbles for horizontal / vertical

6. Wire gauge (circular type) disc

7. Long nylon thread

8. Rebound hammer for testing concrete

9. Dynamic penetrometer

10. Magnifying glass

11. Screw driver 30cm long

12. Ball pin hammer 100 gms

13. Plastic bags for taking samples

14. Moisture meter for timber

15. Earth resistance tests for electrical works

16. Megger for electrical works

Page 78: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

78

ANNEXURE – ‘G’ (Referred to in Clause 5.4.2 (a) of NIT)

Testing of Material and Methodology

1. The material of the construction shall be got tested by the contractor as specified in relevant IS Codes/MoRT&H Specifications. Mandatory tests and frequency thereof is prescribed in Annexure ‘H’ & ‘M’. These tests shall have to be carried out by contractor invariably at his cost under guidance of the Engineer-in-Charge.

2. The equipments in good working condition required for the work shall have to be possessed or arranged by the contractor. No extra payment shall be admissible for use of equipment.

3. Steel centering and shuttering material for building and bridge works shall have to be used. The quality of centering and shuttering shall be approved by the Engineer-in- Charge. The Contractor shall have to ensure arrangement of minimum number of sets required for staging and shuttering as required for works and as directed by the Engineer-in-charge.

4. Watering and Curing.

Pumps in good working condition with leads for curing purposes of the work shall have to be as per directions of the Engineer-in-charge to ensure continuous curing required for the work.

5. Rates include the element of testing of samples of various material brought by the Contractor for use on the work. Frequency of such tests to be carried out shall not be less than the prescribed frequency. Contractor shall also have to establish a field testing laboratory at the site to be approved by the Engineer-in-Charge. The list of the equipments required for field testing laboratory is given in Annexure ‘I’ & ‘L’. The tests shall have to be conducted by the Contractor under the supervision of the Engineer-in-Charge or his authorized representative. A record of such tests shall be submitted to the Executive Engineer MPSAMB along with running account bills. The original register shall also be submitted along with the final bill. Failure to conduct any of the test or not upto the prescribed frequencies would invite following consequences:-

The Executive Engineer MPSAMB may accept the work despite the aforesaid shortcomings, subject to reduction of rate if the test results are not upto the prescribed norms and recovery of Rs.300/- for each test not conducted.

The work shall not be accepted if the reduction in the rate is more than ten percent and the work is not found safe.

6. Steel Reinforcement:

(a) Mild steel and medium tensile steel bars shall conform to IS: 432(Part-l);

(b) Hot rolled deformed bars shall conform to 1S:1139;

(c) Cold twisted bars shall conform to IS:1786;

(d) Hard drawn steel wire fabric shall conform to IS: 1566;

(e) Rolled steel made from structural steel shall conform to IS:226.

All reinforcement shall be free from loose mill scales, loose rust and coats of paints, oil, mud or other coatings which may destroy or reduce bond.

Page 79: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

79

Only such steel as is obtained from main producers e.g. SAIL, lISCO, TISCO or such rolling mills as are having license from the BIS to manufacture steel for reinforcement shall be allowed to be used in the work.

The Contractor shall have to produce Test Certificate in the proforma prescribed/approved by BIS from the manufacturer for every batch of steel brought to the site of work Before commencement of use of steel, from any batch, brought to site of work by the Contractor, the Engineer-in-charge shall arrange to get samples tested for nominal mass, tensile strength, bend test and rebound test from any laboratory of his choice at the cost of contractor. The selection of test specimens and frequency shall be as per relevant IS Codes of steel to be used.

7. Where contract provides for cement to be arranged by the contractor himself only IS marked cement of relevant IS standard specifications shall be allowed to be used in the work subject to the following tests. The arrangement of necessary equipments for testing shall have to be made by the contractor himself at a site to be decided by the Engineer-in-charge. All the expenses shall be borne by the contractor. Any lot of cement brought to site by the contractor would be permitted to be used in the work under the supervision of the Engineer-in-charge or his authorized representative only after testing as prescribed hereinafter. The record of the tests shall be maintained in the register referred to in subsequent para.

Type of test required Frequency required

a) Test for initial and final setting time as per IS: 3536-1966

1 test for 10 Tonne or part thereof

b) Test for determination of compressive strength of cement as per IS: 3536-1966

1 test for 50 Tonne or part thereof

A duplicate register as per format hereunder shall be maintained at the site of work. Certified copy of the entries for each month shall be submitted to the Engineer-in-charge by the contractor. The original register shall also be submitted to the Engineer-in-charge on completion of the work by the contractor.

Page 80: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

80

S.No Date of Receipt

No. of

Bags

Name and address of firm from

which purchased

Signature of Contractor or his authorized representative

Signature of Engineer-in-Charge or his

authorized representative

Result of test for

initial and final

setting time

Result of test for

compressive strength of

cement

Remarks

1 2 3 4 5 6 7 8 9

Nominal mix would be adopted for cement concrete M-7.5, M-10 & M-15. Design mix shall have to be adopted for concrete of higher strength.

Register showing the daily consumption of cement shall also be maintained at the site of work by the Sub Engineer to ascertain the consumption as per prescribed norms.

8. Site Order Book :- A “Site Order Book” in the following format shall be maintained at site in the custody of Sub Engineer of Mandi Board. The Engineer-in-charge or his authorized representative or any authorized inspecting officer may record his instructions in this book, which shall be noted by the contractor or his authorized representative for compliance.

Date of Inspection

Inspection Note Compliance report Dated initials of Official-in-Charge of

work 1 2 3 4

Note : At the end of inspection note the Inspecting Officer shall put his signature and designation.

9. Register of Hindrances :- Wherever any hindrance comes to the notice of Engineer-in-Charge, he should, at once, make a note of such hindrance in the “Register of Hindrances” kept at site in the following format. He should also make a report to the Executive Engineer of the occurrence of hindrance immediately. Signatures of contractor should be obtained in prescribed column of the register

Page 81: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

81

at the time of occurrence of hindrance and its removal. This register shall be consulted at the time of consideration of time extension case.

S.No. Description

of hindrance

Reasons of

hindrance

Whether hindrance attributable

to contractor or Mandi

Board

Date of Dated Signature

Occurrence Removal Engineer-in-Charge

Contractor

1 2 3 4 5 6 7 8

Page 82: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

82

ANNEXURE – ‘H’

(Referred to in Clause 5.4.2 (a) of NIT) List of Mandatory Tests and Minimum Frequency there of for Building

Works

Material Test Relevant IS Code

Field /

Laboratory Test

Minimum quantity

of material/

work

Minimum Frequency

Sand Silt content IS: 2386 Part-I

Field 20 cum For every 20 cum or part thereof or more frequently as decided by the Engineer-in-charge

Stone Aggregate

a) Percentage of soft or deleterious material

b) Particle size distribution

c) 10% fine value d) Aggregate

impact value of Los Angles abrasion value

IS: 2386 Part-II IS: 2386 Part-I IS: 2386 Part-IV IS: 2386 Part IV

Generally visual inspection Laboratory test where required by the Engineer-in-charge or so specified Laboratory Laboratory

---------- 45cum 45cum 45 cum

a) As required by the Engineer-in-charge b) For every 45cum or part thereof or more frequently as decided by the Engineer-in-charge c) &(d) Initial test and subsequent test as and when required by the Engineer-in-charge

Cement concrete / reinforced Cement concrete not less than M15

Slump test IS : 1199 Field 15cum For every 15cum or part thereof or more frequently as decided by the Engineer-in-charge

Reinforced cement concrete

Cube strength IS: 456 Field 15 cum in slab

5 cum in columns

For every 15cum or part thereof or more frequently as decided by the Engineer-in-charge

Steel arranged by the contractor

a) Tensile strength

b) Bend test

IS: 1608

IS: 1599

Laboratory

Laboratory

20 tonne

20 tonne

For every 20 tonne or part thereof

Cement arranged by the contractor

a) Test for initial and final setting times

IS: 4031-1988

Field

10 tonne

For every 10 tonne or part thereof

Page 83: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

83

Material Test Relevant IS Code

Field /

Laboratory Test

Minimum quantity

of material/

work

Minimum Frequency

b) Test for determination of compressive strength of cement

IS : 4031- 1988

Field 50 tonne For every 50 tonne or part thereof

Bricks a) Dimension b) Water absorption & efflorescence

c) Compressive strength

IS: 1077 IS: 3495 IS: 3495

Laboratory Laboratory Laboratory

100 out of 50000 100 out of 50000 100 out of 50,000

For every lot of 50,000 bricks or part thereof

Brick Tiles a) Compressive strength

b) Water absorption

IS: 3495 IS: 3495

Laboratory Laboratory

50000 50000

For every 50000 or part thereof One test for source manufacture

Marble Moisture absorption

and hardness test

IS: 1130 Laboratory Cost of marble work Rs. 50000/-

For every Rs. 50000/- or part thereof if required by the Engineer-in-charge

Timber Moisture contents IS: 11215 by moisture meter field/ laboratory test. In case of dispute as required by the Engineer-in-charge

1cum For every one cum or part thereof

Flush door a) Emerson test

b) Knife test

c) Adhesion

IS: 2191 & 22021

Laboratory 20 shutters Testing of shutters at the discretion of the Engineer-in-charge. However, a certificate from the manufacture shall be taken for the quality of the product required. Necessary testing may be done as per IS code

Aluminum door or windows fittings

Thickness of Anodic coating,

IS: 1948

Laboratory

If the cost of fittings exceed Rs. 5000/-

For every Rs. 5000 or part thereof or as required by the Engineer-in-charge

Mortis lock testing of spring ------ Laboratory 50 nos For every 100 or part thereof

Page 84: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

84

Material Test Relevant IS Code

Field /

Laboratory Test

Minimum quantity

of material/

work

Minimum Frequency

Terrazzo tiles a) Transverse strength

b) Water absorption

c) Abrasion test

IS: 1237 Laboratory 2000 tiles For every 2000 tiles or part thereof

White glazed a) Water absorption

b) Crazing test

c) Impact strength test

IS: 1237 Laboratory 3000 tiles For every 3000 tiles or part thereof

Page 85: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

85

ANNEXURE – ‘I’ (Referred to in Clause 5.4.2 (b) of NIT)

Requirement of Equipments for Testing Laboratory at the Site for Building Works

S.No. Name of Equipment Quantity

1. Balance

i) 7 Kg. to. 10 kg capacity, Semi self indicating type- Accuracy to 10 gm.

ii) 500 gm. capacity, semi self indicating type- Accuracy 1 gm.

iii) Pan balance-5 kg, capacity-Accuracy 10gm.

2. Ovens Electrically operated, thermostatically controlled upto 110 Degree Centigrade Sensitivity 1 degree Celsius.

3. Sieves: as per IS:460-1962

i) IS Sieves - 450mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50mm, 40mm, 25mm, 20 mm, 12.5 mm, 10mm, 6.3 mm, 1.75mm complete with lid and pan.

ii) IS Sieve - 200 mm internal dia (brass frame) consisting of 2.36 mm, 1 mm, 500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.

4. Sieve shaker capable for shaking of 200 mm and 300 mm dia sieve manually operated with timing switch assembly.

5. Equipment for slump test - slump cone, steel plate tamping rod, steel scale, scoop.

6. Dial gauge 25 mm travel- 0.01 mm /division least count - 2 nos.

7. 100 tonnes compression testing machine electrical -cum-manually operated.

8. Graduated measuring cylinders 200 ml capacity - 3 nos.

9. Enamel trays (for efflorescence test of bricks)

i) 300mmx25Omm x 40mm -2 nos.

ii) Circular places of 250 mm dia - 4 nos

Page 86: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

86

ANNEXURE – ‘J’

(Referred to in Clause 3.4, 5.4.2 (d) & 7.15 (a) of NIT)

REQUIREMENT OF TECHNICAL PERSONNEL WITH QUALIFICAT ION AND EXPERIENCE

FOR BUILDING WORKS

A. Supervision of Work

Position Minimum qualification

Number Minimum Experience (in years) in similar

position For work costing less than Rs. 25

lakh

For work costing more than Rs. 25

lakh Graduate Engineer

B.E. Civil ---- 1 3

Field Engineer Diploma in Civil Engineering

1 ---- 2

B. Testing Laboratory at the Site of Work :

Position Minimum qualification

Number Minimum Experience (in years) in similar

position For work costing more than Rs. 25

lakh

For work costing more

than Rs. 2 crore

Lab Technician Diploma in Civil Engineering

1 2 5

Lab Assistant ITI Certificate 1 2 2

Page 87: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

87

ANNEXURE – ‘K’ (Referred to in Clause 3.4 & 5.6.2 (a) of NIT)

Requirement of Construction Equipments for Road Wor ks S.No. Name of Equipment Quantity 1. Flexible Pavement

(i) Drum type hot mix plant with appropriate capacity. (ii) Paver Finisher (3.5 to 5m wide). (iii) Diesel Road Roller. (iv) Smooth Wheeled Tandem Roller. (v) Vibratory Roller. (vi) Truck (vii) Tractor (viii) Truck/Tractor driven Water Tanker with sprinkler. (ix) Tipper 10 tons and above capacity. (x) Bitumen pressure distributor. (xi) Other necessary equipments with reference to nature of work.

2. Plain Cement Concrete (Rigi d) Pavement (i) Vibratory Roller. (ii) Batching and mixing plant with automatic control. (iii) Fixed form or slip form paver with electronic sensor. (iv) Two tilting type drum mixers of at least 0.2 cu.m capacity (v) Vibrating screeds of appropriate length. (vi) A couple of needle vibrators with one stand by. (vii) Wooden tamper 100 mm x 100 mm size with mild steel shoe. (viii) Concrete saw cutler. (ix) Hand held sprayer. (x) Texturing brooms/steel or fibre brush. (xi) Straight edges of 3 m length and a master straight edge. (xii) Graduated wedge. (xiii) Appropriate tools for sealing joints as per IRC:57. (xiv) Fixed side forms measuring at least 100-150 m length. (xv) Stop-end and start-end made of steel or wooden section. (xvi) Appropriate number of wheel barrows and iron pans. (xvii) Adequate number of spades, shovels and racks. (xviii) Drilling equipment. (xix) Pump. (xx) Epoxy gun (xxi) Two sets of bulk head made of iron sheet in two halves with half

diameter circular holes in each half. (xxii) Other necessary equipments with reference to nature of work.

3. Water Bound Macadam (i) Truck/Tractor driven Water Tanker with sprinkler.. (ii) Tandem / Vibratory Roller. (iii) Camber Plate (3.5 to 5 m wide). (iv) Other necessary equipments with reference to nature of work.

4. Wet Mix Macadam (i) Pug Mill / Pan type Mixer of Batching Plant. (ii) Vibratory Roller. (iii) Paver Finisher (3.5 to 5m wide) / Motor Grader (iv) Other necessary equipments with reference to nature of work.

Note :- (i) The tenderer shall produce the documentary evidence in support of his owning or having confirmed access of the required equipments in good condition for the work. (ii) Actual requirement is subject to review with reference to size of package for completing the same in given time.

Page 88: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

88

ANNEXURE – ‘L’ (Referred to in Clause 5.6.2 (a) of NIT)

Requirement of Equipments for Field Testing Laborat ory for Road Works

S.No. Name of Equipment Quantity

1. Balance -

(i) 7 kg to 10 kg capacity, semi self indicating type- Accuracy 10 gm.

(ii) 500 gm, capacity, semi self indicating type, Accuracy 1 gm.

(iii) Chemical balance, 100gm capacity- Accuracy 0.1 gm.

(iv) Pan balance -5kg, capacity, Accuracy 10gm.

(v) Platform scale 300 kg capacity.

2. Ovens - electrically operated, thermostatically controlled.

Upto 200 Degree Centigrade for determination of loss on heating of bitumen.

3. Sieves as per IS:460-1962.

i) IS Sieves -450mm of internal dia of sizes 100 mm, 80mm. 63mm 50mm. 40mm, 25mm, 20 mm, 12.5 mm, 10mm. 6.3 mm, 1.75 mm, complete with lid and pan.

ii) IS: Sieves- 200 mm internal dia (brass frame) consisting of 2.36 mm, 1mm, 500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.

4. Sieve shaker capable for shaking of 200mm and 300mm dia sieve, electrically operated with timer

5. Dial Gauge 25mm travel - 0.01 mm/division least count.

6. Load frame - 5 tonnes capacity electrically operated with speed control.

7. Aggregate impact test apparatus as per IS: 2386 - Part IV -1963

8. Compaction apparatus(Proctor) as per IS: 2720 -Part -VII- 1974

9. Modified ASHO compaction apparatus as per IS: 2720 -Part-lll-1974

10. Sand Pouring cylinder with control funnel and tube complete as per IS: 2720 - Part- X X V Ill - 1974

11. Sampling tins with rods 100 mm dia x 50 mm height 1/2 kg capacity and miscellaneous items like moisture tins etc.

12. Constant temperature both for accommodating bitumen test, specimen electrically operated and thermostatically controlled

13. Penetrometer with automatic time controller and with adjustable weight accessories and needles as per IS:1958

14. Oxhlet extraction apparatus complete with extraction thimbles etc.

Page 89: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

89

15. Laboratory meter about 0.02 cum capacity electrically operated with heating jacket.

16. Hubbard Field stability test apparatus complete.

17. Marshall compaction APPARATUS AS PER ASTM 1559-62T and complete with electrically operated leading unit compaction pedestal bearing head assembly dial micrometer and bracket for flow measurement, load transformer bar, specimen mould (4 inch dia) with base plate, columns, mould (4 inch dia) with base plate collars, specimen extractor, compaction hammer 4.53 kg x 457mm tall

18. Distant reading thermometers.

19. Graduated cylinder 100 ml. capacity

20. Enamel Tray.

21. Moisture Meter

Page 90: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

90

ANNEXURE – ‘M’

(Referred to in Clause 5.6.2 (a) of NIT)

List of Mandatory Tests and Minimum Frequency there of for Road Works

S. No.

Type of Construction Test Minimum Frequency

1. Borrow Material (i) Sand Content [IS: 2720 (Part-4)]

(ii) Plasticity Test [IS: 2720 (Part-5)]

(iii) Density Test [IS:2720 (Part 8)]

(iv) Deleterious Content Test [IS: 2720 (Part-27)]

(v) Moisture Content Test [IS: 2720 (Part-2)]

(vi) CBR Test on material to be incorporated in the subgrade on soaked / unsoaked samples [IS:2720 (Part-16)]

2 tests per 3000 cubic metres of soil. 2 tests per 3000 cub. metres of each type of soil. 2 tests per 3000 cubic metres of each type of soil. As and when required by the Engineer-in-Charge. One test per 250 cubic metres of soil. One test per 3000 cu. m. atleast or closer as and when required by the Engineer-in-Charge.

2. Earthwork and Sub-Grade

(i) Placement moisture content (IS:2720 Part 2)

(ii) Degree of compaction

(IS:2720 Part 28) (iii) CBR of subgrade on

remoulded samples (IS:2720 Part 16)

1 test in 250 cu.m for each layer, subject to a maximum of 4 tests per day. One set of the tests per 2000m area comprising 5 to 6 measurements. As required

3.

Granular for Sub-Bases and Bases

(i) Gradation (ii) Atterberg limits (iii) Moisture content prior to

compaction (iv) Density of compacted

layer (v) Deleterious constituents (vi) C.B.R.

One Test per 200 m3

One Test per 200 m3

One Test per 250 m2 One Test per 500 m3 As required As required

4. Water Bound Macadam

(i) Aggregate Impact Value

(ii) Grading (iii) Flakiness Index and

Elongation Index (iv) Atterberg limits of binding

material (v) Atterberg limits of portion

of aggregate passing 425 micron sieve.

One test per 200 m3 aggregate. One test per 100 m3

One test per 200 m3

aggregate. One test per 25 m3 of binding material. One test per 100 cubic metre of aggregate.

5. Wet Mix Macadam (i) Aggregate Impact Value

(ii) Grading

(iii) Flakiness and Elongation Index

(iv) Atterberg limits of portion of aggregate passing 425 micron sieve

(v) Density of compacted layer.

One test per 200 m3 of aggregate. One test per 100 m3 of aggregate. One test per 200 m3 of aggregate. One test per 100 m3 of aggregate. One test per 500 m2

6. Bituminous works (i) Quality of binder Number of samples per lot

Page 91: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

91

Prime Coat/Tack Coat

(ii) Binder temperature for application

(iii) Rate of spread of Binder

and tests as per IS:73, IS:217 and IS:8887 as applicable. At regular close intervals. One test per 500 m2 and not less than two tests per day.

7. Seal Coat / Surface Dressing

(i) Quality of Binder

(ii) Aggregate Impact Value/ Los Angeles Abrasion Value

(iii) Flakiness Index and Elongation Index

(iv) Stripping value of aggregates (Immersion Tray Test)

(v) Water absorption of aggregates

(vi) Water sensitivity of mix

(vii) Grading of aggregates

(viii) Soundness (Magnesium and Sodium Sulphate)

(ix) Polished stone value (x) Temperature of binder at

application (xi) Rate of spread of

materials

(xii) Percentage of fractured faces

Same as mentioned under serial No. 6 One test per 50 m3 of aggregate

---- do ----- Initially one set of 3 representative specimens for each source of supply. Subsequently when warranted by changes in the quality of aggregates

---- do -----

Initially one set of 3 representative specimens for each source of supply. Subsequently when warranted by changes in the quality of aggregates (if required) One test per 25 m3 of aggregate. Initially, one determination by each method for each source of supply, then as warranted by change in the quality of the aggregates. As required At regular close intervals One test per 500 m2 of work, and not less than two tests per day When gravel is used, one test per 50 m3 of aggregate

8. Open-graded Premix Surfacing/Close – graded Premix Surfacing

(i) Quality of binder (ii) Aggregate Impact

Value/Los Angeles Abrasion Value

(iii) Flakiness Index and Elongation Index

(iv) Stripping Value (v) Water absorption of

aggregates (vi) Water sensitivity of mix (vii) Grading of aggregates

(viii) Soundness (Magnesium and Sodium Sulphate)

Same as mentioned under Serial No. 6 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7

Page 92: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

92

(ix) Polished stone value (x) Temperature of binder at

application (xi) Binder content (xii) Rate of spread of mixed

material (xiii) Percentage of fractured

faces

As required At regular close intervals One test per 500 m3 and not less than two tests per day. Regular control through checks of layer thickness. Same as mentioned under Serial No. 7

9. Bituminous Macadam (i) Quality of binder (ii) Aggregate Impact

Value/Los Angeles Abrasion Value

(iii) Flakiness Index and Elongation Index

(iv) Stripping Value (v) Water sensitivity of mix (vi) Grading of aggregates (vii) Water absorption of

aggregates (viii) Soundness (Magnesium

and Sodium Sulphate) (ix) Percentage of fractured

faces (x) Binder content and

aggregate grading (xi) Control of temperature of

binder and aggregate for mixing and of the mix at the time of laying and rolling

(xii) Rate of spread of mixed material

(xiii) Density of compacted layer

Same as mentioned under Serial No. 6 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Two tests per day per plant both on the individual constituents and mixed aggregates from the dryer Same as mentioned under in Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Periodic, subject to minimum of two tests per day per plant At regular close intervals Regular control through checks of layer thickness. One test per 250 m2 of area

10. Bituminous Penetration Macadam/Built-up Spray-Grout

(i) Quality of binder (ii) Aggregate Impact

Value/Los Angeles Abrasion Value

(iii) Flakiness Index and Elongation Index

(iv) Stripping value (v) Water absorption of

aggregates (vi) Water sensitivity of mix (vii) Aggregate grading (viii) Soundness (Magnesium

and Sodium Sulphate) (ix) Percentage of fractured

faces (x) Temperature of binder at

Same as mentioned under Serial No. 6 One test per 200 m3 of aggregate

------ do ------

Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 One test per 100 m3 of aggregate Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 At regular close intervals

Page 93: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

93

application (xi) Rate of spread of binder

Same as mentioned under Serial No. 6

11. Dense Bituminous Macadam/Semi Dense Bituminous Concrete/Bituminous Concrete

(i) Quality of binder (ii) Aggregate Impact

Value/Los Angeles Abrasion Value

(iii) Flakiness Index and Elongation Index

(iv) Stripping Value (v) Soundness (Magnesium

and Sodium Sulphate) (vi) Water absorption of

aggregates (vii) Sand equivalent test (viii) Plasticity Index (ix) Polished stone value (x) Percentage of fractured

faces (xi) Mix grading (xii) Stability of Mix (xiii) Water sensitivity of mix (xiv) Swell test on the mix (xv) Control of temperature

of binder in boiler, aggregate in the dryer and mix at the time of laying and rolling

(xvi) Control of binder content and grading of the mix

(xvii) Rate of spread of mixed

material (xviii) Density of compacted

layer

Same as mentioned under Serial No. 6 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 As required As required As required, for Semi Dense Bituminous Concrete / Bituminous Concrete Same as mentioned under Serial No. 7 One set of tests on individual constituents and mixed aggregate from the dryer for each 400 tonnes of mix subject to a minimum of two tests per plant per day. For each 400 tonnes of mix produced, a set of 3 Marshall specimens to be prepared and tested for stability, flow value, density and void content subject to a minimum of two sets being tested per plant per day Same as mentioned under Serial No. 7 As required for the Bituminous Concrete At regular close intervals. One test for each 400 tonnes of mix subject to a minimum of two tests per day per plant Regular control through checks on the weight of mixed material and layer thickness. One test per 250 m2 area

12. Paving Quality Concrete Levels Alignment and Texture

(i) Level tolerance (ii) Width of pavement and

position of paving edges. (iii) Pavement thickness (iv) Alignment of joints, widths,

depths of dowel grooves. (v) Surface regularity both

transversely and

Clause 902.3 Clause 902.2 Clause 902.3 and 903.5.2.3 To be checked @one Joint per 400 m length or a day’s work whichever is more. Once a day or one day’s

Page 94: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

94

longitudinally. (vi) Alignment of dowel bars

and their accuracy / tie bars.

(vii) Texture depth

work, without disturbing the curing operation. To be checked in trial length as per Clause 602.10.5.2 and once on every 2 km. Clause 602.9.8

13. Cement Physical and chemical tests, IS:269, IS : 455, IS : 1489, IS:8112, IS : 12269

One for each source of supply and occasionally when called for in case of long/improper storage. Besides, the contractor also will submit daily test data on cement released by the Manufacturer.

14. Coarse and Fine Aggregates

(i) Gradation IS : 2386 (Pt.1) (ii) Deleterious constituents IS

: 2386 (Pt. 2) (iii) Water absorption IS

: 2386 (Pt.3)

One test for every day’s work of each fraction of coarse aggregate and fine aggregate, initially may be relaxed later at the discretion of the Engineer-in Charge

-------do-------

Regularly as required subject to a minimum of one test a day for coarse aggregate & two tests a day for fine aggregate. This data shall be used for correcting the water demand of the mix on daily basis

15. Coarse Aggregate (i) Los Angeles Abrasion value or Aggregate Impact test IS: 2386 (Pt.4)

(ii) Soundness IS: 2386 (Pt.5) (iii) Alkali aggregate reactivity

IS : 2386 (Pt.7)

Once for each source of supply and subsequently on monthly basis. Before approving the aggregates and every month subsequently

-------do----

16. Water Chemical Tests IS:456 Once for approval of source of supply, subsequently only in case of doubt.

17. Concrete (i) Strength of concrete IS:516

(ii) Core strength on hardened

concrete IS : 516 (iii) Workability of fresh

concrete-Slump Test IS:1199

(iv) Thickness determination

2 cubes and 2 beams per 150 m3 or part thereof (one for 7 day and other for 28 day strength) or minimum 6 cubes and 6 beams per day’s work whichever is more. As per the requirement of the Engineer-in-Charge only in case of doubt. Once test per each dumper load at both Batching plant site and paving site initially when work starts. Subsequently sampling may be done from alternate dumper. Form the level data of concrete pavement surface and sub-base at grid points of 5/6.25 mx3.5m.

Page 95: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

95

(v) Thickness measurement for trial length

(vi) Verification of level of string line in the case of slip form paving and steel forms in the case of fixed form paving

3 cores per trial length String line or steel forms shall be checked for level at an interval of 5.0m or 6.25m. The level tolerance allowed shall be ± 2mm. These shall be got approved 1-2 hours before the commencement of the concreting activity.

Page 96: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

96

ANNEXURE – ‘N’ (Referred to in Clause 3.4, 5.6.2 (b) & 7.15 (a) of NIT)

Requirement of Technical Personnel with Qualificati on and Experience for Road Works

A. Supervision of Work

Position Minimum qualification

Number Minimum Experience (in years) in

similar position For work

costing less than Rs. 2

crore

For work costing

upto Rs. 5 crore

For work costing

more than Rs. 5 crore

Graduate Engineer B.E. Civil ---- 1 1 5

Graduate Engineer B.E. Civil 1 ---- 1 3

Field Engineer Diploma in Civil Engineering

1 1 1 2

B. Field Testing Laboratory

Position Minimum qualification

Number Minimum Experience (in years) in similar

position For work costing more than Rs. 25

lakh

For work costing more

than Rs. 2 crore

Lab Technician Diploma in Civil Engineering

1 2 5

Lab Assistant ITI Certificate 1 2 2

Page 97: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

97

ANNEXURE – ‘O’ (Referred to in Clause 7.4 of NIT)

Model Rules Relating to Layout, Water Supply and Sanitation in Labour Camps

These model rules are intended primarily for labour camps which are not of a permanent nature. They lay down the minimum desirable standards which should be adhered to in permanent or semi-permanent labour camps and should not obviously be lower than those for temporary camps.

1. Location: The camp should be located in elevated and well drained ground in the locality.

2. Labour huts to be constructed for one family of 5 persons each. The layout to be shown in the prescribed sketch.

3. Hutting ; The huts to be built of local materials. Each hut should provide at least 20 square meters of living space.

4. Sanitary facilities: Latrine and urinals shall be provided at least 15 meters away from the nearest quarters separately for men and women and specially so marked on the following scale.

5. Latrine: Pit provided at the rate of 10 users or two families per seat. Separate urinals as required for the privacy can also be used for this purpose.

6. Drinking Water: Adequate arrangements shall be made for the supply of drinking water. If practicable filtered and chlorinated supplies shall be arranged. When supply is from intermittent sources overhead storage tank shall be provided with a capacity of five liters a person per day. Where the supply is to be made from a well it shall conform to the sanitary standards laid down in the report of the Rural Sanitation Committee. The well should be at least 30 meters away from any latrine or other source of pollution. If possible hand pump should be installed for drawing the water from well. The well should be effectively disinfected once in every month and the quality of the water should be got tested at the Public Health Institution between each work of disinfecting.

7. Bathing and Washing: Separate bathing and washing place shall be provided for men and women for every 25 persons in the camp. There shall be a gap and space of 2 square meters for washing and bathing. Proper drainage for the waste water should be provided.

8. Waste Disposal : Dustbin shall be provided at suitable places in the camp and the residents shall be directed to throw all rubbish into these dustbins. The dustbins shall be provided with cover. The contents shall be removed every day and disposed off by drenching.

Page 98: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

98

9. Medical Facilities:

(A) Every camp where 1000 or more persons reside shall be provided with whole time doctor and dispensary. If there are women in the camp, a whole time nurse shall be employed.

(B) Every camp, where more than 250 persons reside, shall be provided with a dispensary and a part time nurse / midwife.

(C) It there are less than 250 persons in any camp a first aid kit shall be maintained in-charge of whole time person trained in first aid.

All the medical facilities mentioned above shall be for all the residents in the camp including dependants of the worker, if any, free of cost.

10. Sanitary Staff: For each labour camp there should be a qualified sanitary inspector and sweepers should be provided in the following scales

(A) For camp with strength of 200 persons four sweepers.

(B) For camps with strength over 200 persons but not exceeding 500 persons one sweeper for every 75 persons above the first 200 for which 3 sweepers shall be provided.

(C) For Camps with strength over 500 persons one sweeper for every 100 persons above the first 500 for which 6 sweepers shall be provided.

Page 99: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

99

ANNEXURE – ‘P’

(Referred to in Clause 7.5 of NIT)

Contractor Labour Regulations

The contractor shall pay not less than lair wages to labourers engaged by him in the work.

Explanation:

(a) “Fair wages” means wages whether for time or piece work as notified on the date of inviting tenders.

(b) The contractor shall, notwithstanding the provisions of any contract to the contrary cause to be paid a fair wage to labourers indirectly engaged on the work including any labour engaged by his sub contractor in connection with the said work as if labourers had been immediately employed by him.

(c) In respect of all labour directly or indirectly employed on the works for the performance of his contract the contractor shall comply with or cause to be complied with the Labour Act in force.

(d) The Mandi Board shall have the right to deduct from the money due to the contractor any sum required estimated to be required for making good the loss suffered by a worker by reason of non-fulfillment of the conditions of the contract for the benefit of the workers non-payment of wages or of deductions made from their wages which are not justified by their terms of the contract or non-observance of regulation.

(e) The contractor shall be primarily liable for all payments to be made under and for the observance of the regulations aforesaid without prejudice to his right to claim indemnity from his sub contractor.

(f) The regulations aforesaid shall be deemed to be part of this contract and any breach thereof shall be deemed to be a breach of this contract.

(g) The contractor shall obtain a valid license under the Contractor Labour Regulation and Abolition Act, 1970 in force and rules made there-under by the competent authority from time to time before commencement of work and continue to have valid licenses until the completion of the work.

Any failure to fulfill this requirement shall attract the penal provisions of this contract arising out of the non-execution of the work assigned to the contractor.

Page 100: Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist ...mpmandiboard.gov.in/tender/Form Ganjbasoda.pdf1 Office of the Krishi Upaj Mandi Samiti Ganjbasoda Dist. Vidisha (MP) LUM SUM

100