tender papers forconstruction of cc road from samsum showroom to shri mirjamle house in p.no. 12...
TRANSCRIPT
1
Contractor Executive Engineer P.W.D. A.M.C., Akola
Akola Municipal Corporation, Akola
B - 1 Form ( Percentage Rate )
TENDER PAPERS FOR
FFuunndd HHeeaadd : MLA Fund
NNaammee ooff WWoorrkk : Construction of CC road from Samsum Showroom to
Shri Mirjamle house in P.no. 12
EEssttiimmaatteedd CCoosstt PPuutt
ttoo TTeennddeerr RRss 15,00,000/-
TTeennddeerr NNoottiiccee NNoo.. : Sr. No.
PPrriiccee ooff TTeennddeerr : 1000/-
2
Contractor Executive Engineer P.W.D. A.M.C., Akola
MUNICIPAL CORPORATION AKOLA
Public Works Department
E-TENDER NOTICE NO. 36 (09-17) Second Call
Municipal Corporation, Akola through the process of e-tendering invites online applications
from Registered contractor with AMC Akola for the following work are hereby notified that the offers
in B-1 Form for the following works are invited by Executive Engineer, AMC Akola.
MLA Fund Sr.
No.
Name of Work
Estimated
cost put to tender Rs
Earnest
Money 1%
Security
Deposit 3 % from current
bill
Cost of
form (No refundable)
Rs
Period of
completions (in Month)
Class of
Contract
Construction of CC road from Samsum
Showroom to Shri Mirjamle house in
P.no. 12
1500000 15000 45000 1000 3 Months 1 to 6
1. The blank tender will be available on the website https://maharashtra.etenders.in. and sub-portal
https://aklmc.maharashtra.etenders.in as per time schedule given below.
2. To participate in the online Tendering process, the Bidders must procure Digital Signature
Certificates (DSC: class II or class III) in accordance with the IT Act 2000. Bidders who already
have a valid DSC need not procure a new DSC.
3. A digital signature is required for purchasing and submission of Tender form.
4. Tender form, conditions of contract, specifications can be downloaded from the e-Tendering
portal of Government of Maharashtra i.e. ‘http://mahatenders.gov.in’
5. The bidder has to submit Tender form fee (Non Refundable) for this work via online payment
mode only as per the Tender Schedule.
6. The Bidder shall submit the offer in Electronic formats both for technical and commercial
proposals. Tender Fees and EMD should be submitted via online payment mode only.
7. Tender is to be submitted as per enclosed "Tender Form format" only.
8. Attach the certificates, brochures & other documents asked for in the tender.
9. For further details regarding the above, Executive Engineer, Municipal Corporation, Akola
during office hours. Tel: 7709322666
10. For any details regarding e-tendering system please contact service provider Sift Technologies /
Next enders mobile number 9167246753/50
11. The EMD applicable amount shall be paid via Online mode only. In case of EMD exemption,
valid E.M.D. Exemption Certificate
12. Tender Forms can be purchased from the e-Tendering Portal of Akola Municipal Corporation,
Government of Maharashtra i.e. https://aklmc.maharashtra.etenders.in after paying Tender Fees
via online mode as per the Tender Schedule.
13. The Pre-qualification / Main Bidding Documents are available for free downloading. However to
participate in the online tender, the bidder must purchase the bidding documents via online mode
by filling the cost of Tender Form Fee.
14. Earnest money shall be paid via online using NEFT/RTGS or payment gateway mode. After
Tender opening, the EMD of the unsuccessful bidder will be returned to account provided by the
bidder during the bid preparation as given in challan under Beneficiary Account Number.
15. Contractor must have his own Hot Mix Plant for tar road and its compulsory required.
3
Contractor Executive Engineer P.W.D. A.M.C., Akola
16. The amount will be refunded to the unsuccessful tenderers on deciding about the acceptance or
otherwise of the tender. In case of successful tenderer, it will be refunded on his paying initial
Security Deposit and completing the tender documents in form B-1.
17. In case of Joint Venture, Earnest money Exemption certificate in individual capacity will not be
accepted. Earnest money shall be be paid via online using NEFT/RTGS or payment gateway
mode. The Security Deposit, additional security deposit etc. in the form of T.D.R. /F.D.R. issued
in the name of Joint Venture Company drawn by scheduled bank having branches in Maharashtra
and endorsed, in the name of Commissioner Akola Municipal Corporation, Akola for the period
of one year will be considered.
18. Online Bid Preparation and submission of bid Hash (seal) of Bids Bid preparation will start with
the stage of EMD Payment which bidder has to pay onling using any one online pay mode as
RTGS , NEFT or payment getway. For EMD payment, If bidder use NEFT or RTGS then system
will generate a challan (in two copies). with unique challan No specific to the tender. Bidder will
use this challan in his bank to make NEFT/RTGS Payment via net banking facility provided by
bidder’s bank. Bidder will have to validate the EMD payment as a last stage of bid prepration. If
the payment is not realised with bank, in that case system will not be able to validate the payment
and will not allow the bidder to complete his Bid Preperation stage resulting in nonparticipation
in the aforesaid eTender.
19.
Note :
• Realisation of NEFT/RTGS payment normally takes 2 to 24 hours, so it is advised to make
sure that NEFT/RTGS payment activity should be completed well before time.
• NEFT/RTGS option will be depend on the amount of EMD.
• Help File regarding use of ePayment Gateway can be downloaded from eTendering portal.
: Time Schedule :
Seq
No AKLMC Stage Vendor Stage Start Date & Time Expiry Date & Time
1 Release of tender - 20.09.17 - 10.00 20.09.17 – 18.00
2 - Tender Download 20.09.17 – 18.01 05.10.17 – 16.00
3 - Bid Preparation 20.09.17 – 18.01 05.10.17 - 16.00
4 Superhash Generation & Bid Lock - 05.10.17 - 16.01 05.10.17 - 18.00
5 - Control Transfer of Bid 05.10.17 - 18.01 07.10.17 - 16.00
6 Envelope 1 Opening - 07.10.17 - 16.01 07.10.17 - 18.00
7 Envelope 2 Opening - 09.10.17 - 16.01 09.10.17 - 18.00
4
Contractor Executive Engineer P.W.D. A.M.C., Akola
CHECK LIST DOCUMENT TO ACCOMPANY THE TENDER AND FOR GENERAL INFORMATION OF
CONTRACTOR FOR SUBMISSION OF TENDER
Sr. No. Brief Details of documents required Whether enclosed or
not
a. Scan copy from Original valid registrations certificate.
b. Attested copy of the latest income-tax clearance certificate information regarding income tax circle on ward of the
district in which he / they / is / are assessed to income tax with reference number of assessment year.
c. Following details in the prescribed forms in the tender documents
i) Details of work of similar or allied type and magnitudes carried out by the tenders.
ii) Details of-the other works tender for an hands as on the date of the submission of his tender.
iii) List of machinery available with the tenderer which will be on this works.
iv) List of technical personnel of the trenderer and further likely to be appointed on this work
d. Earnest money in T.D.R. for the period of 1 year on the name of the Commissioner A.M.C., Akola from the
Nationalized bank/scheduled bank to be attached along with the tender form
e. Scan copy from Original of partnership deed Time memorandum and articles of association as the case may be, if the
Tenderer is a partnership firm or joint work company.
f. Scan copy from Original Registered power of attorney on behalf of firm authorized to sing. agreements/bill etc. and
collect cheques from departments for the work done.
h. Scan copy from Original of license having registered with asst. Commissioner of labor as required as per contract
labor (Regulation abolition) Act/of 1970 and Maharashtra contract , labor (Regulations abolition) Rules of 1971.
i. Forwarding (covering ) letter along with list of all documents/forms/statements/ specifications/conditions.
j. Contractor has to quote his rate only words Attested copies of latest sales tax clearance certificate from the competent
Government Authority.
B - 1 Form ( Percentage Rate ) TENDER PAPER FOR Agreement No. B-1/
1) Name of Work : Construction of CC road from Samsum Showroom to Shri Mirjamle house in
P.no. 12
2) Name of Contractor & Address : 3) Date of Tender Submission :
4) Date of Opening of Tender :
5) Cost of Tender Form : 1000/-
6) Amount put to the Tender : 1500000/-
7) Amount of Contract /
Accepted cost of Tender Rs.
:
8) Period of Completion :
9) Acceptance Authority :
10) No. & Date of Work Order :
11) Date of Commencement :
12) Due date of Completion :
13) Actual Date of Completion :
14) Extension of Time limit if any :
Certified that this agreement contains pages 1 to ....... fly leaves ....... Nos. and drawing ....... Nos
5
Contractor Executive Engineer P.W.D. A.M.C., Akola
DETAILD TENDER NOTICE TO CONTRACTOR
1. Tenders in Form B- 1 ( % rate) are invited from the registered contractors of A.M.C Akola in appropriate class. (Those firms
who are not registered with Municipal Corporation Akola Can get themselves registered with Municipal Corporation Akola by
submitting Registration Certificate issued by Central / State Government / Undertaking authorities along with necessary
Registration fees,) for the work as mentioned in above table upto10.00 Hours on 4 by The Executive Engineer Municipal
Corporation
2. The Estimated cost of work /amount put to the tender is above as mentioned.
3. Time limit for completion of the work is as above mentioned from the date of work order including ransom period.
4. Tender Forms can be downloaded from the eTendering Portal of AMC Akola, Government of Maharashtra i.e.
http//:aklmc.maharashtra.etenders.in after entering the details of payment towards Tender Fees as per the Tender Schedule.
5. Situation Of The Work : The Work site is located within the Municipal Corporation of Akola.
6. Completed Tender in the manners specified in the following forthcoming paragraphs will be received in the office of the
Executive Engineer Municipal Corporation upto hours on dt
7. Validity
a) Validity of the tender will be 90 days from the date fixed for opening the same and there after until it is withdrawn by
notice in writing duly addressed to the authority opening the tender. The date considered for accounting the validity period as above
shall- also be the date for taking into amount the basic consumer and wholesale price index in case where price variation clauses is
applicable.
b) Defect liability period of work would be three years from the date of completion of the work.
8. Earnest money :
Earnest money shall be paid via Online mode only. Earnest money will be accepted in the form of certificate of exemption from payment of Earnest Money, or Term Deposit receipts valid for a period of one year (separately for each work) from the last
date of submission of tender forms, issued by scheduled Bank and endorsed in the name of the Commissioner, AMC Akola . The
earnest money will be refunded in due course in case of tenderers whose tenders are not accepted. In case of successful tenderer
the Earnest money will be refunded after recovering initial security deposit and completion of contract documents by the
Tenderer. The amount of Earnest Money will be forfeited to Government in case the successful contractor does not pay the
amount of initial security deposit within specified time limit.
9. Security Deposit :
1) For the successful Tenderer, in addition to 2 % of the tendered cost which is kept as earnest money .an amount of 10 % of the
value of work done will be deducted from each running bill as security deposit.
2) At the time of passing final bill an-amount to 3% of the tendered value plus 2% Earnest Money i.e 5% will be kept as Security
Deposit and the remaining amount which is deducted from the running bill will be released.
10. Performance Deposit :- Bank Guarantee for Performance Security Deposit for Quoting Offer More than 1% below the tender cost. (As Per GR. Dated 12.04.2017).
As per the directives laid down in Government Of Maharashtra, Public Works Department, Marathi
Resolution No. CAT 2017/PRA.KRA 8/ Bldg-2/dt. 12.04.2017, If the bidder intends to quote his offer below more than 1 %
of the Bid cost of the department then such bidder should upload a Bank Guarantee (in the form as prescribed by
Government) from any Schedule Bank or Nationalized Bank against Performance Security in Envelope No. 2 as mentioned
below.
A) If the Bidder intends to quote his offer below more than 1 % upto 10 % of the estimated cost put to Bid then he should
submit a Bank Guarantee amounting to 1% of the Bid cost of the department towards Performance Security and scanned
copy of Bank Guarantee shall be uploaded in Envelope No. 2. B) If the Bidder intends to quote his offer more than 10 % below the estimated cost put to Bid then he should submit
Performance security 1 % for every percent after 10 % below percentage in addition to the cost of 1% performance
security mentioned above clause A for quoting below offer, scanned copy of Bank Guarantee shall be uploaded in
Envelope No. 2.
(eg. If Bidder quotes his offer 14 % below the estimated cost put to bid, then he should submit 14 - 10 = 4 % Additional
Performance security + 1% Performance security = 5 % amount of the cost put to bid as a total Performance Security.)
If the amount of Performance Security as required above (under A & B) is not submitted by the bidder along with
Envelope No. 2, then his offer will be treated as ''Non Responsive" and will not be considered.
1) Such Bank Guarantee shall strictly issued only by the Nationalized Bank or Scheduled Bank in favour of in the Commissioner, Akola Municipal Corporation, Akola and shall be valid up to more than 1 month from the period of
Defect Liability Period
2) The Bank Guarantee should bear the MICR and IFSC Code Number of the issuing bank.
3) The scanned copy of this Bank Guarantee shall be uploaded in Envelope No. 2 (Financial Offer) of the bid. The Hard
Copy of this Bank Guarantee shall be submitted in the office of the concerned Executive Engineer in "sealed envelope"
6
Contractor Executive Engineer P.W.D. A.M.C., Akola
within five working days from the date of receipt of bid. The bidder shall write the 'Name of Work,' 'E- Tender No.' and
'Tender Notice No.' on such sealed envelope addressed to the concerned Executive Engineer.
4) If such contractor will not comply the stipulations laid down in the bid and not qualified for the opening of his financial
offer (Envelope No.2) the Bank Guarantee of such bidder shall be returned within 7 days after the date of opening of the bid.
5) If the bidder comply the stipulations laid down in the tender and qualified for the opening of his financial offer (Envelope
No.2) then the Bank Guarantee of the other bidders (other than 1st and 2nd lowest bidder) shall be returned within 7 days
after the date of opening of the bid.
6) The demand draft of the 2nd lowest bidder shall be returned within 3 days from the date of work order.
7) If it is found that the Bank Guarantee as above submitted by the bidder is False / Forged then the Earnest Money
submitted by such bidder shall be Forfeited and his registration as a contractor of Public Works Department will be
suspended. & he will be entered in the Black List. This is also applicable for Unregistered Bidder in such case he will
be entered in the Black List.
8) The work order to the successful contractor shall be issued only after the encashment of his Bank Guarantee by the
concerned Executive Engineer.
9) The amount of performance security of successful contractor shall be refunded within the period of three months after the
date of completion of said work successfully.
Terms and Conditions For Online-Payments :
The Terms and Conditions contained herein shall apply to any person (“User”) using the services of Akola Municipal
Corporation, hereinafter referred to as “Merchant”, for making Tender fee and Earnest Money Deposit (EMD) payments through an
online Payment Gateway Service (“Service”) offered by ICICI Bank Ltd. in association with E Tendering Service provider and
Payment Gateway Service provider through PWD Maharashtra website i.e. http://pwd.maharashtra.etenders.in. Each User is
therefore deemed to have read and accepted these Terms and Conditions.
Privacy Policy :
The Merchant respects and protects the privacy of the individuals that access the information and use the services provided
through them. Individually identifiable information about the User is not willfully disclosed to any third party without first receiving
the User's permission, as covered in this Privacy Policy.
This Privacy Policy describes Merchant’s treatment of personally identifiable information that Merchant collects when the
User is on the Merchant’s website. The Merchant does not collect any unique information about the User (such as User's name, email address, age, gender etc.) except when you specifically and knowingly provide such information on the Website. Like any business
interested in offering the highest quality of service to clients, Merchant may, from time to time, send email to the User and other
communication to tell the User about the various services, features, functionality and content offered by Merchant's website or seek
voluntary information fromThe User.
Please be aware, however, that Merchant will release specific personal information about the User if required to do so in the
following circumstances:
a) in order to comply with any valid legal process such as a search warrant, statute, or court order, or available at time of opening
the tender
b) If any of User’s actions on our website violate the Terms of Service or any of our guidelines for specific services, or
c) to protect or defend Merchant’s legal rights or property, the Merchant’s site, or the Users of the site or; of investigate, prevent,
or take action regarding illegal activities, suspected fraud, situations involving potential threats to the security, integrity of Merchant’s website/offerings.
General Terms and Conditions For E-Payment :
Once a User has accepted these Terms and Conditions, he/ she may register on Merchant’s website and avail the Services.
Merchant's rights, obligations, undertakings shall be subject to the laws in force in India, as well as any directives/
procedures of Government of India, and nothing contained in these Terms and Conditions shall be in derogation of Merchant's right to
comply with any law enforcement agencies request or requirements relating to any User’s use of the website or information provided
to or gathered by Merchant with respect to such use. Each User accepts and agrees that the provision of details of his/ her use of the
Website to regulators or police or to any other third party in order to resolve disputes or complaints which relate to the Website shall
be at the absolute discretion of Merchant.
If any part of these Terms and Conditions are determined to be invalid or unenforceable pursuant to applicable law
including, but not limited to, the warranty disclaimers and liability limitations set forth herein, then the invalid or unenforceable
provision will be deemed superseded by a valid, enforceable provision that most closely matches the intent of the original provision and the remainder of these Terms and Conditions shall continue in effect.
These Terms and Conditions constitute the entire agreement between the User and Merchant. These Terms and Conditions
supersede all prior or contemporaneous communications and proposals, whether electronic, oral, or written, between the User and
Merchant. A printed version of these Terms and Conditions and of any notice given in electronic form shall be admissible in judicial
or administrative proceedings based upon or relating to these Terms and Conditions to the same extent and subject to the same
conditions as other business documents and records originally generated and maintained in printed form.
The entries in the books of Merchant and/or the Payment Gateway Service Providers kept in the ordinary course of business
of Merchant and/or the Payment Gateway Service Providers with regard to transactions covered under these Terms and Conditions
7
Contractor Executive Engineer P.W.D. A.M.C., Akola
and matters therein appearing shall be binding on the User and shall be conclusive proof of the genuineness and accuracy of the
transaction.
Refund For Charge Back Transaction:
In the event there is any claim for/ of charge back by the User for any reason whatsoever, such User shall immediately
approach Merchant with his/ her claim details and claim refund from Merchant alone. Such refund (if any) shall be effected only by
Merchant via payment gateway or by means of a demand draft or such other means as Merchant deems appropriate. No claims for
refund/ charge back shall be made by any User to the Payment Gateway Service Provider(s) and in the event such claim is made it
shall not be entertained.
In these Terms and Conditions, the term “Charge Back” shall mean, approved and settled credit card or net banking
purchase transaction(s) which are at any time refused, debited or charged back to merchant account (and shall also include similar
debits to Payment Gateway Service Provider's accounts, if any) by the acquiring bank or credit card company for any reason whatsoever, together with the bank fees, penalties and other charges incidental thereto.
Refund for fraudulent/duplicate transaction(s): The User shall directly contact Merchant for any fraudulent transaction(s) on
account of misuse of Card/ Bank details by a fraudulent individual/party and such issues shall be suitably addressed by Merchant
alone in line with their policies and rules.
Server Slow Down/Session Timeout: In case the Website or Payment Gateway Service Provider’s webpage, that is linked to
the Website, is experiencing any server related issues like ‘slow down’ or ‘failure’ or ‘session timeout’, the User shall, before
initiating the second payment,, check whether his/her Bank Account has been debited or not and accordingly resort to one of the
following options:
1. In case the Bank Account appears to be debited, ensure that he/ she does not make the payment twice and immediately
thereafter contact Merchant via e-mail or any other mode of contact as provided by Merchant to confirm payment.
2. In case the Bank Account is not debited, the User may initiate a fresh transaction to make payment. However, the User agrees that under no circumstances the Payment Gateway Service Provider shall be held responsible for such fraudulent/duplicate
transactions and hence no claims should be raised to Payment Gateway Service Provider No communication received by the Payment
Gateway Service Provider(s) in this regard shall be entertained by the Payment Gateway Service Provider.
Limitation of Liability :
1.1 Merchant has made this Service available to the User as a matter of convenience. Merchant expressly disclaims any claim or
liability arising out of the provision of this Service. The User agrees and acknowledges that he/ she shall be solely responsible for his/
her conduct and that Merchant reserves the right to terminate the rights to use of the Service immediately without giving any prior
notice thereof.
1.2 Merchant and/or the Payment Gateway Service Providers shall not be liable for any inaccuracy, error or delay in, or omission
of (a) any data, information or message, or (b) the transmission or delivery of any such data, information or message; or (c) any loss
or damage arising from or occasioned by any such inaccuracy, error, delay or omission, non-performance or interruption in any such
data, information or message. Under no circumstances shall the Merchant and/or the Payment Gateway Service Providers, its employees, directors, and its third party agents involved in processing, delivering or managing the Services, be liable for any direct,
indirect, incidental, special or consequential damages, or any damages whatsoever, including punitive or exemplary arising out of or
in any way connected with the provision of or any inadequacy or deficiency in the
1.3 Provision of the Services or resulting from unauthorized access or alteration of transmissions of data or arising from
suspension or termination of the Services.
1.4 The Merchant and the Payment Gateway Service Provider(s) assume no liability whatsoever for any monetary or other
damage suffered by the User on account of :
i) The delay, failure, interruption, or corruption of any data or other information transmitted in connection with use of the
Payment Gateway Services in connection thereto; and/ or
ii) Any interruption or errors in the operation of the Payment Gateway.
1.5 The User shall indemnify and hold harmless the Payment Gateway Service Provider(s) and Merchant and their respective officers, directors, agents, and employees, from any claim or demand, or actions arising out of or in connection with the utilization of
the Services.
The User agrees that Merchant or any of its employees will not be held liable by the User for any loss or damages arising
from your use of, or reliance upon the information contained on the Website, or any failure to comply with these Terms and
Conditions where such failure is due to circumstance beyond Merchant’s reasonable control.
Miscellaneous Conditions :
1. Any waiver of any rights available to Merchant under these Terms and Conditions shall not mean that those rights are
automatically waived.
2. The User agrees, understands and confirms that his/ her personal data including without limitation details relating to debit
card/ credit card transmitted over the Internet may be susceptible to misuse, hacking, theft and/ or fraud and that Merchant or the
Payment Gateway Service Provider(s) have no control over such matters.
3. Although all reasonable care has been taken towards guarding against unauthorized use of any information transmitted by the User, Merchant does not represent or guarantee that the use of the Services provided by/ through it will not result in theft and/or
unauthorized use of data over the Internet.
4. The Merchant, the Payment Gateway Service Provider(s) and its affiliates and associates shall not be liable, at any time, for
any failure of performance, error, omission, interruption, deletion, defect, delay in operation or transmission, computer virus,
communications line failure, theft or destruction or unauthorized access to, alteration of, or use of information contained on the
Website.
5. The User may be required to create his/ her own User ID and Password in order to register and/ or use the Services provided
by Merchant on the Website. By accepting these Terms and Conditions the User agrees that his/ her User ID and Password are very
8
Contractor Executive Engineer P.W.D. A.M.C., Akola
important pieces of information and it shall be the User’s own responsibility to keep them secure and confidential. In furtherance
hereof, the User agrees to;
1. Choose a new password, whenever required for security reasons.
2. Keep his/ her User ID & Password strictly confidential.
3. Be responsible for any transactions made by User under such User ID and Password.
The User is hereby informed that Merchant will never ask the User for the User’s password in an unsolicited phone call or in
an unsolicited email. The User is hereby required to sign out of his/ her Merchant account on the Website and close the web browser
window when the transaction(s) have been completed. This is to ensure that others cannot access the User’s personal information and
correspondence when the User happens to share a computer with someone else or is using a computer in a public place like a library
or Internet café.
Debit/Credit Card, Bank Account Details
The User agrees that the debit/credit card details provided by him/ her for use of the aforesaid Service(s) must be correct and accurate and that the User shall not use a debit/ credit card, that is not lawfully owned by him/ her or the use of which is not
authorized by the lawful owner thereof. The User further agrees and undertakes to provide correct and valid debit/credit card details.
The User may make his/ her payment (Tender Fee/Earnest Money deposit) to Merchant by using a debit/credit card or
through online banking account. The User warrants, agrees and confirms that when he/ she initiates a payment transaction and/or
issues an online payment instruction and provides his/ her card / bank details:
A. The User is fully and lawfully entitled to use such credit / debit card, bank account for such transactions;
B. The User is responsible to ensure that the card/ bank account details provided by him/ her are accurate;
C. The User is authorizing debit of the nominated card/ bank account for the payment of Tender Fee and Earnest Money
Deposit
D. The User is responsible to ensure sufficient credit is available on the nominated card/ bank account at the time of making the payment to permit the payment of the dues payable or the bill(s) selected by the User inclusive of the applicable Fee.
Personal Information
The User agrees that, to the extent required or permitted by law, Merchant and/ or the Payment Gateway Service Provider(s)
may also collect, use and disclose personal information in connection with security related or law enforcement investigations or in the
course of cooperating with authorities or complying with legal requirements.
The User agrees that any communication sent by the User vide e-mail, shall imply release of information therein/ therewith
to Merchant. The User agrees to be contacted via e-mail on such mails initiated by him/ her.
In addition to the information already in the possession of Merchant and/ or the Payment Gateway Service Provider(s),
Merchant may have collected similar information from the User in the past. By entering the Website the User consents to the terms of
Merchant’s information privacy policy and to our continued use of previously collected information. By submitting the User’s
personal information to us, the User will be treated as having given his/her permission for the processing of the User’s personal data
as set out herein. The User acknowledges and agrees that his/ her information will be managed in accordance with the laws for the time in
force.
Payment Gateway Disclaimer
The Service is provided in order to facilitate payment of Tender Fees/Earnest Money Deposit online. The Merchant or the
Payment Gateway Service Provider(s) do not make any representation of any kind, express or implied, as to the operation of the
Payment Gateway other than what is specified in the Website for this purpose. By accepting/ agreeing to these Terms and Conditions,
the User expressly agrees that his/ her use of the aforesaid online payment service is entirely at own risk and responsibility of the
User.
Tendering Procedure : -
Blank Tender Forms. Tender Forms can be downloaded from the eTendering Portal of AMC Akola, Government of
Maharashtra i.e. http//:pwd.maharashtra.etenders.in after entering the details of payment towards Tender Fees as per the Tender Schedule.
B Pre-Tender Conference : -
Pre-tender conference open to all prospective tenderers who have downloaded tender form before the date of Pre-tender
Conference, will be held at office of Executive Engineer, Municipal Corporation Akola on .... wherein prospective Tenderers will
have an opportunity to obtain clarifications regarding the work and the Tender Conditions.
The prospective tenderers are free to ask for any additional information or clarification either in writing or orally concerning
the work, and the reply to the same will be given by the Executive Engineer, Akola Municipal Corporation, in writing and this
clarification referred to as Common Set of Conditions/Deviations (C.S.D.), shall form part of tender documents and which will also
be common and applicable to all tenderers. The point/points if any raised in writing and/or verbally by the contractor in pre-tender
conference and not finding place in C.S.D issued after the pre- bid conference, is/are deemed rejected. In such case the provision in
NIT shall prevail. No individual correspondence will be made thereafter with the contractor in this regard. 1.2.3 The tender submitted
by the tenderer shall be based on the clarification, additional facility offered (if any) by the Department, and this tender shall be unconditional. Conditional tenders shall be summarily REJECTED.
All tenderers are cautioned that tenders containing any deviation from the contractual terms and conditions, specifications or
other requirements and conditional tenders will be treated as non responsive. The tenderer should clearly mention in forwarding letter
that his offer (in envelope No. 1& 2) does not contain any conditions, deviations from terms and conditions stipulated in the tender.
Tenderers should have valid Class II / III Digital Signature Certificate (DSC) obtained from any Certifying Authorities. In
case of requirement of DSC, interested Bidders should go to http://maharashtra.etenders.in/mah/DigitalCerti.asp and follow the
procedure mentioned in the document„ Procedure for application of Digital Certificate
9
Contractor Executive Engineer P.W.D. A.M.C., Akola
The Tenderers have to make a payment of Rs 1038/- online as service charges for the use of Electronic Tendering during
Online Bid Data Decryption and Re-encryption stage of the Tender. For any assistance on the use of Electronic Tendering System, the
Users may call the below numbers: Landline No. - 020 - 2531 5555 / Mobile No. - 91679 69601 / 04 / 14 -1.2.8 Tenderers should
install the Mandatory Components available on the Home Page of http://maharashtra.etenders.in under the section„ Mandatory
Components and make the necessary Browser Settings provided under section Internet Explorer Settings
Guidelines to Bidders on the operations of Electronic Tendering System of AMC Akola is available at E-Tendering portal of
AMC Akola i.e. https://aklmc.maharashtra.etenders.in.The tenderer shall obtain clarification/help from assistance mentioned in
para 1.2.7 .No greavances/claims will be entertained on failure of submission of online bid
A. Pre-requisites to participate in the Tenders processed by PWD:
1. Enrolment and Empanelment of Contractors on Electronic Tendering System:
The Contractors interested in participating in the Tenders of AMC Akola –processed using the Electronic Tendering System
shall be required to enrol on the Electronic Tendering System to obtain User ID. After submission of application for enrolment on the System, the application information shall be verified by the Authorized Representative of the Service Provider. If the information is
found to be complete, the enrolment submitted by the Vendor shall be approved. For participating in Limited and Restricted tenders
the registered vendors have to apply for empanelment on the sub-portal of AKLMC in an appropriate class of registration. The
empanelment will have to be approved by the respective officer from the AMC Akola. Only empanelled vendors will be allowed to
participate in such tenders.
The Contractors may obtain the necessary information on the process of enrolment and empanelment either from Helpdesk
Support Team or may visit the information published under the link Enrol under the section E-Tendering Toolkit for Bidders on the
Home Page of the Electronic Tendering System.
2. Obtaining a Digital Certificate:
The Bid Data that is prepared online is required to be encrypted and the hash value of the Bid Data is required to be signed
electronically using a Digital Certificate (Class – II or Class – III). This is required to maintain the security of the Bid Data and also to establish the identity of the Contractor transacting on the System. The Digital Certificates are issued by an approved Certifying
Authority authorized by the Controller of Certifying Authorities of Government of India through their Authorized Representatives
upon receipt of documents required to obtain a Digital Certificate. Bid data / information for a particular Tender may be submitted
only using the Digital Certificate which is used to encrypt the data / information and sign the hash value during the Bid Preparation
and Hash Submission stage. In case during the process of preparing and submitting a Bid for a particular Tender, the Contractor loses
his/her Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating system problem); he / she may not be able
to submit the Bid online. Hence, the Users are advised to store his / her Digital Certificate securely and if possible, keep a backup at
safe place under adequate security to be used in case of need.
In case of online tendering, if the Digital Certificate issued to an Authorised User of a Partnership Firm is used for signing
and submitting a bid, it will be considered equivalent to a no objection certificate / power of attorney to that User to submit the bid on
behalf of the Partnership Firm. The Partnership Firm has to authorize a specific individual via an authorization certificate signed by a
partner of the firm (and in case the applicant is a partner, another partner in the same form is required to. authorise) to use the digital certificate as per Indian Information Technology Act, 2000. Unless the Digital Certificate is revoked, it will be assumed to represent
adequate authority of the Authority User to bid on behalf of the Firm for the Tenders processed on the Electronic Tender Management
System of Government of Maharashtra as per Indian Information Technology Act, 2000. The Digital Signature of this Authorized
User will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority or Sub
Certifying Authority, if the Authorized User changes, and apply for a fresh Digital Signature Certificate. The procedure for
application of a Digital Signature Certificate will remain the same for the new Authorised User. The same procedure holds true for the
Authorized Users in a Private / Public Limited Company. In this case, the Authorisation Certificate will have to be signed by the
Director of the Company or the Reporting Authority of the Applicant. For information on the process of application for obtaining
Digital Certificate, the Contractors may visit the section Digital Certificate on the Home Page of the Electronic Tendering System.
3. Recommended Hardware and Internet Connectivity:
To operate on the Electronic Tendering System, the Contractors are recommended to use Computer System with at least 1 GB of RAM and broadband connectivity with minimum 512 kbps bandwidth.
4. Set up of Computer System for executing the operations on the Electronic Tendering System:
To operate on the Electronic Tendering System of Government of Maharashtra, the Computer System of the Contractors is
required be set up. The Contractors are required to install Utilities available under the section Mandatory Installation Components on
the Home Page of the System. The Utilities are available for download freely from the above mentioned section. The Contractors are
requested to refer to the E-Tendering Toolkit for Bidders available online on the Home Page to understand the process of setting up
the System, or alternatively, contact the Helpdesk Support Team on information / guidance on the process of setting up the System.
5. Payment for Service Provider Fees:
In addition to the Tender Document Fees payable to AMC Akola, the Contractors will have to pay Service Providers Fees of
Rs. 1,038/- through online payments gateway service available on Electronic Tendering System. For the list of options for making
online payments, the Contractors are advised to visit the link E-Payment Options under the section E-Tendering Toolkit for Bidders
on the Home Page of the Electronic Tendering System B. Steps to be followed by Contractors to participate in the e-Tenders processed by AMC Akola
1. Preparation of online Briefcase:
All Contractors enrolled on the Electronic Tendering System of Government of Maharashtra are provided with dedicated briefcase
facility to store documents / files in digital format. The Contractors can use the online briefcase to store their scanned copies of
frequently used documents / files to be submitted as a part of their bid response. The Contractors are advised to store the relevant
documents in the briefcase before starting the Bid Preparation and Hash Submission stage. In case, the Contractors have multiple
documents under the same type (e.g. multiple Work Completion Certificates) as mentioned above, the Contractors advised to either
create a single.pdf file of all the documents of same type or compress the documents in a single compressed file in .zip or .rar formats
10
Contractor Executive Engineer P.W.D. A.M.C., Akola
and upload the same. It is mandatory to upload the documents using the briefcase facility. Therefore, the Contractors are advised to
keep the documents ready in the briefcase to ensure timely bid preparation.
Note: Uploading of documents in the briefcase does not mean that the documents are available to AMC Akola at the time
of Tender Opening stage unless the documents are specifically attached to the bid during the online Bid Preparation and Hash
Submission stage as well as during Decryption and Re-encryption stage.
2. Online viewing of Detailed Notice Inviting Tenders:
The Contractors can view the Detailed Tender Notice along with the Time Schedule (Key Dates) for all the Live Tenders released by
AMC Akola on the home page of AMC Akola e-Tendering Portal on http://aklmc.maharashtra.etenders.in under the section Recent
Online Tender.
3. Download of Tender Documents:
The Main Bidding Documents are available for free downloading. However to participate in the online tender, the bidder
must purchase the bidding documents online by filling up details of Demand Draft towards the cost of Tender Form Fee 4. Online Bid Preparation and Submission of Bid Hash (Seal) of Bids:
Submission of Bids will be preceded by online bid preparation and submission of the digitally signed Bid Hashes (Seals)
within the Tender Time Schedule (Key Dates) published in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in the
templates provided by the Tendering Authority of AMC Akola. The templates may be either form based, extensible tables and / or
uploadable documents. In the form based type of templates and extensible table type of templates, the Contractors are required to
enter the data and encrypt the data using the Digital Certificate. In the uploadable document type of templates, the Contractors are
required to select the relevant document / compressed file (containing multiple documents) already uploaded in the briefcase. Notes:
a. The Contractors upload a single document or a compressed file containing multiple documents against each unloadable
option.
b. The Hashes are the thumbprint of electronic data and are based on one – way algorithm. The Hashes establish the unique
identity of Bid Data. c. The bid hash values are digitally signed using valid Class – II or Class – III Digital Certificate issued any Certifying
Authority. The Contractors are required to obtain Digital Certificate in advance.
d. After the hash value of bid data is generated, the Contractors
cannot make any change / addition in its bid data. The bidder may modify bids before the deadline for Bid Preparation and
Hash Submission as per Time Schedule mentioned in the Tender documents.
e. This stage will be applicable during both, Pre-bid and Financial Bidding Processes.
5. Close for Bidding (Generation of Super Hash Values):
After the expiry of the cut – off time of Bid Preparation and Hash Submission stage to be completed by the Contractors has
lapsed, the Tender will be closed by the Tender Authority. The Tender Authority from AMC Akola shall generate and digitally sign
the Super Hash values (Seals).
6. Decryption and Re-encryption of Bids (submitting the Bids online):
After the time for generation of Super Hash values by the Tender Authority from AMC Akola has lapsed, the Contractors have to make the online payment of Rs. 1,038/- towards the fees of the Service Provider. After making online payment towards Fees
of Service Provider, the Contractors are required to decrypt their bid data using their Digital Certificate and immediately re-encrypt
their bid data using the Public Key of the Tendering Authority. The Public Key of the Tendering Authority is attached to the Tender
during the Close for Bidding stage.
Note:
The details of the Processing Fees shall be verified and matched during the Technical Opening stage. At this time, the
Contractors are also required to upload the files for which they generated the Hash values during the Bid Preparation and Hash
Submission stage. The Bid Data and Documents of only those Contractors who have submitted their Bid Hashes (Seals) within the
stipulated time (as per the Tender Time Schedule), will be available for decryption and re-encryption and to upload the relevant
documents from Briefcase. A Contractor who has not submitted his Bid Preparation and Hash Submission stage within the stipulated
time will not be allowed to decrypt / re-encrypt the Bid data / submit documents during the stage of Decryption and Re-encryption of Bids (submitting the Bids online).
7. Short listing of Contractors for Financial Bidding Process:
The Tendering Authority will first open the Technical Bid documents of all Contractors and after scrutinizing these
documents will shortlist the Contractors who are eligible for Financial Bidding Process. The shortlisted Contractors will be intimated
by email.
8. Opening of the Financial Bids:
The Contractors may remain present in the Office of the Tender Opening Authority at the time of opening of Financial Bids.
However, the results of the Financial Bids of all Contractors shall be available on the AMC Akola e-Tendering Portal immediately
after the completion of opening process.
9. Tender Schedule (Key Dates):
The Contractors are strictly advised to follow the Dates and Times allocated to each stage under the column “Contractor Stage” as
indicated in the Time Schedule in the Detailed Tender Notice for the Tender. All the online activities are time tracked and the Electronic Tendering System enforces time-locks that ensure that no
activity or transaction can take place outside the Start and End Dates and Time of the stage as defined in the Tender Schedule. At the
sole discretion of the Tender Authority, the time schedule of the Tender stages may be extended
10. A. Envelope No.1 : The First envelope clearly marked as envelope No. 1 shall contain the following documents.
i) Earnest Money in the form of receipt of term deposit at the Bank, duly enclosed in the name of Executive Engineer
Municipal Corporation.
11
Contractor Executive Engineer P.W.D. A.M.C., Akola
ii) Certificate as a registered contractor with the A.M.C., Akola Those firms who are not registered with Municipal Corporation
Akola Can get themselves registered with Municipal Corporation Akola by submitting Registration Certificate issued by
Central / State Government / Undertaking authorities along with necessary Registration fees
iii) An unto - date ITCC in original from Income Tax of the Circle (or true copy thereof duly attested by a Gazette Officer)
valid on the date fixed for receipt of tender, unless specifically exempted in this respect by the Government.
iv) An up-to-date Sales Tax Certificate from the Competent Authority.
v) List of Machinery and plants immediately available with the tender for use on this work and list of machinery proposed to be
utilized on this work. but not immediately available and the manner in which it is proposed to be procured.
v) Details of Works of similar type and magnitude carried out by the contractor.
vi) Details of Technical personnel on the rolls of the tendered.
vii) Details of other works tendered for and work in hand with the value of work unfinished on the last date of submission of the tender. The certificates from the Heads of the offices under whom the works are in progress should be enclosed.
B. Envelope No. 2 : Tender
The second envelope “Envelope No. 2” shall contain only the Common Set of Conditions / Deviation issued by the
Department after the pre-tender Conference. A tender submitted without this would be considered as invalid.
The Tenderer should quote his offer online only in terms of percentage of estimated rates at the appropriate place to be
submitted only in Envelope No. 2. He should not quote his offer any where directly or indirectly in Envelope No. 1. The contractor
shall quote for the work as per details given in the main tender and also based on the detailed set of conditions issued / Additional
stipulations made by the Department as informed to him online on https://maharashtra.etenders.in from Commissioner AMC
Akola after Pre-Tender Conference. His tender shall be unconditional.
C. Submission of Tender :
Refer to Section „Guidelines to Bidders on the operations of Electronic Tendering System of AMC Akola for details. The date and time for receipt of Envelope containing tender shall strictly apply in all cases. The tender should ensure that
there is/shall received by the Executive Engineer A,M.C Akola before the expiry the date and time. No delay on account of any case
will be entertained for the late receipt of the tender .Tender offered or received after the date and time is over, will either not be
accepted or if inadvertently accepted, will not be opened and shall be returned to the tender unopened. OPENING OF TENDERS:
On the date, specified in the Tender Schedule, following procedure will be adopted for opening of the Tender.
(A) Envelope No. 1 :- ( Documents ) :
First of all Envelope No. 1 of the tender will be opened online to verify its contents as per requirements. If the various
documents contained in this envelope do not meet the requirements of the Department, a note will be recorded accordingly by the
tender opening authority and the said tenderers Envelope No. 2 will not be considered for further action and the same will be
recorded. The decision of the tender opening authority in this regard will be final and binding on the contractors.
(B) Envelope No. 2: ( Financial Bid ) :
a) This envelope shall be opened online immediately after opening of Envelope No. 1, only if contents of Envelope No. 1 are found to be acceptable to the Department. The tendered rates in Schedule „B‟ or percentage above/below the estimated rates shall
then be read out in the presence of bidders who remain present at the time of opening of Envelope No. 2.(Commercial Bid )
11. Importance points to he noted by the Tenderer :
A) i) On receipt of blank tender form the tendere should ensure that no correction or over writings erasers is left out to be
attested by the Engineer-in-charge/ Executive Engineer
ii) It would be seen by the tendere that the rates and place of delivery are entered in Schedule A of the agreement form.
iii) The offer should be written only online in figures
iv) No alternations and additions in the form of tender and the schedules and no additions in form of special stipulations are
permitted. If any of these is found the tender may be summarily rejected. .
v) The offer shall be inclusive of all taxes, octroi, royalties .sales tax, income tax , work-contract tax .service tax. Etc, to be
paid by the tendere for the work and the claims for payment on any such account shall not be entertained. vi) In the event of the tender being submitted by a firm , it must be signed separately by each partner there of and the event
of absence of any partner it shall be signed on his behalf by a person holding a power of attorney authorizing his to do so.
vii) All pages correction. addition and pasted slots should be signed by the tendere.
viii)The tendere shall be deemed to have studied all planes specifications/terms / conditions of the tender and .electricity etc.
before submitting the tender. A declaration to this effect shall be signed by the tendere in the form attached with the tender.
B) In case any clarification is required the tendere may obtain it personally or in writing well in advance from. The Municipal
Corporation Akola in any case the tendere will be responsible to bind himself themselves to the term and conditions &
specification of the tender once submitted by him/them.
C) The tender is for outright rejection if on opening, it is found that...................
i) Anyone or more of the documents required as per para above is or are missing.
ii) Any corrections, additions or alternations are made by the tender on any page of the tender.
iii) Any Pages or pasted slips is or are missing. iv) The tender has not signed as stated in para above.
12. Any chance that will be made in the tender papers by the competent authority after issue of the same will be informed to the
tender in the form of corrigendum/ Addendum for incorporating the same in the tender before submitting the same.
13. Acceptance of the tender rests with the competent authority of Municipal Corporation Akola who reserves the rights to reject
any or all tenders without assigning any reasons therefore.
14. This detailed tender notice shall form part of tender documents.
12
Contractor Executive Engineer P.W.D. A.M.C., Akola
15. Income Tax deduction at 2 percent in force time to time or the rates and the surcharge thereon by the competent income tax
authority shall be recovered from the contractor from the gross bill amount of every bill.
16. The Successful tenderer will be required to produce to the satisfaction of the specified Concerned authority Valid and
Concurrent license issued in this-favor under the pro vision of the contract labor (Regulations and abolition Act 1970)before starting
the work. On failure to do the acceptance of the tender shall be liable to the withdrawn and also liable for failure of the earnest
money.
17. Attested copy of partnership deed/memorandum and articles of association as the case may be if the tenderer is a partnership
or firm joints stock company.
18. Power of Attorney on behalf or firm authorized to sign agreements/Bills etc. and collect cheques from department for the
work done.
19. Any dues arising out of contract will be recovered from the contractor as arrears of Land Revenue , if not paid amicably.
Moreover, recovery of Government dues from the contractors will be effected from the payment due to the contractor from any other Government works under execution with them.
Details of Works of similar or allied type and magnitude carried out by tender
Sr. No.
Name of work Name and address of Organization for whom the
Place and Country
Tender Cost
Time in which
completed
Date of completion
Principle features in
brief
1 2 3 4 5 6 7 8
-------------------------------------------------------- Nil --------------------------------------------------------
FORM - II Details of other Works tenderd for and in hand as on the date of submission of the tender
Work in hand Work Tendered for Sr. No.
Name of work
Name and address of
Organization for whom the
work
Place and
Country
Tender Cost
Cost of remaining
Anticipated date of
completion
Estimated cost
Date when decision is
date
expected
Stipulated date of
period of
completion
Remark
1 2 3 4 5 6 7 8 9 10 11
-------------------------------------------------------- Nil --------------------------------------------------------
List of Machinery available with Tender which will be sued on this works.
Sr. No.
Name of Equipment
No of
unit
Kind of
make
capacity Age of machinery
present condition of machinery
present location with name and
address of
organization where machinery under
use as present
whether machinery is hypothecated to
any division bank or
other institution etc
remark
1 2 3 4 5 6 7 8 9 10
-------------------------------------------------------- Nil --------------------------------------------------------
List of Machinery available with Tender which will be sued on this works.
Sr.
No.
Name of Persons Designation / post Held / status Academic Qualification and Experience Remark (any other
point)
1 2 3 4 5
-------------------------------------------------------- Nil --------------------------------------------------------
DECLARATION
I hereby declare that I have made myself throuly conversant with the local condition recarding all materials such as stones, murum. sand.
steel and cement etc. and labor on which I have based my rates for this work. the specifications and lead for this work have been carefully studied
and understood by me before Submitting the tender. 1 undertake to use only the best materials approved be the site Engineer. of the municipal corporation Akola or his duly authorized representative before starting the work and to abide by his decision.
I hereby undertake to pay the labor engaged on the work as per minimum wages Act. 1948 applicable to the zone concerned.
GENERAL CONDITION OF CONTRACT
1 AUTHORITY OF THE
ENGINEER-IN-CHARGE OF THIS PROJECT So far if is legally or physically responsible, the contractor shall execute , complete and maintain the works in strict accordance with the contract under the direction and to the entire satisfaction of the Engineer-in-charge and comply with and adher strictly to the Engineer-in-charge's
instruction and directions on any matter(whether mentioned in the contract or not) perpaining to this work. The Engineer-in-charge shall decide all questions which may arises as to quality acceptability of materials furnished and work executed
manner of execution, rate of progress of the work, interpretation of the plans and specifications and acceptability of fulfillment of the amount and
13
Contractor Executive Engineer P.W.D. A.M.C., Akola
quantity of work performed and materials furnished and his decision and measurements .shall be final in all such matters and in any technical
question which may arise ouching the contract, his decisions shall be binding on the contractor. The Engineer-in-charge shall have the power to enforce such decision and orders if the contractor fails to carry them out promptly if the contractor fails to execute the work ordered by the Engineer-in-charge , the Engineer-in-charge may give notice to the contractor specifying a
reasonable period there in and on the expiry of that period proceed to execute such work, as may be deemed necessary and recover the cost there of from the contractor.
The Engineer-in- charge shall record measurements in measurement book provided by the Municipal Corporation Akola and certifies quantities, amount of contractors bill for payment.
1.1 AUTHORITIES OF THE ENGINEER-IN-CHARGE REPRESENTATIVE The duties of the representative of the Engineer-in-charge are to watch and supervise the work and to test and examine any materials to be
used or workmanship employed in connection with the works. 1.2 The Engineer-in-charge may from time to time, in writing, delegate to his reprehensive any of the powers and authorities vested in the
Engineer-in-Charge and shall furnish to the contractor a copy of all such delegations of powers and authorities any written instruction of approval given by the represent of the Engineer -in-charge to the contractor within the terms of such delegation shall bind the contractor and the department always as follows.
a] Failure of the represent of the Engineer-in-charge to disapprove any work or materials shall not prejudice the power of the Engineer-in-charge
there after or disapprove such work or materials and to order to pulling down, removal or breaking up thereof.
b] If the contractors is dissatisfied with decision of the reprehensive of the Engineer-in-charge, he shall be entitles to refer the matter to the Engineer-in-charge. who shall there upon confirm, reverse, or vary such decision.
2] OTHER CONDITIONS FOR SUBMISSION OF TENDER 2.1 The contractor shall be deemed to have carefully examined the work and site conditions including labor, the general and special conditions, the specifications, schedules and drawings and shall be deemed to have visited the sites of the work and to have fully informed himself
regarding the lead conditions including tide and water levels, wind and current velocity and sub-soil conditions and carried out his own investigation
to arrive at the rates quoted in the tender. In this regard he will be given necessary information to the best of the knowledge of department but without any guarantee about it.
2.2 It is presumed that the contractor has carefully gone through the works specifications, P. W.D Hand Book and the Schedules of rates and studied the site conditions before arriving at the rates quoted by him. He will have to rigidly and strictly follow all such specification.
3.A LAYOUT OF WORK: 3.A Layout of the work will be done by the contractor in consultations will the Engineer-in-charge.Municipal Corporation, Akola or his representative some permanent marks should however be established to indicate the demarcation of the structure or any component there of may to
this permanent marks in measurement books and drawing signed by the contractor and the department officer, responsibility regarding layout will be
joint.
3 TREASURYTROVE In the event of discovery by the contractor or his employees during the progress of the work, of any treasure fossils, minerats, or any other articles of value or interest the contractor shall give immediate intimation there of the Engineer-in -charge and forthwith make over to the Engineer-
in-charge his reprehensive such treasure or things which shall be the property of Government.
4 WORK ORDER BOOK. 4.1 The Contractor shall himself engage an authorized full time agent on the work capable of managing and guiding the work and understanding the specification and contract conditions. A qualified and experienced Engineer also shall be provided by the contractor as site
Engineer for all technical matters. Site Engineer can also be designated as an agent of the contractor. Agent will take order as will be given by the Engineer-in-charge or his representative and shall be responsible for carrying them out. The agent and /or site Engineer shall not be change without prior intimation to the Engineer-in-change and his representative on the work sit. The contractor shall supply to the Engineer-in-charge the details of
all supervisory and other staff employed. by him and notify changes when made and satisfy the Engineer-in-charge regarding the quality and sufficiency of the staff thus employed. The Engineer -in-charge will have the right to ask for changes in the contractors supervisory staff both with
respect to number and quality and to order removal from work any of such staff. The contractor shall comly with such orders. 4. A work order book shall be maintained on site and it shall be property of the Deptt. Contractor shall promptly acknowledge the orders given terein given by the Engineer-in-charge or his authorized representative or his supervisor officer, and comply with them .The compliance shall be
reported by the contractor to the Engineer-in-charge in good time so that it can be checked .The blank work order book with machine numbered pages in quadr duplicate with perforated sheets for three copes to be detached. will be provide by the department for this purpose. Whenever any
instructions are written in the work order. The contractor will be supplied the first carbon copy.
5 INITIAL MEASUREMENT FOR RECORD:- For proper measurements of the work it is necessary to have in ihtial set of levels or other measurements taken. the same as recorded in the
authorized field book. Measurement book of department by the Engineer-in-charge or his authorized representative will be signed by both the parties that is department officer and contractor or his legal representative ,who will be entitled to have a true copy of the same made at his cost. Any failure
on the part of the contractor to get such levels etc. recorded before starting the work will tender him liable to accept the decisions of the Engineer-in-
charge as to the basis of taking measurements. The contractor shall not cover any work which will tender its subsequent measurements difficult or
impossible without first getting the same jointly measured and recorded by himself and the authorized representative of the Engineer-in-charge. The record of such measurements maintained by the Department shall be signed by the contractor and he will be initiated to haved a certified true copy of the same made at his cost.
6 CUSTODY OF WORK:- All work and materials before being finally taken over by Department will be the entire liability of the contractor for guarding maintaining and
making good any damages of any magnitude. lt ig however ,to be understood that before taking over such work deptt. will not put it to its regular use as distinct from casual or incidental use .except as specially mentioned elsewhere in this contract or as mutually agreed to.
7 CO-ORDINATION :- When several agencies for different sub works for the project are to work simultaneously on the project sit, the contractor shall tender full
co-ordination for achieving proper co-ordination between different contractors to ensure timely completion of the whole project smoothly. The
scheduled dates for completion specified in each contract shall therefore be strictly adhere to. The contractor may make his. Independent arrangement for water .power, access housing etc, but if he so desire he will be at liberty to come to mutual agreements with
other contracting agencies in this behalf and make joint arrangements with the approval of the Engineer-in-charge. The contractor shall not take or cause to be taken any step or action that may cause disruption .delay, discontent or disturbance to work, labor or other arrangements etc of other
14
Contractor Executive Engineer P.W.D. A.M.C., Akola
contractors in project localities Any action by the contractors which the Engineer-in-charge is his unquestioned description may consider
infringement of the above would be considered as a breach of the contract and shall' be dealt with as such. Incase of any dispute of disagreement between the various contractors. the Engineer-in -charge decision regarding the co-ordination, co-
operation and facilities to be proved be any of the contractors shall be final and binding-on the contractors shall not vitiate the contract nor absolve
the contractor or his obligations under the contract, from the grounds for any claim or compensations.
8. PATENTED DEVICES,MATERIALS & PROCESSES :- Whenever the contractor desires to use any design .device, material pro cess covered by letter of patent or copy right, the right for such use
shall be secured suitable legal arrangement and agreement with patent owners and the copy of their agreements shall be filed with Engineer-in-
charge.
7. RELATION WITH PUBLIC AUTHORITIES :- The Contractors shall comply with all rules ,regulations, byelaws and directions given from time to time by any local or public authority or
body in connection with this work and shall himself pay fees or charges which are leviable on him without any extra cost to The Municipal Corporation, Akola.
8. INDEMNITY :,- The contractor shall indemnity the department against all actions .suits, claims and demands brought or made against it in respect of
anything done or committed to be done by the contractor in execution of or in connection with the work of this contract and against any loss or
damage to the department in conquences of any action or suit being brought against contractor for anything done or committed to be done in the
execution of the works of this contract. The department may. at its direction and entirely at the cost of. contractor. defined such suit either jointly
with the "contractor or singly in case the latter chooses not to defend the case.
9. STACKING AND STORAGE AND GUARDING OF MATERIALS:- 9.1 The stacking and storage of materials st site shall be in such a manner as to prevent deterioration or instruction of foreign matter and to
ensure the preservation of their quality. properties and fitness for the work. Suitable precautions shall be taken by the contractor to protect the material against atmospheric actions. fire and other hazards. The materials likely to be carried away by wind shall be stored in suitable.
stores or with suitable barricades and where there is likelihood of subsidence of soil. heavy materials shall be stored on craved platforms. Suitable separating barricades and enclosures as directed shall be provided to separate materials brought by contractor and materials issued by the Municipal
corporation, Akola to contractor under "A" Same applies for the materials obtained from different sources of supply.
9.2 The contractor shall at his own expenses, engage watchman for guarding the materials and plant and machinery and the work during day and night against any pilferage or damage and also for prohibiting trespassers.
9.3 No materials brought to the site shall be removed from the site without the prior approval of the Engineer-in-charge. 10.1 The contractor shall inform the Engineer-in-charge in writing when any portion of the. work is ready for inspection giving him sufficient
notice to enable him to inspect the same without affecting the further progress of the work. 10.2 The contractor shall provide at his cost necessary ladders and such arrangements as are considered safe by the Engineer-in-charge for proper inspection of all parts of the work.
10.3 The contractor shall extend his full op-operation and make all necessary arrangement when need for carrying out inspections of the work
or any part of the work by the local representatives, M.L.A.s M.Ps. and officers and dignitaries/delegates of various Government departments, local
bodies, private sectors. etc. No compensation shall be paid to the contractor on this account. 10.4 They shall be carried Out by the contractor without causing damage to the existing property and private-property. If any such damages ,are caused the contractor shall pay for restoration of the property to the original conditional conditions, any other consequent damages.
11. In the event of an occurrence of an accident involving serious injuries or death of any person ,at site of work or quarry or at any place in connection with the work the same shall be reported in writing within twenty four hours of the occurrence to the Engineer-in-Charge / Authority and
the Commissioner of workmen's compensation. 12. The contractor after completion of work shall clean the site all debris and remove all unused material other than those supplied by the
department and all plant and machinery equipment .tools etc. belonging to him within one month from the date of completion of the work, or otherwise the same will be removed by the department at his cost or disposed off as per departmental produce .In case the material is disposed off by department sale proceeds will be credited to the contractors account after deducting the cost of the sale incurred, however no claim of contractor
regarding the price are amount credited will be entertained afterwards.
13. RESTRICTIONS BECAUSE OF LOCAL TRAFFIC : As there is local traffic by the side of construction during construction of the building, the contractor will have to take proper precautions such as proper barricading fencing, lighting, information and cautionary boards for safe-and smooth flow of traffic and keeping the concerted authorities informed about the work in progress.
14. COMPLETION CERTIFICATE 14.1 The work shall not be considered to have been completed in accordance with the terms of the contract until the Engineer-in-charge shall
have certified in writing to that effect. No approval of material or workmanship or approval of part of the work during the progress of execution shall bind the Engineer-in-charge or any way prevent him from even rejecting the work which is claimed to be completed and to suspend the issue of his certificate of completion until such alteration and modifications or reconstruction have been effected at the cost of the contractor as shall enable him
to certify that the work has been completed to his satisfaction. 14.2 After work is completed the contractor shall give notice of such completion to the Engineer-in-charge and within 30 days of receipt of such
a notice the Engineer-in-charge shall inspect the work and if there is not defect in the work. shall finish the contractor with a certificate indication the
date of completion However, if there are any defects which in the opinions of the Engineer-in-charge he shall inform the contractor the defect
noticed ,The contractor after rectification of such defects shall infirm the Engineer-in-charge And Engineer on his part shall inspects the work and issue the necessary completion certificate within 30 days if the defects are rectified to his satisfaction ,and if not he shall inform the contractor indication defects yer to be rectified. the time cyle as above .shall continue.
14.3 In case defects noticed by the Engineer-in-charge which in his opinion are not rectifiable but otherwise work is acceptable at reduced payment. work shall be treated as completed. ln such cases completion shall be issued by the Engineer-in-charge within 30days indicating the un-
rectifiable defects for which specified reduction in payment is being made by him. . ' 14.4 The issue of completion certificate shall not be linked up with the site clearance on completion of the work.
14.5 Regular public traffic should be allowed on this bridge/road at any stage prior to its being taken over .then the maintains period shall be
deemed to commence from the date of such traffic passing over the bridge/road and shall be up to 30days after the date of issue completion certified by Engineer-in-charge but not more than 12 months after opening to traffic.
19 ANCILLARY WORK The contractor shall submit to Engineer-in-charge in writing the details of ancillary works including layout and specification to be
followed for its constructions. ancillary works shall not be taken up in hand unless approved by Engineer-in-charge. The Engineer-in-charge reserves the right to suggest modifications or make complete changes in the layout and specifications proposed by the contractor at any stage to ensure the
15
Contractor Executive Engineer P.W.D. A.M.C., Akola
safety of the work sit. The contractor shall carry out all such modifications to the ancillary works at his own expenses as ordered by Engineer-in-
charge.
20. TEMPORARY QUARTER The contractor shall at his own expenses make his own arrangement or housing hi staff with all necessary the amenities and protective
measures etc .General layout plan for such structure shall be get approved from the Engineer-in-charge. It will be the responsibility of the contractor to get his layout plan of temporary structure approved also from the local competent authorities.
21. SAFETY MEASURE The contractor shall take all necessary precaution for the safety of the workers and reserving their health while working in such job which
require special protection issued and precaution wherever required. The contractor shall also comply with the directions issued by the Engineer-in-
charge in this behalf from time and all times.
The following are some of the requirements. (the list is not exhaustive) i) Providing protective foot wear to workers in situation like mixing and placing of mortar or concrete in quarried and places where the work
is to be done under too much wet conditions as also movement over surface infested with cyster growth.
ii) Providing protecting head wear to workers. working in quarries etc. to protect them against accidental fall of material from above. iii) Providing hands rails at the edge of the floating platforms, barges, walk, ways, ladders etc. iv) Providing work meneith safety belts. ropes etc. when working on any masts, cranes, cribs, hoists, dredgers etc.
v) Taking necessary steps towards training the workers concerned on the use of machinery before they are allowed to handle in independently
and taking all necessary precautions in hand independently and taking all necessary precaution in had around the areas where machines
hoists and similar units are working. Wherever required by the law the persons handing the machinery shall have to requisites license certificate etc.
Vi) Preventing over loading and over crowding of floating arid land based machinery and equipment.
Vii) Providing life belts to all men working at such situation from where they may Accidentally fall in to water on the ground. Equipping the booth with adequate numbers of life buoys etc,
Viii) Avoiding pare live wires etc. as would cause electrocuton. iX) Marking all platform. staging and temporary structures sufficiently strong and not causing the workmen and supervisory staff to work
under risks.
X) Providing sufficient first aid .trained staff and equipments to be available quickly at the work site to render immediate first-aid treatment in case of accidents due to suffocation, drawing and other injuries.
Xi) Taking all necessary precaution wherever divers are engaged on work. Xii) Providing full length gum-boots, leather hand gloves, leather jacket with fireproof aprons to cover the chest and back reaching up to knees
and plain goggles .for the eyes to labor working with hot asphalt, handling vibrators in cement concrete and also where. use also of any of these items is essentional in the interest of health and well being of the opinion of the Engineer-in-charge.
22. MEDICAL AND SANITARY ARRANGEMENT TO THE PROVIDED FOR LABOUR EMPLOYED IN THE CONSTRUCTION
BY THE CONTRACTOR a] The contractor shall provide an adequate supply of potable-water for the use of labors on work and in camps
b] The contractor shall construct trench type or semi permanent latrines for the use of labors. separate latrine shall be provided for men and women.
c] The contractor shall build sufficient number of huts on a suitable plot of land for the use of the laborers according to the following
specifications. i] Huts of bamboos and grass may be constructed.
ii] There should be no over crowding, The floor space at the rate of 3 Sq .M. per head shall be provided .Care should be taken, to see. that huts are kept clean and in good order,
iii] The contractor must find his own land. lf he wants Governments land he shall apply for it Assessment for it if demand will be payable by contractor however the department does not bind itself of making available the required land.
iv) A good site not liable to submergence shall be selected, high ground remote from jungle but will protected with trees .shall be
chosen wherever it is available. The. neighborhood of tank. jungle grass and weeds should be particularity avoided .Camps should not be established close to large cutting of earth work.
v) The lines of huts shall have open spaced of at least 10 meters between rows. When a good natural site can not be procured particular attention should be given to the drainage
d) The contractor shall construct sufficient number of bathing places. sufficient number of washing places should a lose be provided for the
purpose of washing cloths. e) The contractor shall make sufficient arrangements for draining away the surface and savage water as wilt as water from the bathing and
washing place and shall dispose of his waste in such way as not cuse nuisance. f) The contractor shall engage a medical officer with a traveling dispensary for camp containing 500 or more persons if their' is no
Government or other private dispensary situated within eight, kilometers from the camp .In case of emergency contractor shall
arrange at his cost, fee transport for quick medical help to his sick workers. g) The contractor shall provide the necessary staff for affecting the satisfactory conservancy and cleanliness of the camp to the satisfaction of
the engineer-in-charge. At least one sweeper per 200 persons should be, engaged. ,
h) The Assistance Director of Public Health shall be consulted before opening a labor camp and his instructions on matter' such as water
supply .sanitary convenience, the camp site, accommodation and food supply, shall be followed by the contractor. i) In addition to above all provisions of the relevant layout act pertaining to basic amenities to be provided to the laborer shall be applicable
which will be arranged by the contractor.
j) The contractor shall make arrangements for all anti-malaria-measures to be provided for the labor employed on the work .The anti-malaria measures shall be as directed by the District Health Officer.
23) The contractor except as provided in special conditions which follows, shall if necessary construct at his own cost temporary roads and maintain these in proper conditions till completion of the work. at his own cost.
24) The contractor except as provide in special conditions which follows. shall have to at his own expenses make all preliminary
arrangements, for labor. water. electricity and materials etc. immediately after getting the work order. The Bank may tender necessary assistance in this regard by way of letters of recommendation, if so requested by the contractor. No claim for any extra payment of application, for extension of
time on the grounds of any difficulty in connection with above matters ,will be entertained. 25 WORKING METHOD AND PE06RESS SCHEDULE :
25.1 The contractor shall submit within the time stipulated by the Engineer-in -charge in writing the details of actual methods that would adopted by the contractor for the execution of any item as required by Engineer at each of the locations, supported by necessary detailed drawings and
16
Contractor Executive Engineer P.W.D. A.M.C., Akola
sketches including those of the, plant and machinery that would be used there locations arrangement for conveying and material ect. and obtain prior
approval of Engineer-in -charge items of work The Engineer-in -charge reserve the right to suggest modifications or make correction in the method proposed by the contractor whether; accept previously or not at any sage of the work to obtain the desired accuracy quality safety and progress of work which shall be binding on the contractor the contractor shall take cognizance of such suggestions / objections and suitably modify his method
of construction by Municipal corporation, Akola. So long as the specifications of items remain unaltered.
25.2 The contractor shall furnish within one month of the order to start the work, a programmed of work in quadruplicate the indicating the date of actual start the monthly progress expected to be achieved and the anticipated completion date each major item of work to-be /done by him. also
indication dates of procurement of materials and setting. up of plant and ', machinery. The programmed is to be such as to be practicable of,
achievements towards the completion Specified in the whole work in the time limitation of the particular items ,if any ,on the due dates specified in the contract. Planning arid programmed of work shaft be able by the mutual discussion between the Engineer-in-charge and contractors
representative in charge of the work. The progress of the work shall be reviewed every 15 days and revised programme shall be drawn up if necessary. No revised programmed shall be operative without the approval of Engineer-on-charge in writing, The Engineer is further empowered for
asked for more detailed schedule say weekly for any item/or items case of urgency of works will be directed by him and the contractor shall supply the same as and when' asked for acceptance of the programme revised the programme by the Engineer -in-charge shall not relieve the contractor of his responsibility to complete the whole of work by the prescribed time or the extended time if, any.
25.3 The contractor shall furnish sufficient plant. equipment and labor as may be necessary to maintain the progress schedule. The working and
shift hours restricted to be shift a day for operation to be done under the Deptt's supervisions .shall be such as may be approved by the Engineer-in-charge. They shall not be carried without the prior approval of the ' Engineer-in -charge ,Night work which required supervision Shall not permitted except when specifically allowed by the Engineer-in-charge each time .of required by contractor The Contractor shall provide necessary lighting
arrangement' etc .for night work ,as direct by Engineer-in-charge with out extra cost. 25.4 The contractor shall submit reports on progress of the work informs and statements .etc. at periodical intervals in the from of progress
charts. forms sties land/ or reports as may be approved by the Engineer-in-charge. Formed for sending reports about the progress will be supplied by the Engineer-in-charge.
25.5 The contractor shall maintain performs, chart details regarding machinery, equipments, labor, materials, periodical returns there of
preformed be got approved from the Engineer-in-charge. 26. PAYMENTS :-
The contractor must understand clearly that rates quoted are for corn work and include all cost due to labor, all leads and lifts involved, and if further necessitated scaffolding, plant machinery supervision power service works, royalties, octory taxes etc. and should also include all expenses
to cover to cost of lighting .Night work if and when required ,and no claim for additional payment beyond the rates quoted will be entertained and the tender will not be entitled subsequently to make any claim or the of any representation or on any promise by any person or on the ground of any failure on his part to obtain all necessary information for the purpose of marking his. tender and fixing the served price and rates their in believe him
from any risks or liabilities arising out or consequence upon the submission of the tender.
Payment to the contractor will be made by cheque only provided the amount to be paid exceed Rs. 100/-Smaller amount will be paid in
cash.
27 CLAIMS FOR EXTRA WORK :- 27.1 Claims for extra work shall be registered within 30 days of occurrence of the event However, bills for, these claims along with supporting
date details may be submitted subsequently. 27.2 Bills for extra work or for any claim shall be paid separately apart from the interim bills for the main work. The payments of bill for the
main work shall not be withheld for want of decision on the extra/claims not covered in the Schedule of items for extra work.
28 Bills And Payments
28.1 The format of running bill on which the bills are to be submitted-by the contractor shall be supplied to the Contractor by the Engineer-in-charge printed copy of the bill for musper this format shall be arranged by the. contractor at his cost .The bills in three copied shall be submitted to the concerned Engineers representative in the standard perform only,
28.2 The final bill shall be submitted by the contractor within one month of the issue of completion certificate .The final will be paid within six month of initial submission.
28.3 Recovery of secured advanced shall be effected through bills proportionately as per consumption of material in the work billed for. 28.5 The contractor can have true copy of the bill paid to him after paying charges for photo copy the same.
28.6 CONTROLLED CONCRETE :-
Full payment shall be made when 80 % of the test cube results are equal to and above the minimum specified strength and remaining 20%of.the results above 80%of.the specified strength.
28.7 ORDINARY CONCRETE :- Full payment shall be made when 75% of the test cube results are equal to and above the minimum specified strength and remaining
25%ofthe results above 75% of the specified strength, cases falling outside the above limit shall be examined by the Engineer-in-charge on merits in
each case.
29 ASSITANCE IN PROCURING PRIORITIES , PERMITS ETC: 291 The engineer-in-charge- on written by the contractor, will if his opinion the request is reasonable and in the interest of work and its
progress, Assist the contractor in securing police protection and the priorities of deliveries transport permits for controllered material, permits for
quarries and other similar permits including labour license etc. where such are needed. All cost in this behalf shall be borne by the contractor ,the department will not, however, be responsible for non-availability of such facilities or delays in this behalf and ho claims on account of such failures of delays shall allowed by the department.
29.2 The contractor will have to make his own arrangement of machinery required for the work.
30 WATER SUPPLY :- 30.1 Availability of adequate water of works and sources there of shall be confirmed by the contractor before submitting of tender. 30.2 The contractor shall make his own arrangement at his own Cost for entering Into contract with concerned authorities for obtaining the
connection and carry the water upto the work site as required by him. The location of the pipe line with respect to the road shall be decided by the
Engineer-in-charge and shall be binding on the contractor .The department shall not here any responsibility in respect of any problem and contractor shall not liable for getting any compensation on any ground. The progress of work shall not hamper for the above reasons.
30.3 The contractor is advised to provided water storage tank of adequate capacity to take care of possible shutdown of water system. 30.4 The contractor shall have to supply water required by the department for its establishment at work site
31 ELECTRICITY:-
17
Contractor Executive Engineer P.W.D. A.M.C., Akola
31.1 The contractor will have make his own arrangements at his cost for obtaining or providing electric supply at works site. The department
shall not be any responsibility in respect of any problem and contractor shall not be liable for getting any compensation on any ground .The progress of work shall not hamper for the above reasons. 31.2 Electrical supply for the departments use at work site shall be provided by the contractor as mutually agreed terms .The contractor may not
abide by these conditions when power supply at the site fails .
32 TELEPHONE FACILITY : Contractor will have to make his own arrangement and his own cost for telephone connection at work site,if required.
33 MATERIAL-SOURCES :
33.1 The tender shall their own independent investigation into the availability as well as suitability of the various materials required for construction as referred to in his para.
33.2 The contractor will be have to make his own arrangements for procuring quarries or the quarry perm its, necessary assistance for which will be given by the departments.
33.3 Lime stone shall be permitted for any concrete work.
34 LAND: 34.1 The contractor shall make all efforts to obtain land required for the ancilla, works .In case the contractor is unable to obtain land and if
requested then the department may requisition land at his cost -
34.2 Land is available with the department or requisitioned by the department at the request of the contractor will be handed over to the
contractor for such use as will be necessary for ancillary works required on payment or rent to the department .Plot development if any will have to be done by the contractor with the regulations of the local authority. 34.3 If for the purpose of construction it becomes necessary for the contractor to occupy land not in possession of the department the contractor
will have to make-his own. arrangements with the land owners and pay such compensations as mutually agreed between them. 34.4 On completion of work , all land mentioned in para 35.1,35.2,35,3 shall be handed over back to the owner the department as the case may
be after clearing the land as directed by the Engineering-in-charge. Dismantling of building on Government or department land shall be done only after approval of the Engineer-in-charge.
35 FLOOD AND ACCIDENT The contractor shall take all precaution against damages by floods, submergence being area is low lying or from accidents etc. not covered
by accepted riskes .No compensation will be allowed to the contractor on this account or for carrying out the repairing of any such damages to the
sork during construction. The contractor shall be liable to make good at his cost any plant or material belonging to the government lost or damage by floods or from any other causes why in his charge .
The proof of occurrence of flood report with flood level will have to be furnished by the contractor. No compensation will be all allowed for losses on ancillary items any equipments etc. which are brought to the site by the contractor for effecting execution of the work. 36. It any "Urgent Works" (In respect where the decision of the Engineer-in-charge shall be final and binding) become necessary and
contractor is unable or unwilling to carry it out at ones, the Engineer-in-charge the contractor is liable under the contract to carry out at his expenses
all expenses incurred on it by the department shall be recoverable from the contractor, and he adjusted or set of against any some payable to him.
37. STANDARD CONSUMPTION OF CEMENT FOR THE BUILDING/ ROADS/C.D WORKS
Sr.
No.
Volumetric Mix
of Concrete
Consumption of Cements
in bags/cum
1.
M-100
4.4 Bags
2
M-150
6.4 Bags
3
M-200
8.0 Bags 4 M-250 11.2Bads
The rate of consumption of the various grades of concrete preferred above is a theoretical rate of consumption assumed for the estimate
purpose, the contractor will have to obtain and economic mix design for various grades concrete and get be as per standard
specifications'No.B-7, Page38.
Immediately upon the receipt of the award of the contract ,the contractor shall inform the Engineer-in-charge the exact location of the sources of acceptable materials to be used shall begot designed in an approved laboratory by the contractor with minimum quantity of cement to give the specified strength in the preliminary test and the proportions got approved by the Engineer in writing. These proportions shall be used so long as
the .materials continue to be the same quality and from the same sources subject only to. slight changes in the relative qualities of fins and coarse aggregate for the purpose of proceeding workability provided the works tested also show the required strengths .
If such preliminary tests involve chance in the theoretical .cement factor originally set forth in the special provisions up ,to 2 percent on the higher or lower sight, no adjustment in the cost of the item to be paid to the contractor shall be made. lf such alternation change the theoretical
cement factor by more the 2 percent, on the higher or lower side, the source and quality of aggregate remaining the same. payment will be adjusted
for or against the contractor in whatever amount the total cost of cement to the contractor has. beep increased by more than 2 percent. The amount of such increase or decrease shall be calculated on the basis of quantity of cement determined and prescribed in the special provision.' In adjusting the
cost, only the cost of cement shall be considered and not handling or other changes Which shall be treated in incidental to the item. If during the progress of the work, the contractor wished to change the materials the proportion shall be fixed on the basis of fresh
preliminary tests to give the required strength after the Engineer is satisfied that the materials satisfy the specification. No adjustment of cost shall be made for changes of proportions cement fixed in, the original preliminary tests.
RECOMMENDED STANDARD RATE OF CONSUMPTION OF CEMENT
FOR DIFFERENT ITEMS OF BUILDINGS, ROADS & C.D WORKS.
Sr.
No.
Item no as
per standard spec book
brief description of item unit Quantity of cement
per unit work (No of bags 50 kg each
BSRF Providing and laying insitu C.C. M15/1:4 of trap / granite / quartzite / gneiss
metal in foundation including necessary bailing out water, compacting and curing etc. complete
m3 6.2 Bags
CD 3B Providing and laying insitu cement concrete of 1:4:8 proportion with trap /
granite / quartzite / gneiss metal in foundation including necessary compacting
m3 6.4 Bags
18
Contractor Executive Engineer P.W.D. A.M.C., Akola
and curing etc complete.
CD 6 Providing uncaused rubble trap / quartzite / gneise stone masonry in cement mortar 1:5 in for piers, abutments wings returns headwalls parapet etc, including striking joints of the non exposed faces and pointing the exposed faces with
cement including scaffolding and watering masory complete including balling out water.
m3 1.6 Bags
BD E 3 Providing and casting insitu, cement concrete m15 (1:2:4) of trap / granite / quartzite / gneiss metal for coping to plinth or parapet molded or chamfered as
per drawing or as directed including centering from work compacting roughening
them if special finish is to be provided finish is to be provided finishing if required and curing etc. complete.
m3 6.4 Bags
38 CONTRACTORTO INFORM HIMSELF FULLY The contractor shall be deemed to have carefully examine the work and site conditions including labor, the general and the special
conditions, the specifications, schedules and drawing and shall be deemed to have visited the site of the work and to have fully informed himself regarding the local conditions including water level, current velocities and sup-soil condition and carried out his own investigations to arrive at the
rate's quoted in the tender. ln this regard he will be given necessary information to the best of knowledge of department but without any guarantee about it. It the shall any doubts as to the meaning of any portion of these general conditions, or the special conditions to the scope or working of
the specifications and drawing or any other matter concerning the contractor, he shall in good time before submitting his tender set forth the particulars there of and submit them to the Engineer in writhing in order that doubts may be clarified authority before tendering once a tender is
submitted the matter will be decided in accordance to the tender conditions in absence of such authentic clarification.
39 ERRORS, OMISSIONS AND DISCREPANCIES (a) In case of errors. omissions and or discrepancy between written and scaled dimensions in the drawings or between-the drawing and
specification etc. the following order of preference shall apply.
i) Between actual scaled and written dimensions or description on a drawing the later shall be adopted. ii) Between the written or shown descriptions or dimensions in the drawing and the corresponding one in the specification the later shall be
adopted. iii) Between the quantities shown in schedule of quantities and those arrived at from the drawing the later shall be adopted.
(b) In all cases of omissions and /or doubts of discrepancies or description of any item specifications a reference Shall be made to the Engineer-in-charge. Whose elucidation elaboration or decision shall be considered as authentic. the contractor shall be held responsible
for any errors that may occur in the work through lack of such reference and precautions.
40 SAMPLE AND TESTING OF MATERIALS i) All materials to be used on work such as cement, lime, bricks, aggregates steel , stones, asphalt, wood. tiles, murum metal etc. shall be got approved in advance from the Engineer-in-charge and shall pass the tests arid or analysis required by him.
ii) The Contractor shall at his risk and cost make all arrangements and/or shall provide for all such facilities as the Engineer-in-charge may require for collecting .preparing and for warding required number of samples for tests or for analysis to the nearest approved laboratory and
bear all charges and cost of testing .Such samples shall also deposited with the Engineer-in-charge till sent for testing.
iii) The contractor shall, if and when required submits as his cost the samples of material to be tested or analyzed and if so directed ,shall not make use of or incorporate in the works any materials to be represented by the samples until the required tests or analysis have been made and after the test
results of the material finally accepted by the Engineer-in-charge.
iv) Testing etc (1) The contractor shall make field arrangements for testing of all materials for cement concrete i.e slump test, bulk age test, compression test etc . The concrete cube mould 3 Nos. of 15x15x15 cm. size shall be kept at site during concerting operation. One set of cube shall be prepared from the concrete to be used in work for compression test each on the first three days operation and then after for 60 cubic meters of concrete for three
days work which ever is less ,lf source of agrees grading is changed, one set of six test cubes shall be taken for-each changed batch .Three cubes
shall be tested for test at 7 days and 3 to 20 days in Regional testing Lab, Nagpur / Amravati /Akola or in Government College of Engineering,
Nagpur. Amravati /Akola or at any approved laboratory. All the testing charges shall be borne by contractor. The entire responsibility of the testing of materials will be borne by the contractor. '
(2) Mixing of concrete shall be done with concrete mixers. (3) For providing Electric wiring duct tubes of the required diameter and length shall be Provided through walls, beams, and floors, slabs as and when directed without extra cost.
(4) a) The contractor will make his own arrangements for receiving all materials tools. etc, required for the work.
b) No extra charges for the carriages of water will be allowed.
c) The rates for all items are inclusive of all charges such as carting, lifting. etc. no extra payment any lead and lifts will be paid for any item.
d) The contract should not be sublimed without written permission of the Engineer-in-charge/competent authority. e) The conditions in the tender notice will be binding on the contractor and the tender notice will form a part of agreement.
f) Frequency of testing shall be as per relevant work specifications. In case such frequency is not specified in works specifications then the I.S. Code will be referred and for other case where I.S code do not stipulate the frequency of testing, it will be decided at
the beginning.
UNDER CLAUSE 40 (II) (111) (IV) The contractor shall give necessary assistance to collect the samples from work and deliver the same to the specified laboratory for testing
without laying any charges.
4.1 WEIGHT BATCHING The following instructions shall be followed as regard preliminary design of mix and methods of batching of plinth cement concrete and reinforced cement concrete. The preliminary mix design and batching for various grades of concrete shall be Government by the followings guide nines.
Concrete Grade Guide lines
19
Contractor Executive Engineer P.W.D. A.M.C., Akola
M-100 This should be ordinary concrete. Concrete shall be done by volume batching
M-150 Preliminary mix design shall be prepared for such mixes weight batching shall be done for cement, fine aggregate and coarse aggregate
M-200 to M-250 Preliminary mix design shall be prepared for such mixes weight batching shall be done for cement, fine aggregate
and coarse aggregate.
It wilt be responsibility of the concrete to obtain the mix design for cement concrete grade at his cost from the recognized institution.
4.2 MISCELLANEOUS :
42.1 Competency to tender: The work shall be awarded only to those contractor who are considered to be responsible bidders. capable of performing the class of work to be completed .Before passing the final award any or all bidders may have to show that he has the necessary
experience, facilities, ability and financial resources to execute the work in satisfactory manner and also within the stipule fed time. The bidder may also be required to furnish to the department a statement in respect of their experience and financial resources.
4.2 Eraser Persons tendering are informed that no erasers or any alternation by them in the text of the documents set herewith will be allowed and any such-eraser or an alternations will be disregarded .If there is any error in writing no over writing should be done out the wrong words of figures should be struck out and the correct one written above or near it in a unambiguous way. Such correction should be initialized and dated.
4.3 Acceptance: Intimation of acceptance of tender will be given by a telegram or a letters sent by registered post to the address given below
the signature of the sender in the tenders. The tenders which do not fulfill, any of the above, conditions or those in the form and which are
incomplete in any respect shall be liable for rejection.:
42.4 Precaution to be taken by the contractor to prevent Accidents : i) No live electric lines should allowed to run along the ground in the blasting zone and they should be at least about 10ft .above ground if
not more. ii) The wiring cable as supplied by the supplier of explosives .if such a cable is not available a substitute cable recommended by the explosive
suppliers should only be used no circumstances should-cable made up of several pieces jointed and taped be used. iii) The blasting shed from where the exploder is to be finally operated should be at least 500 ft. away from the area to be blessed; lt should
have a strong roof which cap withstand the impact of flying stones at this range.
iv) Only train hands should be allowed to handle explosive, cable detonators etc.
4.2.5 Police Protection-For the police protection of the camp of the contracts work, the deptt: will help the contractors as far as possible to arrange for such protection with concerned authorities. The cost shall be borne by the contractor.
42.6. For Providing .electric wiring or water line etc. recesses shall be provided if necessary through walls. slabs .beams etc .and letter on refilled it with bricks or stones chipping, cement mortar with out any extra cost. 42.7 In case it becomes necessary for the due date fulfillment of contract for the contractor to occupy, land outside the department limits the
contract will have to make his own arrangements s with land-owners and pay such rants. if any, which are payable as mutually agreed between them.
42.8 The contractor shall duly comply with the provisions of the Apprentices Act 1961 (III of 1961) and the rules and orders made there under
from time to time under the said Act and rules and on his failure of neglect to do. so he shall be subject to all the liabilities and penalties provided by the said Act and said Rules. 42.9 II is presumed that the contractor has gone carefully through the standard specification (Vol.1 and II 1981) conditions and the schedule of
rate of the division and has studied site conditions before arriving at rates quoted by him .The special provisions and detailed specification or word working of an items shall again precedence over the corresponding country provisions (if any)in the standard specifications given without
reproducing in the details in contract. Decisions of Engineer-in-charge shall be final in case of interpretation of specification 42.10 If the standard specification fall short for the item's quoted in the schedule of this contract, reference shall be made to the latest Indian
standard specifications I.R.C codes, if any of the items of this contract do not fall in reference quoted above the decisions and specification as directed by the Engine-in-charge shall be final.
43 LOAD TESTING : The Engineer-in-charge is empowered to order load testing if the building or its component whenever there is a doubt abduct workmanship
of the safety of the building component or whenever there is a need to confirm the workmanship and the safety of the structure by carrying out load
test ,The toad testing shall be carried out as per the specification B.R 58 of the books of standard: specifications published by buildings and Communications Department of the Government Maharashtra with such specification as ordered by Engineer-in-charge. 1 ] The load for such load test shall be full dead load (excluding self load of the member under test) plus 125% maximum design live load
(including impact) in case of R.C Bridges. 2] The load testing will be carried out by the department through a suitable competent Agency Test results from such be fixed by departments
will be binding on the contractor. 3] If the result of the load test are not found satisfactory the contractor shall strengthen the already cost member of reconstruct the member at his cost and also bear the cost of load test The decision of the Engineer-in-charge shall be final in this case.
44 DEFINITIONS : a} Unless excluded by or repugnant of the contents (a) the expression THE DEPART MENT in tender documents Shall mean The Municipal
Corporation, Akola .
b} The expressions "The Engineer -in-charge" as used in the tender papers shall mean that officer for the time being of the Department who is
designated as........ c} The expression the AUTHORITY as used in the tender papers shall mean the officer under whose control the work lies for the time begin
i.e The Executive Engineer The Municipal Corporation ,Akola.
d} The expression "Engineer of Engineer-in -charge "as used in the tender papers shall mean a the Engineer-in-charge of the work e} The expression contractor as used in the tended papers shall I mean the successful tenders that it the Tenderer whose tender has been
accepted and-who has been authorities to proceed with work. f} The Expression Contractor as used in the tender papers shall mean the deed of contract together with all its original accompaniments and
those letter incorporated in. it by mutual consent
FORM B-1 THE MUNICIPAL CORPORATION, AROLA (% RATE TENDER AND CONTRACT FOR WORK)
General Rules and Directions for the Guidance of Contractors.
1) All works proposed to be executed by contract shall be notified in a form of invitation to tender pasted on a board hung up in the office of the Engineer-in-charge Executive Engineer and signed by the Engineer-in-charge officer and by the compartment Authority.
20
Contractor Executive Engineer P.W.D. A.M.C., Akola
This form will state the work to carried out as well as the date for submitting and opening tenders and the time the allowed for carrying out
the work .also the amount of earnest money to be deposited with the tender and the amount of security deposits to be deposited by the successful tendere and the percentage if any to be deducted from bills it will also state whether a refund or quarry fees .royalties and ground rents will be granted copied of the specifications, designs and drawings and estimated rates, schedules rates and any there documents required in connection with
the work which will be signed by the Engineer-in -charge for the office of the Engineer during office hours. 2) In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof and in the event of the absence of
any partner. it shall be signed on his behalf by a person holding a power of attorney authorizing him to do so. 2[A][i] The contractor shall pay along with the Tender the sum of Rs. As and by way of earnest money .The contractor may pay the said amount by
forwarding along with the tender a Bank receipt for the said amount. The said amount of earnest money shall not carry any interest what so
ever.
(ii) The events of his Tender being accepted subject to the provision of subclause . iii) below .The said amount of earnest money shall be appropriated towards the amount of security deposits payable by him under condition of General conditions of contract.
(iii) If after submitting the tender the contractor withdraws his offer of modifies the same or if after the acceptance of his Tender the Contractor fails or neglects to furnish the balance of security deposits with out prejudice to any other rights and powers of the Dept. here under ,or in law .The Dept. shall be entitled to forfeit the full amount of the earnest money deposited by him.
(iv) in the event of his Tender not being accepted .the amount of earnest money deposited by the contractor shall, unless, it is prior there to
furled under the provision of subclasses (iii) above, be refined to him on his passing receipt therefore.
3) Receipts for payments made on accounts of any work, when executed by a firm should also be a firm should also be signed by the all the partners. except where the contractors are describe in their tender as a firm, in which case the receipt shall be signed in the name of the firm by one of the partners, or by some other person having authority to give effectual receipt for the firm.
4) Any persons who submits the tender shall fill up the usual printed form including the column total according to estimated quantities state at what rate he is willing to under' take each item of the work. Tender which purpose any alteration in the work specified in the side from of
invitation to tender ,or in the time allowed for carrying out the work or which contain any other conditions of any sort. will be liable to rejection No single tender shall include more than one work, but contractors who wish to tender for two or more work shall submit a separate tender for each.
Tender shall have the name and number of works to which they refer. written outside the envelope.
5) The Executive Engineer ir its duly authorize assistance will open the tender in the presence of any intending contractors who may be present at the time and will enter the amount of the several tender in a comparative statement is a suitable form in the event of tender be evening
accepted ,the contractors shall the upon ,for the purpose of identification. sign copies of specification and other documents mentioned in Rule . 1 .In the event of a tender being rejected ,the chairman shall authorize the concerned to refund the amount of earnest money deposited to the contract or
marking the tender ,on his giving a receipt for the return of the money 6) The competent Authority to dispose of the tenders shall have the rights of rejecting all or any of the tenders . 7) No receipt for any payment made by a contractor in regard to any matter relating to this tender or the contracts shall be valid and vending
on the M.C unless it is signed by Authority.
8) The memorandum of the work to be tendered for and the schedule of materials to be supplied by the Department and their rates shall be
filleting and completed by the office of the Engineer before the Tender form is issued if a form issued to an intending Tenderer has not been so filled in and completed ,he shall request the said office to have done this before he completes and delivers the tender. 9) All work what be measured net by standard' measure and according to the rules and customs of the AMC Akola without reference to any
local custom . 10) Under no circumstance shall any contractor be entitled to claim enchanted rates for any items in their contract.
11) All correction and additions or passed slips should be initialed. 12) The measurement of work will be taken according to usual method in use in the Public Work department and no proposal to adopt
alternative method will be accepted ;The Engineers decision as to what is the usual method in use in the Public Work Department will be final. 13) The tender will be liable to be rejected ,if while submitting the tender or in the case of a firm each partner thereof does not sigh or the signature/signatures is/are not attested by a witness on page 65 of the tender in the Space provided for the purpose.
14) Every tender shall submit along with the tender information regarding the income-'tax circle or ward of the district in which he is assessed to income-tax. the reference to the
number the assessment and the assessment year. 15) In view of the difficult position regarding the availability of foreign exchange. no foreign exchange, would be released by the Department for the purchase of the plant and machinery required for the execution of the work contracted for.
16) The contractor will have to construct shed for storing controlled and valuable materials issued to him under schedule" A" of the agreement .The materials will then be taken for use in the presence of the departmental person. No materials will be allowed to be removed form this site of
works. ' 17) The tendering contractor should famish detailed statement of works in hand showing the costs of works in hand and the works completed .against each with the certificate from head of the office concerned.
18) The tendering contractor should enclose the following documents with the tender. (1) A certificate of registration as approved contractor i n the appropriate category.
(2) An up-to-date Income Tax clearance certificate from the income Tax Authority.
(3) A list of machinery which he {they}possesses and which are proposed to be used on the work.
TENDER FOR WORKS I hereby for execution for the Municipal Corporation there after before-and hereafter referred to as Deptt. of the work specified in the under-written memorandum within the time specified in such memorandum.
As per rates entered in Schedule-B (Memorandum showing items of work to carried out) and in accordance in all respects with the specification .designs drawling, and in striations in writing preferred to in Rule 1 hereof and in clauses of the annexed conditions of contract and
agree that when materials for the work are provided by the Deptt. such materials and rate to be paid for them shall be as provided in schedule A here to.
MEMORANDUM This Tender be accepted, I/We hereby abide by and fulfill all the terms and provisions of the conditions of the contract annexed here to so
far applicable and default thereof to forfeit and pay to Municipal Corporation the sum of money mentioned in the said conditions.
I/We agree that this offer shall remain open for minimum period of 90 days from the date fixed for opening the same and there after until! it is with drowned by me/us by notice in writing duly addressed to the authority opening the lenders and sent by registered post A. D. otherwise
delivered at the office of the such authority.
TERM DEPOSIT FOR A PERIOD OF ONE YEAR :
21
Contractor Executive Engineer P.W.D. A.M.C., Akola
____________________________________ No. ____________________________________
Date _________________________________ Deposits Term Receipt for the 12 months in Nationalized Bank the sum of Rs___________________ representing the earnest money is herewith forwarded .the amount of earnest money shall be liable to be forfeited to the Municipal Corporation. Akola should I/we fail to (l)abide by the stipulation to keep the offer open for he period mentioned above or( 2 )sign and
complete the contract documents as required by the Executive Engineer & furnished the security deposited as specified in the item of (d) the memorandum contained in a paragraph(l)with in the time limit laid down in clause (I) of the annexed general conditions of contract the amount of
earnest money may be adjusted towards the security deposits on refunded to me/us if so desired by me/us in writing unless the same or any part thereof has been forfeited as aforesaid.
Signature of contractor
before submission of tender Contractor Address __________ Dated. ____________
day of ____________ Signature of witness (witness) ____________
Contractors Signature (Address) ____________
(Occupation) ____________
Engineer In charges Remark for acceptance of Tender : _______________________________________
Jr. Engineer Municipal Corporation. Akola
The above tender is hereby accepted by ma for and on behalf of the Municipal council, Akola
Executive Engineer Administrator
Municipal Corporation. Akola Municiple Corporation. Akola
Date the ______________ day of______________ 1999
CONDITIONS OF CONTRACT
CLAUSE 1: . The person /persons whose tender may be accepted (here in after called the contract ,which expressions shall unless exuded by or repugnant to the context includes his heirs, executors .administrators and assign shall (A)within 10 days. which may be. extended by the Executive
Engineer upto 15 days if the Executive Engineer thinks fit do so of the receipt by him of the notification of acceptance of his tender deposit with the
Executive Engineer cash or cash Government securities endorsed of to Executive Engineer if deposited for more than 12 months) of sum sufficient
which will made up the full security for more than12 months ] of sum sufficient which will made up the full security deposit specified in the tender or (B).permit Municipal Corporation the time of making any payment to him of work done under the contract deduct such as will amount to 5 % of all moneys so payable such deduction to held by Municipal Corporation way security deposited.
The security deposited referred to when paid in cash may at the cost of depositor be converted into interest bearing securities provided that the deposition has expressly desired this in writing.
If the amount of the security deposit to be paid in a lump sum within the period specified at(A) above is not paid the tender/contract already accepted shall be considered as canceled and legal steps taken against the contractor for recovery of the amount-The amount of the security
deposit lodged by a contractor shall be refunded a long with the payment of the final bill, if the date up to which the contractor has agreed to maintain the work in good order is over .The amount of the security deposit retained by Municipal Corporation shall be released after expiry of period of up to which the contract failing or neglecting to complete . rectification work within the period upto which the contractor has agreed to
maintain the work .in good order, than .subject to provisions of clause 17and 20 here of the amount of Security -Deposit retained by deptt. shall be adjusted towards the excess cost incurred by the deptt. on rectification work.
CLAUSE 2: The time allowed for carrying out the work as entered in the tender shall be strictly observed by the contractor and shall be reckoned from
the date on which the order to .commence work is given to the contractor .The work shall throughout the stipulated period of ' the contract be
proceeded with, with alt due diligence time being deemed to be of the essence of the contract on the part of the contractor and the contractor shall pay compensation and amount equal to one presenter such smaller amount as In-charge-Engineer (whose decision in writing shall be final) may
decide, of the amount of the estimated cost of the whole work as shown by the tender for every day that the work remains uncommented ,or unfinished .after the proper dates. and further to ensure good progress during the execution of the works, the contractor shall be bound ,jn a cases in which the lime allowed for any work exceeds one
month to complete. 1/4 of the work in +1/3 of the time
1/2 of the work in 1/2 of the time
3/4 of the work in 3/4 of the time
CONDITIONS OF CONTRACT
Note ; The quantity of work to be done within a particular time to be specified above shall be fixed by the officer competent to accept the
contracts after taking into consideration be fixed by the officer competent to accept the contracts after taking into consideration the circumstance of each case and inserted in the blank space kept for the purpose and abid by the programmed of detailed progress laid down by the in-charge-Engineer.
The following proportions-will usually be found suitable in 1/4, 1/2/3/4 of the time Reasonable progress of earth work-1/4,1/2.3./4 total of the work to be done. Reasonable Progress of masonry work-1/40,4/10,3/10 total value of the work to be done.
In the event of the contractor failing to comply with these conditions he shall be liable to pay us compensation an amount equal to one
percent. or such smaller amounts as the In charge chose decision in writing shall be final may decide of the said estimated cost of the 'whole work, for every day that the due quantity to the paid .estimated cost of. the whole work, for every day that the due quantity of work remains in compete,
Provided always the total amounts of compensation to the paid under the provisions of this clause shall not exceed 10 percent of the estimated cost. of the work shown in the tender.
CLAUSE 3 :
22
Contractor Executive Engineer P.W.D. A.M.C., Akola
In any case inn which under any clause or clauses. of this contract the contractor shall have rendered himself liable to pay compensation
among to the whole of his security deposit ( whether paid in -one sum or deducted by installments or in the case of abandonment of the work owing to serous illness or death of contractor or any other cause ,the competent authority ,on behalf of (he deptt. shall have power to adopt any of the following courses as he may deem best suited on the interest of bank
a) To rescind the contract of which notice in writing to the contractor under the hand of in-charge-Engineer shall be conclusive evidence and the security deposit of the contractor shall stand forfeited and be absolutely at the disposal of deptt.
b) To carry out the work or any part of work department debiting the contactor with cost of the work, expenditure incurred on and plant. and charges on additional supervisory staff including the cost of the Work charged establishment employed for getting the un executed. part of the work
completed. him with the value of the work done carries out by the contractor under the forms of the contract: The certificate of the in charge
Engineer as to the cost and other allied expanses so incurred and as to the value of the work done departmentally shall be final and conclusive against the contractor.
c) To order that the work of the contractor be measured up and to take such thereof as shall be unexcited out of his hands and to give it to another contractor to complete In which case all expenses incurred on advertisements for fixing a new contracting agency .additional supervisory
staff including the cost of work charged establishment and of the work executed by the new contract agency will be debited to contractor and the value of the work done or executed through new contractor shall be credited to the contractor in all aspect and the same manner and at the same rates as if it had been carried out by the contractor under the terms of his contract the certificate of the engineer as to all the cost of the work and the other
contractor and as to the value of the work so done shall be final and conclusive against the contractor
In case the contractor shall be rescinded under clause above the contract shall not be entitled to recover or be paid any sum of any work
there to for actually performed by him under this contract unless and until the in charge shall have certified in writing the such work and the amount payable to him in respect thereof and he shall only be entitled to be paid the amount so certified in the event of either of the courses (b) or (c) being adopted and allied expenses the exacting value of such work credited to the contractors the amount of excess value shall be deducted from any
money due to contractor by the government under the contract or otherwise however or from his security deposit claim against government even if the certified value of the work done departmentally or through a new contractor except the new certified cost of such work and allied expenses
provided always that whichever of the three courses mentioned in clause (a) (b) or (c) is adopted by the in charge engineer the contractor shall have to claim to compensation for any loss sustained by him by reason of his having purchased or procured of any materials or entered into any
engagements or made any advances on procured of any materials or entered into any engagement or made any advance account of or with a view of
the execution of the work or the performance of contract.
CLAUSE 4: If progress of any particular portion of the work is unsatisfactory the Engineer shall not with-standard that the general progress of the
work is satisfactory clause.-2, be entitled take action under clauses 3 (b) after giving contractor 10 days notice in writing and: the contractor will
have no claim for compensation, for any toss sustained by owing touch action, ,
CLAUSE 5: In any case in which any of the powers confined upon the in charge Engineer by classes 3, and 4 here of shall have become exercisable and
the same shall not been exercised .the non-exercise there of shall not constitute a waiver of any of the conditions hereof and such powers shall not
with-stand be exercisable in any future case of default by the contractor for which by any clause or clauses hereof he Is declared liable to pay
compensation amounting to the whole of his security deport and the liability of the contractor for past and future clause a or [e] 3 ,he may ,if; he SQ-desire/take possession of all or any tools, plant, materials and stores, in or upon the works or the site there of or beginning to the contractor, or procured behindhand intended to be used for the execution of the work or the any part there of paying or allowing for the same in account at the
contract rates, or in the case of contract rates not being applicable at current market rates to be certified' by the Engineer whose certified thereof shall be final .In the alternative the In charge Engineer may by notice in writing to the contractor of his clerk of the works foremen. or other authorized a
agent required him. to remove such tools, plant, materials or stores form the premises within to be specified in such notice and in the event of the contractor failing to comply with any such requisition the Engineer may remove them at the contractor's expenses or sale them by auction private
sate at and of any such removal them and the contractor in all respects and the certificate of the Engineer as to expense of any sale shall be final and conclusive against the contractor.
CLAUSE 6 : If the-contractor shall desire an extension of the time for completion of the work on the ground of his having been unavoidable difficulties
in its execution on any other ground ,he shall apply in writing to the chief officer through Engineer-in-charge before the expiration of 30 days from
the date to which he was hindered as aforesaid or on which the cause of asking for extension occurred .whichever is earlier and the Engineer may in his opinion there are reasonable grounds for granting an extension, grant such extension as he thinks necessary or necessary or proper .The decision on the Engineer in this matter shall be final:
CLAUSE 6A: In the case of delay In handing or the land required for the work due to unforeseen cause the contractor shall not be compensation on
whatever from the deptt. on the ground that the machinery or Labour for certain period .contractor may however apply to extension of time limit which may he grantee, of the merit of the case.
CLAUSE 7 On completion of the work the contractor shall be furnished with a certificate by the Engineer (hereinafter called the engineer in charge
such completion but no such certificate shall be given no/- Er shall the work he considered to be complete until the contractor shall remove &from
the premises on wick u.e work shall have been executed all .scaffolding .surplus materials and, rubbish and shall have cleaned of the dirt from all
wood work, doors, windows, floor or other parts of any building in or or upon which the work has been executed , or on which he may have had
possession of the engineer in charge or where the measurements of executing the work nor until the work, shall have been measured or where' the measurements have been taken by his subordinates until received the approval of the Engineer-in-charge ,the said measurement have been taken by his subordinates until they have ceiled the approval of the engineer in charge If the contractor shall fail to comply with the requirements of this
clause as to the removal of scaffolding surplus material and rubbish; dispose of same din on or before the date fixed for the completion of the work the Engineer - in-charge shy expense of the contractor remove such scaffolding surplus materials and as he thinks fit and dean off such dirt as
aforesaid and the corn: amount expense so incurred but shall have not claim in respect of any such scaffolding or surplus materials as aforesaid except for any some actually released by the sale there of
CLAUSES 8: No payment shall be made for any work estimated to cost less then rupees one thousand, till after the whole of the said work shall have
been completion and a certificate of completion give. But in the case of the work estimated to cost more than rupees one thousand the contractor
shall on submitting a monthly bill therefore, be entitled to receive payment proportionate to the part of the work then approved and passed by the Engineer- in-charge whose certificate of-such approval and passing of the sum payable shall be final and conclusive against the contractor. All such
intermediate payments shall be regarded as payments by way of advance against the final payments only and not as payments for works actually done and completed .the final payments only and not as payments for work actually done and competent and shall not preclude the Engineer-in-
23
Contractor Executive Engineer P.W.D. A.M.C., Akola
charge from requiring bad, unsound, imperfect or unskillful work to be removed and taked away and reconstructed, or recreated nor shall any such
payments be considered as an admission of the due performance of the contract or any part thereof in any rasped or the occurring of any claim nor, ste^ it conclude determine or effect in any way the powers of the Engineer-in-charge as to final settlement and adjustment of the accounts or otherwise. or in any other way vary or effect the contract. The final bill shall be submitted by the contractor within month of the date fixed for the
completion, of the work otherwise the Engineer-in-charges certificate of the measurements and of the total amount payable for the work shall be final and binding on the patties.
CLAUSES 9 : The rates for several items of work estimated to cost more than Rs.1,000 agreed to within shall be valid only when item concerned is
accepted is as having been completed fully in accordance with the sanctioned specifications. In cases where the items of the work are not accepted as
so completed the Engineer-in-charge may be made payment on account of such item at such reduced rates as he may consider responsible in the preparation of final account bill. '
CLAUSE 10 : A bill shall be submitted by-the contractor each month on or before the date fixed by the Engineer-in-charge for all work executed in the prevision month, and the Engineer-in-charge shall take or cause to be taken the requisite measurement for the purpose of having the same verified and the claim so for as it is admissible shall be adjusted if possible with ten 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 subordinate to measure up the said-work in the presence of the
contractor or his duly authorized agent whose countersignature to the measurement list shall be sufficient warrant and the Engineer-in-charge may
prepare a bill for such list which shall be binding on the contractor in all respects.
CLAUSE 11 : The contractor shall submit all bills on the printed forms to be had on application at the office of the Engineer-in-charges. the Engineer be
made in the hills shall always be entered at the rates specified in the tender or in the case of any extra work ordered in pursuance of these conditions and not mentioned or provided for in the tender, at the rates hereinafter provided for such work.
CLAUSE 12: If the specification or estimate of the work provided for the use of any special description of the materials to be supplied from the store or
if is required that the contractor shall use certain stores to be provided by the Engineer-in-charge. [such material and stores, and prices to be charged.
therefore as here in after mentioned being so far as practicable for the convenience of the contractor but not so as in any-way to control the meaning or effect of his contract specified in the schedule or memorandum hereto annexed]the contractor shall be supplied with Such material and stores as
may be required from time to time to be used by him for the purpose of the contract only and the value of the full quantity of materials and stores so supplied shall be set off or reduced from any sums then due, or otherwise or form the security deposit or the proceeds of sale there of if the deposit is
held in Government securities the same or a sufficient portion there of shall in that case be sold for the purpose. All materials supplied to the contractor shall remain the absolute property of deptt, and shall on account be removed from the site of the work and shall at all times be open to inspecting by-the Engineer-in-charge. Any such materials unused and is perfectly in good condition at the time of completion or determination of
the contract shall be returned to the deptt, store, if the Engineer-in-charge so requires by a notice in writing given under his hand, but the contractor
shall not be/ entitled to return any such materials except with consents and he shall have on claim for compensation on account of any such materials
supplied to him as aforesaid but remaining unused by him or for any wastage in or damage thereto.
CLAUSE 13: The contractor shall execute the whole and every part of the work in most substantial and work man like manner and both as regards
materials and every other respects in strict accordance with specification. The contractor shall also confirm exactly, fully and faithfully to the designs,- drawing and instructions in writing relating 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 for the purpose of inspection at such office or on the site of the work during office hours. The contractor will be entitled to receive three sets of contract drawing and working drawings as well as one certified copy of the accepted tender along with the
work order free of the cost. further copies of the contract drawing and workings drawings if required by him shall be supplied at the rates of Rs. 1000/- per set of contract drawings and Rs. 10O/- per working drawing except where otherwise specified, form the office of the Engineer-in-charge.
CLAUSE 14: The Engineer-in-charge shall have power to make any alternations in addition to the original specifications drawings design and instructions that may appear to him be necessary or advisable during the progress of the work and the contract or shall be bound to carry out the
work in accordance with any instructions in this connection which may be given to him in signed by the Engineer-in-charge and such alternation shall not invalidate the contract. and any additional work which the contractor may be directed to do in the manner above specified as part of the work shall be carried out by contractor on the same conditions in all respect on which he agreed to do -the main work, and at the same rates as are
specified In the tender for the main work, And If additional and altered work Includes any class of work for out at the rates entered in Schedule of rates of the P.W.D .or at the rates mutually agreed upon between the Engineer-in-charge and the contractor, which ever are lower. If the additional or
altered work. for which no rate is entered in the schedule of Rates of the division, is ordered to be carried out before the rates are agreed upon then the contractor shall within seven days of the date of receipt by him of the order to carry out the work in from the Engineer-in-charge of the rate which it his intention to charge for such class of work and if the Engineer-in-charge does not agree to this rate he shall be noticed in writing be at
liberty to cancel his order to carry out such class of work and arrange to carry it out in such manner as he may consider advisable. provided always that if the contractor shall commence work or incurred any expenditure in regard there to before and rates shall have. been determined as lastly here
in before mentioned then in such case he shall only be entitled to the paid in respect of the work carried out or expenditure incurred him prior to the
date of the determination of the rate as aforesaid according to such rate or rates as shall be fixed by the Engineer-in-charge, in the event of dispute
the decision of In charge Engineer will be final. Where, however, the work is to be executed according to the designs. drawings and specifications recommended by the contractor and accepted by the contractor the alterations above referred to shall be within the scope of such designs drawings and specification appended to the tender.
The time limit for the completion of the work extended in the proportion that the increase in the cost occasioned by alterations or additions bers to the cost of the original contract work, and the certificate of the Engineer-in-charge as to such proportion shall be conclusive. .
CLAUSE 15: [1 ] It at any time after the execution of the contract documents, the Engineer shall for any reason whets ever (other that default on the part of the
Contractor and which deptt. is entitled to rescind the contract) desire that the whole or any part of the work specified in the tender should be
suspended for any period or that the whole or part of the work/Should not be carried out at all. He shall give to the contractor a notice in writing of such desire and upon the receipt of such notice the contractor shall forthwith suspend or stop the work wholly or in part as required , after having
due regard to the appropriate stage at which work should be stopped or suspended so as not to cause any damage or injury to the already done or endanger the safety there of provided that the decision of the Engineer as to the stage at which the work or any part of it could be or could have been
safely stopped or suspended shall be final and conclusive, against the contractor. The contractor shall have no claim to any payment or compensation
24
Contractor Executive Engineer P.W.D. A.M.C., Akola
whets over by reason of or presence of any notice as aforesaid on account of any suspension stoppage or curtailment except the extend specified he
in after. [2] When the total suspension of work ordered as aforesaid continued for a continues period exceeding 90 days the contractor shall be at liberty to withdraw from the contractual obligations under the contractor as for as it pertains to the unexecuted part of the work giving a 10 days period notice
in writing to ,the Engineer. within 30 days of the expiry others .aid period of 20 days of. such intention and requiring the Engineer to record the final measurements of the work already done and to pay the final bill. Upon given such notice the contract6r shall be deemed to have been discharged
form his obligation to complete the remaining .unexecuted work under this contract .On the receipt of such notice the Engineer shall proceed to complete the measurements and make such payment as may finally due to the contractor within a period of 90 days from the receipt of such notice in
receipt of the work already done by the contractor to any further compensation under the remaining provision of the clause.
[3] Where the Engineer requires the contractors to suspended the work .for a period in excess of 30 days at any time or 60 days in aggregate, the contractor shall be entitled to apply to the Engineer within 30 days of the resumption of work after such suspension for payment of compensation
to the extent of pecuniary loss suffered by him in respect of working machinery rendered idle on the site or on account of his having had to pay the salary or wages of labor engaged by him during the said period of suspension provided always that the contractor shall not be entitled to any claim in
respect of any such working or such machinery salary or wages dor the first 30 days whether consecutive or in. the aggregate or such suspension in respect of any suspension what so ever occasioned by unsatisfactory work or any other default on his .The decisions of the Engineer in this regard shall be final and conclusive ageist the contractor,
[4] In the event of
i] Any total stoppage of work on notice from the Engineer under sub clause [1] in that behalf.
ii] Withdrawal by the contractor from the contractual obligation to complete the remaining unexecuted work under sub-clause. 2] On account of continue suspension of work for a period exceeding 90 days,
iii] Curtailment in the quantity of an item or items originally tendered on account of any alteration. emissary or substitution in the
specifications, drawing design .or instructions under clause 14 [1] where such curtailment exceed 25 % in quantity at the value of the quantity curtail beyond 25 percent and the rates for the item specified in the tender is more than Rs. 5000/-
It shall been open to the contractor within 90 days from the service of [1] the notice of stoppage of work or [1] the notice of withdraw! from the contractual obligations under the contract on account of the continued suspension of work or[iii] notice under clause 14[1] resulting in such
curtailment to produce to the Engineer satisfactory documentary evidence that he had purchased of agreed to purchased of agreed to .purchase
material for use in the contracted work before receipt by him of the notice if , stoppage. suspension on curtailment and require the bank of take over on payment on such material at the rates determined by the Engineer provided however such rates shall in no case exceed the rates at which the same
were acquired by .the contractor. The bank shall thereafter take over the material so offered .provided the quantities offered are not In excess of the requirements of the unexecuted work as specified in the accepted tender and are of quality and specifications approved by the Engineer,
CLAUSE 15A : The contractor shall not be entitled to claim any of compensation from deptt. for the loss sulfured by him on account delay by deptt. ln the
supply of materials entered is Schedule A where such delay is caused by-
i] Difficulties relating to the supply or railway wagons.
ii] Force measure.
iii] Act of God iv) Act of enemies of the State or any other reasonable cause beyond the control of deptt.
In the case such delay in the supply of materials, Deptt. shall grant such extension of time for the completion of the work as shall appear to
the Engineer to be reasonable in accordance with the circumstances of the case .The decision of the Engineer as to the extension of time shall be accepted as final by the contractor.
CLAUSE 16 : Under no circumstance whatever shall be contractor be entitled to any compensation from deptt, on any account unless the contractor shall
have submitted claim in writing to the Engineer-in-charge within one month of the cause of such claim occurring.
CLAUSE 17 : If any time before the security deposits or any part there of is refunded to the contractor it shall appear to the Engineer-in-charge or his
subordinate in charge of the work that any work has been executed with unsound. imperfect or unskillful workmanship or with materials of inferior quality of that any material or articles provided by him for the execution of the work are unsound or quality inferior to that contracted for or any
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 not withstanding the fact that the work, materials or articles complained of any have been inadvertently passed .certified and paid for the contractor shall be bound forthwith to remove and reconstruct the work so specified in whole or part ,as the case may require or if so required ,shall remove the
materials or articles so specified and provide other proper and suitable materials or articles at his own charge and cost and in the event of his failing to do 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 the one percent on the amount of the estimate of every day not exceeding 10 days during which the failure so continues in the case of any such failure in the Engineer-in-charge may rectify or remove and re executive 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
inferior work or materials and described above may be accepted or made use of it shall be within his direction to accept the same at such reduced rates as may fix there for.
CLAUSE 18: All work under or in course of execution or executed in prance of the contractor shall at all times be open to the inspection and supervision
of the Engineer in-charge and his subordinates, and the contractor shall at all times during the usual working hours and at all other times at with reasonable notice or the intention of the Engineer-in-charge or his subordinate to visit-the work-shall been' given to the contractor either home self be present to contractor or receive order and instructions purpose. Orders given to the agent to be contractors duly authorized agent shall be
considered to have the present force and effect as if they had-been given to the contractor himself.
CLAUSE 19 : The contractor shall given 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 concept their of
taken before the same is so covered up or placed beyond the reach, of measurement ,and shall not cover up 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 of such notice having being given or consent obtained, the same shall be uncovered at the contractors expense and in default thereof on .payment or allowance shall be made for such work or the materials which the same was executed.
CLAUSE 20 :
25
Contractor Executive Engineer P.W.D. A.M.C., Akola
If during the period of six months from the date of completion as certified by the Engineer-in-charge pursuant to (clause-7 of the contract
or six months after commissioning the work. whichever is earlier in the option of the In charge Engineer. the said work is defective in any manner whatsoever ,the contractor shall forthwith on receipt of notice in that behalf from the Engineer-in-charge ,duly commence execution and completely carry out his cost in every: respect alt the work that may be necessary for rectifying and setting right-the defects specified therein including
dismantling and reconstruction and in the manner prescribed under the supervision of the In charge Engineer, In event of the contractor failing or neglecting to commence execution of the said rectification work within the period prescribed thereof in he said notice and or to complete the .same
executed and carried out departmentally or by any other agency at risk on account and the cost of the contractor .The contractor shall forthwith on demand pay. to the department the amount of such cost charges and expenses sustained or incurred by the Municipal Corporation of which the
certificate of the In charge Engineer shall be final and building on the contractor .such cost charge and expenses deemed to. the arrears of and
revenue and the event of the contractor-failing or neglecting to pay the same on the demand as aforesaid without prejudice to any other rights an remedied of the Government .the same shall be recorded from the contractor as arrears of land renew. the department shall also be-entitled to deduct
the same for any amount which may than and there after become payable by the department to the contractor either in respect of the said work or any work what so ever form the amount of the security deposit.
CLAUSE 21 : The contractor shall supply at his own cost all materials (except such Specials, materials if any)as any be supplied from the department
Stores ,in accordance with the contractor, plant, tools, appliances, implements, ladder .cordage ,age, tackle .scaffolding and any temporary works
which may be required for the proper execution of the work , in the original ,attired ,or substituted form , and whether included in the specification or
other documents forming part of the purpose of satisfying .complying with the requirements of the Engineer-in-charge as to any matter on which he is entitled with the requirements of the Engineer-in-charge as to any matter on which he is entitled to require together with carriage therefore ,to and from the work. The contractor shall also supply without charge the requisite number of persons with the mean materials necessary for the purpose of
setting out works and accounting weighting and assisting in the measurement of examination at any time and from time to of the work ro materials .Failing theist ,the same may be peptide by the Engineer-in-charge at expense of the contractor arid expenses of the Contractor and expenses may be
deducted from any money due to the contractor under the contractor or from his security deposit or the proceeds of the sale thereof a sufficient portion there of .The contractor shall provide all necessary fencing and lights required .protect the public from accident and shall also be bound to
bear the expenses of defense .every suit action or other legal proceedings ,at law that may brought by and person for injury sustained owing to
neglect of the above precautions , and to pay damages and costs which may be awarded in any such suit action or proceeding to any such person or which may be awarded in any such action or proceeding to any such person or which may with the content of the contractor be paid in compromising
any claim by any such person.
CLAUSE 21 A : The contractor shall provide suitable scuffles and working platforms gangways and stairways and shall comply with the following regulation in connection there with. a) Suitable scaffolds be provided for workman for alt work that cannot be safely done from a ladder or by other means.
b) A scaffolds shall not be constructed, taken down, or substantially altered except :- i] Under the supervision of a
competent and responsible person and
ii] As far the possible by compartment workers possessing adequate experience in this king of work. c) All scaffolds and appliances connected there with and all ladders shall i] be of sound material
ii] be of adequate strength having regard to the loads and strains to which they will be subjected iii] be maintained in proper conditions.
d) Scaffolds shall be constructed that no part there of can be shall displaced in consequence of normal e) Scaffolds should not be overloaded and so far as artic able the load be evenly distributed
f) Before installing lifting gear on scaffolds, special precaution shall be taken to ensure the strength and stability pf the scaffolds. g) Scaffolds shall be periodically inspected by a complement. h) before allowing a scaffold to be used by his workman the contractor shad whether the scaffold has been erected by his workman or not,
take steps to ensure that complies fully with the regulations here in specified i] Working platforms, gangways and stairways shall
ii] be so contracted that no part there of can pag unduly pr unequally, iii] Be so constructed and maintained having regard to the prevailing conditions as to reduce as far as practicable risks of persons
tripping or slipping. and
iv] be kept free from any unnecessary obstruction. ; v) In the case of working platform, gangways place and stairways at a height exceeding 12 meters. (to be specified)
i) Every working platform and very gangway shall have be closely boarded unless other adequate measures are taken in ensure Safety.
j) Every working platforms ,gangway, working piece and stairway shall be suitably fenced.
k) Every opening in the floor of a building or in a working platforms shall except for, the time and to the extent required to allow the access of persons to the transport or shifting of materials, be provided with suitable means to present the fall persons.
l) When persons are employed on a roof where there is a danged of falling from height exceeding 3 meters suitable precautions. (to
be specified)
m) Suitable precautions shall be taken to prevent persons being, struck by articles which might fall from scaffolds or other working places.
n) Safe means of access shall be provided to all working platforms and other working places.
CLAUSE 21 A The contractor shall comply with the following regulations a regard the Hoisting Appliances to be used by him.
a) Hoisting machines and tackles, including their attachments anchorages and supports shall. i] be of good machines construction, sound material and adequate strength and free form patent defect, and
ii] be kept in god repair and in good working order.
b) Every rope used in hoisting or lowering material or as means of suspension shall be of suitable quality and adequate strength and free from patent defect.
c) Hosting machines and tackle shall be examined and adequately tested after erection on the site and before use and be re-examined in position any intervals to be prescribed by the Government.
d) Every chain, ring, hook, shackle, swivel and pulley block use in hoisting or lowering materials or as a means of suspension shall be periodically examined?
26
Contractor Executive Engineer P.W.D. A.M.C., Akola
e) Every crane driven or hoisting appliance operator shall be properly qualified.
f) No person who is below the age of 21 years shall be in control of any hoisting machine, including any scaffold which or give signals to the operator.
g) In the case of every hoisting machine and of every champ, ring, hook shackle. swivel working load shall be ascertained by adequate
means. h) Every hoisting machine all to in the preceding regulation shall be plainly marked with the safe working load.
[i] In the case of hoisting machine having a variable safe working load .each safe working load and the conditions under which it is applicable shall be Clearly indicated.
j) No part of any hoisting machine or of any gear referred to in regulation 7 above shall be j) oared beyond the safe working load except for
the purpose of testing. k) Motors, gearing transmissions, electric wiring and other dangerous parts of hoisting appliance shall be provide with efficient safeguards.
l) Hosting appliances shall be provided with such means as will reduce to a minimum risk of the accidental event of the load. m) Adequate precaution shall be taken to reduce to a minimum the risk of any part of suspended load becoming accidentally displaced.
CLAUSE 22 : The contractor shall not set fire to any standing Jungle , trees, brushwood or grass without written permit from the Engineer. When such
permit is given , and also in all cases when destroying cut or dur up trees , brushwood grass etc. by fire , the contractor shall take necessary measures
to prevent such fire spreading to or other wise damaging surrounding property. The contractor shall make his own arrangement for drinking water
for the labor employed by him.
CLAUSE 23 : Compensation for all damage done intentionally or unintentionally by contractors labors whether in or beyond then limits of department
property including any damage caused by the spreading of fire mentioned in clause 22 shall be estimated by the Engineer-in -charge or such other
officer as he may appoint and the estimates of the Engineer-in charge subject to the decision of the In charge Engineer on appeal shall be final and the contractor shall be bound to pay the amount of the assessed/compensation on demand failing which the same will recovered from the contractor
as damages in the manner clause .1 or deducted by the Engineer-iv-charge from any sums that may be due to or become due from department to the contractor under this contract or otherwise. The contractor shall bear the expenses of defending any action or other legal proceeding that may be
brought by any person for injury sustained by him owing to neglect Employment of precautions to prevent the spread of fire female labor and he
shall also pay damages and cost that may be awarded by the court in consequence.
CLAUSE 24 : The Employment of female laborers on work in the neighborhood of soldiers barracks should be avoided as far as possible.
CLAUSE 25 : No work shall be done on a Sunday without the sanction in writing of the Engineer-in-charge.
CLAUSE 26 : The contract shall not be assigned or sublet without the written approval of the Engineer-in-charge. Arid if contract shall assign or sublet
his contractor or attempt so to do or become insolvent or commence any proceeding to be adjudicated and insolvent or make any composition with
his creditors, or attempt so to do the Engineer-in-charge may be notice in writing , rescinds , the contract. Also if any bribe, gratuity, gift loan,
requisite reward or advantage .pecuniary or other wise , shall either directly or indirectly be given, promised, or offered by the contractor or any of his servants or agents to any public officer or person in the employ of department in any servants or agents to any public officer or person in the employ of department in any way relating to his office or employment or if such officer or persons shall becomes in any way directly or indirectly
interested in the contract, the Engineer-in charge may be notice in writing , rescind the contract. in the event of a contract being rescinded, the security deposit of the contractor shall there upon stand forfeited and be absolutely at the disposal of department and same consequences shall ensure
as if the contract had been rescinded under clause 3 hereof and in addition the contractor shall not be entitled to recover or be paid for any work therefore actually performed under the contract.
Clause 27 : All sums payable by a contractor by way compensation under any of these conditions shall be consider as a reasonable compensation to be
applied to the use of department without reference to the actual loss or damage sustained and whether any damage has for has not been sustained.
CLAUSE 28 : In the case of a tender by partners any change in the constitution of a firm shall be forthwith noticed by the contractor to the Engineer-in-
charge-for his information.
CLAUSES 29 : All Work to be executed under the contract shall be executed under the direction and subject to the approval in all respect of the I charge
Engineer of the department for the time being ,who shall be entitled to direct at what poling or points and in what manner they are to be commenced ,and from time to time carried on. .
CLAUSES 30 : Except where otherwise specified in the contract and subject to the powers delegated to him by department under the Code rules then in
force .the decision of the Engineer of the department for the tarried being shall be final conclusive binding contract upon all question relating to the
meaning of the specification designs hereinbefore mentioned and as-to the quality of workmanship or material. us of the other claim, right .matter or fling whatsoever in any way arising out of relating to the contract designs, drawings specification estimates ,intrusion Odder or these condition or
otherwise concerning the work or the execution or failure to execute the same whether arising during the progress of the work or after the completion
of embankment thereof. (2) the contractor may .with thirty days of receipt by him of any order passed by the Engineer as aforesaid, appeal against it
to the Chairman concerted with the contract .work or project that (3) If the contractor is not satisfied with the order passed by the Engineer as aforesaid with the contractor nay within thirty days of receipt by him of any such order, peal ageist it to the standing committee if convinced that prima-facia the contractor claim rejected by the Engineer frivolous and that there is some substance in the claim of the contractor claim rejected
would merit a detailed examination and decision by the standing committee .shall put up to the general body.
CLAUSE 31 : The contractor shall obtain from the department store/stores and articles of European and American manufacture which may be required
for the work, or in marked up in writing form the Engineer-in-charge will be obtain such stores and articles required there for or in connection there
with unless he has obtained permission in writing from the Engineer-in charge to obtained such stores and articles, as may be supplied to the
contractor by the engineer -in-charge will be defied 'to the contractor .in his account at the rates shone in the schedule in form attached to the
contract .and if they are not entered in the said schedule .they shall be debited to him at cost of carriage and all other expenses whatsoever which
may have to be insurrected delivery of the same stores aforesaid
CLAUSE: 32 :
27
Contractor Executive Engineer P.W.D. A.M.C., Akola
When the estimate on which a tender is made includes lumps sums in respect of part of the work the contractor shall be entitled to payment
in respect of items of work involved or the part of work in question at the same rates as are payable under this contract for such items. or if the part
of work in question is not the opinion of the Engineer-in-charge capable of measurement of the Engineer-in-charge pay the lump sum amount
entered in the estimate and the certified in writing of the Engineer-in-charge shall be final conclusive against the contractor with regard to any
summer sum payable to him under the provision of this clause.
CLASUE 33 :
In the case of any class of work for which there is no such specifications as is mentioned-in rule such work shire carried -out in accordance
with the Red Book specifications and in the event of there being on red book speciation then In such case the work shall be carried out in respect in
accordance with the instructions and requirements of the Engineer-in-'charge
CLAUSE 34 :
The expression work or where used in this thing in the subject or context repugnant to such construction shall unless there be something in
the subject or context repugnant to such oohstructi6n under or in virtue of the contract, whether temporary or permanent and whether original,
altered, substituted 3r additional:
CLAUSE 35
The item rate referred to in the tender shall be paid to the contractor.
CLAUSE 36 :
All quarry fees .royalties and ground rent for stacking materials ,if any shall born by the contractor .However, be entitled to a refund of
such of the charges as are permissible under the rules on obtaining a certificate from the Engineer-in charge that the materials were required for use
on department work.
CLAUSE 37 :
The contractor Shall be responsible for and shall pay compensation to his workman payable under the workman's compensation Act 1923
(Vlllof1923)(herein after)called the said' Act) for injuries caused to the workman .If such compensation is payable and or paid by banks principle
under sub -section (1) of section 12 of the said act on behalf of the contractor, this shall be recoverable by department form the contractor under sub-
section (2)of the said section ,such compensation shall be recovered in the manner laid down in clause above
CLAUSE 37 A :
The contractor shall be responsible for and shall pay the expenses of providing medical aid to any workman who may suffer a bodily
injury as a result of as accidental such expenses are incurred by department the same. shall be recoverable form the contractor forthwith and he
deducted without prejudice to any other remedy of from any amount due or that may become due to the contractor.
CLAUSE 37 B :
The contractor shall provide all necessary personal safety equipment and first aid apparatus available for the use of the persons employed
on the site and shall maintain the same in condition suitable for immediate use at any time and shall comply with the following regulation in
connection there with .
a) The worker shall be required to use the equipment provided by the contractor and the contractor shall take adequate steps to ensure proper use of
the equipment by those concerned
b) When work is carried on in proximity to any there is no risk drawings, all necessary equipment shall be provided and kept ready or and all
necessary steps shall be taken for the prompt rescue of any person in-danger.
c) Adequate provision shall be made for prompt first of injuries likely to be sustained during the course of the work
CLAUSE 37 C :
The contractor shall duty comply with the provision or The Apprentices Act 1961 (iii of 1961 )the rules made there under -and the orders
that may be issued from time to time under the said Act .and said Rules and his failure or neglect te do the be subject to at the liabilities and
penalties provided by the said Act and said Rules"
CLAUSE 38 :
Quantities in respect of the several items shown in the tender are approximate and no revision in the tendered rates shall be permitted in
respect of any of the items so Long as subject to any special provision contained in the specification prescribing a different percentage of permissible
variation the quantity of the items does not exceed the tender quantity by more than 25 percent and so long as the value of the excess quantity
beyond this limit at the rate of the items specified in the tender is not more than Rs 5000/- 2)The contractor shall if ordered in writing by the
Engineer so to do also carry out any quantities in excess of the limit mentioned in sub-clause (1)hereof on the same condition as and in accordance
in specifications in the tender and at the rates(i)derived from the rates entered in the current schedule of rates and in the absence of such rates.(ii)at
the rate prevailing in the market the said rates being increased or decreased as the case may be the percentage which the total tendered amount bears
the esteemed cost of the work 3 tendered amount bears to the estimated cost of the work as put to tender bard upon the schedule of rates applicable
to the year in which the tender were-invited(for the purpose of operation of this clause his cost shall be taken to Rs .... 3) Claims arising out of
reduction in the tendering quantity of any item beyond 25 percent will be concerned by the provision of clause 15 only, when the amount of such
reduction beyond 25 percent at the rate of the item specified in the tender is more than Rs 5OOO/-
CLAUSE 39 :
The contractor shall employ any famine, convict or other labor of particular kind of class if ordered in writing to do so by the Engineer-in-charge.
CLAUSE 40 :
No compensation shall be allowed for any delay caused in the string of the work on account of any acquisition of land and in the castoffs
clearance work, for any delay in according sanction to estimates
CLAUSE 41 :
28
Contractor Executive Engineer P.W.D. A.M.C., Akola
No compensation shall be allowed for any delay execution of the work on account of water standing in borrows pitsor compartments. The
rates or inclusive for hand or arched soil excavation in mud,, sub-soil water or standing in borrow pits and no claim for an extra rate shall be
entertained unless otherwise expressly specified.
CLAUSE 42 :
The contractor shall not enter upon or commence any portion of work except with the written authority and instruction of the Engineer-in-charge or
of his subordinate in-charge-of work. Failing such authority the contractor shall have no claim to ask for measurement of or payment for work.
CLAUSE 43 :
i) No contractor shall employ any person under the age of 12 years
ii) No contractor shall employ donkeys or other animals with breeching of string or then rope. The breeching must be at least three inches
wide and should be of tape (nawar) .
iii) No animal suffering from sores, lameness emaciation or which is immature shall be employed on the work.
iv) The Engineer-in-charge or his Agent is authorized to remove from the work any person or animal found working which does not satisfy
these conditions and no . responsibility shall be accepted by Government for any delay caused in the completion of the work by such
removal.
v) The contractor shall pay fair and reasonable wages to the workman employed by him in the contract undertaking by him. In the event of
any dispute arising between the contractor and his workman on the ground, that the wages paio are not fair and reasonable the dispute shall
be referred without delay to the In charge Engineer, who shall decide the same. The decision of the In charge Engineer, shall be
conclusive, and binding on the contractor, but such decision shall not in any way affect the condition in the contract regarding the payment
to be made by the sanctioned tender rates.
vi) The contractor shall provide drinking water facilities to the workers s. Similar amenities, shall be provided to the workers engaged on large
work in urban areas
CLAUSE 44 :
Payment to contractors shall be made by cheques only provide the amount exceeds Rs. 10 Amount not exceeding Rs.10/- will paid in cash
CLAUSE 45 :
Any contractor who does not accept these conditions shall not be allowed to tender for works
CLAUSE 46 :
If government declares astute scarcity or famine to to exist in any village situated within 10 miles of the contractor shall employ upon to
exit in any village situated with in 10 miles of the contract shall employee upon such parts of the work, as suitable for unskilled labor person
certified to him by the in charge Engineer. or by any person to whom the in charge Engineer, may have delegated this duty in writing to be indeed of
relief and shall be bound to pay to such person wages not below minimum which government may have fixed in this behalf. any disputes which may
arise in connection with the implementation of this clause shall, be decided by the Engineer whose decision shall be final and binding on the
contractor
CLAUSE 47 :
The price quoted by the contractors shall not in any case exceed the control price if any fixed government reasonable price which it
permissible for him to charge private purchaser for the same class and description of goods under the provision hoarding and profiteering prevention
ordinance. 1984 as amended form time to time. If the price quoted exceed the controlled price or the price permissible under Hoarding and
profiteering prevention the contractor will specifically mention this fact in his tender along with reasons for quoting such high price. the purchaser ad
his discretion will in such case exercise the light of revising the price Hoarding and profiteering prevention ordinance. this discretion will exercise
without prejudice to any other action that may be taken against the contractor.
CLAUSE 48 :
The rates to quoted by the contractor must be inclusive of sales tax. No extra payment on this account will be made to the contractor.
CLAUSE 48 A :
The contractor are bound to pay to the labors wages according to the Minimum wages act 1948 applicable to the zone in accordance with
the orders issued in government P.W.D. circular No. MWA/1063, dated 7-12-1968.
CLAUSE 49 :
In case of materials that remain surplus with the contractor from those issued for the work contracted for the date of ascertainment of the
materials being surplus will be taken as the date of sale of the propose of sales tax and the sales tax will be recovered on such sale.
CLAUSE 50 :
The contractor shall employ at least 80 percent of the total number of unskilled labor to be employed, by him on said work from out of the
personal ordinarily residing in the district in which site of the said work is located. Provided, however that if the required number of unlatched labor
from that district is not available and there after may with the previous permission In writing of the engineer in charge of the said work , obtain the
rest of host requirement of unskilled labor from out side the district.
CLAUSE 51 :
The contractor shall have to furnish income tax clearance certificate before his tender is accepted and income tax assessment number and
date on which he is/ they are assessed.
CLAUSE 52 :
29
Contractor Executive Engineer P.W.D. A.M.C., Akola
All amounts what so ever which the contractor is liable or pay to the deptt. connecting with the execution of the work including the amount
payable in respect of (1) materials and or stores supplied /issued here under by the deptt. to the contractors. (2) Hire charges in respect of heavy
plant, machinery and equipment given on here by the deptt, to the contractor, for execution by him of the work and /or which advance have been
given by the same from the contractors as arrears of deptt. finance.
CLAUSE 53 :
The contractor shall duly comply with all the provision of the contract labor (regulation and abolition) Act. 1990 (37 of 1970 and the
Maharashtra contract other relevant statutes and stator provisions concerning payment of wages particularly to workman employed by the contractor
and working on the site of the work . in particular the contractor shall pay wages to each worker employed by him on the site of the work at the rates
prescribed under the Maharashtra contract labor (Regulation and Abolition) Rule,197l. if the contractor fails or neglects to pay wages at the said
rates or makes short payment and the deptt. makes such payment of wages in full of deptt to such worker shall be deemed to be arrears of deptt.
Finance and the deptt. shall the entitled to recover the same as such from the contractor or deduct the same from the amount payable to him by the
government (Minimum wages act as per government circular No. CAT-1248/120/Bldg. 2,dt. 14-8-85)
CLAUSE 54
No price escalation shall be paid to the contractor
CLAUSE 55 :
(A) The anti-malaria and other health measures shall be as directed the joint director (malaria and filaria) of health services, Pune.
.
(B) contractor shall see that mosquingenic condition are not created so as to keep vector population for minimum level.
(C) Contractor shall see that mosquiogenic condition are not are not created so to keep vector population for minimum level.
(D) In case of default in carrying out prescribed anti malaria measures resulting in increase in malaria incidence contractor shall be liable
to pay to Department the amount spent by Department on anti malaria measures to control the situation in addition on. fine.
E) Relation with Public Authorities
The contractor shall make sufficient shall make sufficient arrangement for draining away the silage water as well as water coming from the
bating and washing places and shall dispose of this water in such a way as not to cause any substance. He shall also keep the premise clean by
employing sufficient number of sweepers. The contractor shall comply with all rules, regulation, bye-laws and directions given from time to time by
any local or public authority connection with this work and shall pay fees or charges which are livable on him without any extra cost of department
(Vide Government Circular No: CST.-1086/CR-243/Ka-Building-2/Mantralaya,Bombay 444032 on dated11 September, 1987.)
CLAUSE 56 :
A contractor shall comply with all the precisions of the apprentices act.2962 and the rules and orders issued the under from time to time. if
he fails to do so, failure will be abreact of .the contract and the authority may in his desecration cancel the contract, the contractor shall also be liable
for any pecuniary liability arising on account of any violation by him of the provision of the Act.
CLAUSE 57 :
The tendered rates shall be Inclusive of all taxes , rates and cusses and shall be inclusive of taxes livable in respect of work contract under
the provision of the Maharashtra sales Tax on transfer of property in goods involved in the execution of works contract Act, 1985 (Maharashtra Act
No. XIX of 1985) Vide P.W.D. Circular No. CAT-1086/E-330Bldg.2dated 10-6-87)
CLAUSE 58 :
Incase of materials which become surplus with the contractors from those issued for the work contracted for the date of ascertainment of
the materials as being surplus will be taken as the date of sale for the purpose of sales tax will be recovered on such scale.
NOTE:
In case provision of this form B-1 conflict with those in detailed provisions and conditions attached to this to tender ,the detailed
provisions and condition would prevail over those this for B-1.
30
Contractor Executive Engineer P.W.D. A.M.C., Akola
Name of work : Construction of CC road from Samsum Showroom to Shri Mirjamle house in P.no. 12
Sr. No.
Item of Work Quantity Rate Per Amount
1 Removing existing black topped bituminous road 420.00 39.90 Sqm. 16758.00
surface including stacking the spoils as directed with all
leads and lifts complete.
[Spec.No.As directed by Engineer-in-charge]
(CSR item No. 87 Page No.178)
2 Excavation for foundation in earth ,soil of all types, 13.50 147.00 Cum 1984.50
sand, gravel and soft murum, including removing the
excavated material up to a distance of 50 m. beyond the
building area , stacking and/or spreading as directed,
foundation and necessary back filling,
ramming,watering (Excluding shoring and strutting
)etc. complete.
(Lift upto 1.5 m.)
[Spec.No. :Bd.A.1 Page No. 259 ]
( CSR I.No. 1 P.No. 1 )
3 Providing soling using 80 mm. size trap metal in 15 cm. 2.25 1134.40 Cum 2552.40
layer including hand packing filling voids with
sand/grit ramming, watering etc complete.
[Spec.No. : As directed by Engineer incharge.]
( CSR I.No. 10 P.No. 3 )
4 Providing and laying insitu cement concrete in 1 : 4 : 8 1.69 3776.10 Cum 6372.17
of trap/granite/quartzite/gneiss metal for foundation
and bedding including plywood/ steel formwork
bailing out water, compacting and finishing uneven
and honeycombed surface curing etc. complete. The
cement morter 1 : 3 plaster is considered for rendering
uneven and honeycombed surface. Newly laid concrete
shall be covered by gunny bag, plastic, tarpaulin etc (
Wooden centering will not be allowed.
[ Spec.No. :Bd.E.1 Page No. 287/IS.456 (2000) ]
( CSR I.No. 2 P.No. 8 )
5 Providing and laying in situ cement concrete of M - 15 / 6.75 5353.25 Cum 36134.44
1 : 2 : 4 with trap / granite / quartizite / gneiss metal in
face wall incuding plywood / steel formwork and steel
centering, compaction by vibrator, finishing uneven and
honeycombed surface with C.M. 1 : 3 of sufficient
minimum thickness to give smooth and even surface,
filling joints with bitumen, curing etc compelte (
Excluding cost of reinforcement ) The C.M. 1 : 3 plaster
is considered for rendering uneven and honeycomnbed
surface only. Newly laid concrete shall by covered by
gunny bag, plastic, tarpaulin etc. ( Wooden centering/
formwork will not be allowed ).
[Spec.No. :CD.3 Page No. 160 IS 456 ( 2000 ) ]
( CSR I.No. 3 P.No. 155 )
6 Providing and laying in situ cement concrete of trap / 6.08 6483.00 Cum 39384.23
31
Contractor Executive Engineer P.W.D. A.M.C., Akola
granite / quartizite / gneiss metal for R.C.C. work in
Solid / deck slab incuding plywood / steel formwork
and steel centering, compaction by vibrator, finishing
uneven and honeycombed surface with C.M. 1 : 3 of
sufficient minimum thickness to give smooth and even
surface, if special finish is to be provided, curing and
finishing in cement plaster ( Excluding cost of
reinforcement ) The C.M. 1 : 3 plaster is considered for
rendering uneven and honeycomnbed surface only.
Newly laid concrete shall by covered by gunny bag,
plastic, tarpaulin etc. ( Wooden centering/ formwork
will not be allowed ).
[Spec.No. :CD.3 Page No. 160 IS 456 ( 2000 ) ]
( CSR I.No. 3 P.No. 153 )
7 Providing and fixing in position reinforcement of 2.63 49350.00 MT 129987.90
various diameters for R.C.C. pile caps, footings,
Foundations, Slabs, beams and Column, Canopies,
Staircases, newels,Chajjas, lintels, pardies, coping, fins,
arches etc. as per detailed design and drawing and
schedules including cutting, bending , hooking the bars
binding with wires or tack welding and supporting as
required completed.
a)Mild steel / HYSD bars
[Spec.No. :Bd.F.17 Page No. 306 ]
( CSR I.No. 18 P.No. 18 )
8 Providing and laying cement conctere pipe of I.S. N. P.
class of required diameter in proper line, level and
slope inlcuidng providing, fixing collars of spigot and
socket joint by rubber ring and in C.M. 1 : 2 etc
complete.
[Spec.No. :CD.7 Page No. 162 ]
( CSR I.No. 6 P.No. 154 )
300 mm dia 8.00 892.50 Rmt. 7140.00
9 Excavation for roadway in earth, soil of all sorts, 70.88 87.15 Cum 6176.76
sand,gravel or soft murum including dressing
section to the required grade, 3% camber,
designed super elevation and prescribed side
slopes and conveying the excavated materials
with all lifts and upto a lead of 50m. and
spreading for embankment or stacking as
directed.
[Spec.No. :Rd.2 Page No.180 ]
( CSR I.No. 47 P.No. 129 )
10 Supplying trap stone metal or required size by 31.50 744.80 Cum 23461.20
bringing the boulders at the road side breaking
them to required gradation inlucing conveying
the boulders and stacking the broken metal etc
complete. ( Prior approval of sample stack of
broken metal by the Ex. Engineer is necessary,
the date of approval with from part of the
32
Contractor Executive Engineer P.W.D. A.M.C., Akola
measurements ) by breaking boulders ( Hand
broken )
80 mm size metal
[Spec.No. :Rd.19,20,21,22 Page No.197 to 201 ]
( CSR I.No. 31 P.No. 163)
11 Supplying trap stone metal or required size by 52.50 792.05 Cum 41582.63
bringing the boulders at the road side breaking
them to required gradation inlucing conveying
the boulders and stacking the broken metal etc
complete. ( Prior approval of sample stack of
broken metal by the Ex. Engineer is necessary,
the date of approval with from part of the
measurements ) by breaking boulders ( Hand
broken )
40 mm size metal
[Spec.No. :Rd.19,20,21,22 Page No.197 to 201 ]
( CSR I.No. 31 P.No. 163)
12 Supplying murum having PI < 6 at the road side, 47.81 538.60 Cum 25751.81
including conveying and stacking complete.
[Spec.No. :Rd.23 Page No. 202 ]
( CSR I.No. 32 P.No. 163)
13 Supplying soft murum at the road side, 17.50 522.85 Cum 9149.88
including conveying and stacking complete.
[Spec.No. :Rd.24 Page No. 203 ]
( CSR I.No. 33 P.No. 163)
14 Spreading graval / sand / soft murum / 65.31 22.05 Cum 1440.14
available murum over rubble soiling/ W.B.M.
surface blanketing berms etc complete.
[Spec.No. :Rd.28 Page No. 205 ]
( CSR I.No. 37 P.No. 164)
15 Spreading 80 mm metal inlcuiding sectioning 31.50 37.75 Cum 1189.13
complete.
[Spec.No. :Rd.28 Page No. 205 ]
( CSR I.No. 37 P.No. 164)
16 Spreading 40 mm metal inlcuiding sectioning 52.50 33.60 Cum 1764.00
complete.
[Spec.No. :Rd.29 Page No. 205 ]
( CSR I.No. 39 P.No. 164)
17 Compacting the sub grade / gravel / oversize 157.50 14.70 Sqm. 2315.25
metal ( 200 mm loose ) layers for all widths with
static roller inlcuidng necessary, labour
materials and artificial watering complete .
[Spec.No. :Rd.32 Page No. 164 ]
( CSR I.No. 40 P.No. 164)
33
Contractor Executive Engineer P.W.D. A.M.C., Akola
18 Compacting the sub grade / gravel / size metal ( 525.00 15.75 Sqm. 8268.75
100 mm loose ) layers for all widths with static
roller inlcuidng necessary, labour materials and
artificial watering complete .
[Spec.No. :Rd.32 Page No. 164 ]
( CSR I.No. 40 P.No. 164)
19 Providing and laying in situ, cement concrete M-15 of 52.50 4721.10 Cum 247857.75
trap/ granite/quartzite/gneiss metal for foundation and
bedding including bailing out water, plywood/steel
formwork, compacting, finishing uneven and
honeycombed surface, curing etc. complete. The
Cement Mortar 1:3 plaster is considered for rendering
uneven and honeycombed surface only. Newly laid
concrete shall be covered by gunny bag, plastic,
tarpaulin etc. (Wooden centering will not be allowed.)
Spec. No. : Bd.E. 1/Page No. 287/I.S. 456 (2000)
(CSR item No.4, Page No.9)
20 Providing and Laying in situ cement concrete of 78.75 6063.00 Cum 477461.25
required grade, of trap/ granite/quartzite/gneiss metal
for cement concrete pavement including mixing in
mixer,ramming plywood/steel formwork, steel
centering curing , applying oil on both side of centering
compaction by vibrating using plate , needle and
screed vibrator as required brooming concrete surface
to get serration levelling the surface to the camber as
directed and curing etc. complete including use of
plastisizer as directed by Engineer incharge.
(excluding cost of reinforcement) newly laid concrete
shall be covered by gunny bag plastic, tarpolin etc.
(wooden centering /formwork will not allowed) as per
specification given and directed by Engineer-incharge
Item include cement vata in C.M.1:8 at
0.6 m. x 0.6 m.c/c admeasuring 80 mm. at bottom
and 40 mm.at top and depth of 75 mm. and
maintaining the same throughout 28 days curing
period and removing the same thereafter by using light
tools without damaging pavement
Spec No.As directed by Engineer-incharge.
(CSR item No.89, page No.185)
a) M-30 Grade
( CSR I.No. 66 P.No.183)
21 Providing and castin in situ cement concrete of required 29.25 7270.50 Cum 212662.13
grade of trap/granite/quartzite/gneiss metal for R.C.C.
Beams & lintels as per detailed design and drawings or as
diredted including steel centering plywod/steel
formwork compac- tion finishing uneven and
honeycombed surface with c.m. 1:3 of sufficient minimum
thickness to give a smooth and even surface or
roughening the surface if special finish is to be provided
and curing etc. complete.Including use of plastisizer
wherever necessary as directed by engineer (Exc- luding
reiforcement including cover block) The cement mortar 1:3
plaster is considered for rendering uneven and honeyco-
mbed surface only. Newly laid concrete shall be covered
34
Contractor Executive Engineer P.W.D. A.M.C., Akola
by gunny bag, plaster, tarpaulin etc.(Wooden centering
will not be allowed) a) For c.c.M-20
[Spec.No. :Bd.F.6 Page No. 300/IS:456(2000) ]
( CSR I.No. 5 P.No. 12 )
22 Providing and fixing in position mild steel dowel bars 116.67 199.50 No. 23275.00
precoated with anticorrosive epoxy paint of 32 mm.
Dia. 60 cms. Long and at 30.00 cm. C/C & wherever
directed including handling, straightening, necessary
cutting supported by HYSD chairs with proper
alignment by using properly designed assembly of
Bulkheads lubricating half length with bituminous
paint as directed etc. complete.
[Spec.No. As directed by Engineer-incharge.]
(CSR item No.93, Page No.184)
23 Cutting transverse contraction joints 3 to 4 mm wide and 510.00 49.35 Rmt. 25168.50
depth 60mm. .in concrete slab using concrete cutting
machine with diamond studded saw within 48 hours of
casting of bay / slab etc. complete including subsequent
widening of the groove 8 to 10 mm. wide at top having
depth of 15 mm. as directed by Engineer incharge.
[Spec.No. As directed by Engineer-incharge.]
(CSR item No.95, Page No.184)
24 Providing and fixing informatory sign boards in square or 1.20 4882.50 Sqm. 5859.00
rectangular shape of any size made out 16 guage (1.6
mm) thick mild steel sheet painted with one coat of zinc
chromate - stoving primer and two coats green back
ground white border/messages, symbol etc. and back
side in grey stove enamel paint including M.S. angle
frame of 35 mm x 35 mm x 3 mm and two M.S.angle iron
post of size 50 mm x 50 mm x 5 mm, 3.65 m long
properly cross braced with angle iron of size 50 mm x 50
mm x 5 mm duly painted with alternate black and white
bands of 25 cm width including G.I.fixtures etc. and fixing
the board in 1:4:8 concrete block of size 60 cm x 60 cm x
75 cm including transportation etc. complete.The nut bolts
of board with angle iron post/supporting structure after
fixing at site has to be electrically welded.Retroreflective
sheeting should be with five years written warrenty from
the manufacture & authorised distributor/convertor,for
satisfactory field performance,durability & stipulated
retroreflectance of retroreflective sheeting.This certificate
in original should be submitted to the Engineer in charge
by the contractor/supplier.
Spec. No. : As per IRC-67, 1977 & M.O.R.T & H Circular
No. RW/NH-33023/31/88 D.O.III Dated 2-5-1994
(CSR item No.123, Page No.213-214)
25 Providing to contraction joints polysuphide sealent 510.00 210.00 Rmt. 107100.00
(Pouring grade) confirming to BS : 5212 - 1989 into sawed
groove widened at top for sealent reservoir of specified
size and shape as per detailed drawing including fixing
Polyethylene foam back up rod of required diameter
(appraox. 25% larger than the initial 3 mm.to 4 mm. joint)
overlaid with bond breaking tape as per detailed drawing.
Item includes cleaning the joints with water jet / air
compressor & allowing joint to become thoroughly dry
35
Contractor Executive Engineer P.W.D. A.M.C., Akola
before sealent is applied and applying primer. is applied
and applying primer.
(A) Contraction & longidudinal joints 15 mm.deep x
8 mm.wide)
(B) Expansion joints (25mm deep x 20mm wide)
[Spec.No. As directed by Engineer-incharge.]
(CSR item No.96, Page No.185)
26 Providing and fixing UPVC SOIL / VENT / WASTE SWR 20.00 420.00 Rmt. 8400.00
pipe of required diameter conforming to I.S.-13592, and
I.S.-4985 to withstand continous internal hydroulic
pressure of 4 kg/cm2 including necessary fixtures and
fittings, such as bends, tees, single junction, double
junctions and joining with rubber rings and lubricants, on
wall by means of clips or in ground including necessary
excavation, laying refilling, trench testing etc. complete.
(Prior approval of sample and brand by Ex.Engineer is
necessary before use)
(c) 160 mm dia. Pipe
Spec.No.: As directed by Engineer- in-charge
(CSR item No.41, Page No.115)
27 Providing, laying and fixing separation membrane 525.00 35.70 Sqm. 18742.50
ofimpermeable plastic sheeting, 125 micron thickbetween
the concrete slab and DLC layer, includingsticking the
membrane to the lower layer by adhesivesor appropriate
tape or concrete nails with washer, themembrane shall be
laid without creases with aminimum overlap of 300mm,
wherever necessaryincluding labour, replacing damaged
sheetingetc.complete.
[Spec.No. As directed by Engineer-incharge.]
(CSR item No.95, page No.187)
28 Transoprtation of material obtained from debris of 70.88 162.75 Cum 11534.91
various sorts inlcuidng necessary excavation/ loosing
inluidng loading unloading and conveying and
disposing as directed
[Spec.No. : As directed by Engineer incharge.]
( CSR I.No. 47 P.No. 129 )
1,499,474.20
1499474.20
Say Rs. 1500000.00
MEASURMENT SHEET
Sr.
No.
Item of work No L B D Qty. Unit
1 Removing existing black topped bituminous road 1 105.00 4.00 420.00
surface including stacking the spoils as directed with all
leads and lifts complete.
[Spec.No.As directed by Engineer-in-charge]
(CSR item No. 87 Page No.178) 420.00 Sqm.
2 Excavation for foundation in earth ,soil of all types,
sand, gravel and soft murum, including removing the 1 7.50 1.50 1.20 13.50
excavated material up to a distance of 50 m. beyond the
36
Contractor Executive Engineer P.W.D. A.M.C., Akola
building area , stacking and/or spreading as directed,
foundation and necessary back filling,
ramming,watering (Excluding shoring and strutting
)etc. complete. 13.50 Cum.
(Lift upto 1.5 m.)
[Spec.No. :Bd.A.1 Page No. 259 ]
( CSR I.No. 1 P.No. 1 )
3 Providing soling using 80 mm. size trap metal in 15 cm. 1 7.50 1.50 0.20 2.25
layer including hand packing filling voids with
sand/grit ramming, watering etc complete.
[Spec.No. : As directed by Engineer incharge.]
( CSR I.No. 10 P.No. 3 ) 2.25 Cum.
4 Providing and laying insitu cement concrete in 1 : 4 : 8 1 7.50 1.50 0.15 1.69
of trap/granite/quartzite/gneiss metal for foundation
and bedding including plywood/ steel formwork
bailing out water, compacting and finishing uneven
and honeycombed surface curing etc. complete. The
cement morter 1 : 3 plaster is considered for rendering 1.69 Cum.
uneven and honeycombed surface. Newly laid concrete
shall be covered by gunny bag, plastic, tarpaulin etc (
Wooden centering will not be allowed.
[ Spec.No. :Bd.E.1 Page No. 287/IS.456 (2000) ]
( CSR I.No. 2 P.No. 8 )
5 Providing and laying in situ cement concrete of M - 15 / 2 7.50 0.45 1.00 6.75
1 : 2 : 4 with trap / granite / quartizite / gneiss metal in
face wall incuding plywood / steel formwork and steel
centering, compaction by vibrator, finishing uneven and
honeycombed surface with C.M. 1 : 3 of sufficient
minimum thickness to give smooth and even surface, 6.75 Cum.
filling joints with bitumen, curing etc compelte (
Excluding cost of reinforcement ) The C.M. 1 : 3 plaster
is considered for rendering uneven and honeycomnbed
surface only. Newly laid concrete shall by covered by
gunny bag, plastic, tarpaulin etc. ( Wooden centering/
formwork will not be allowed ).
[Spec.No. :CD.3 Page No. 160 IS 456 ( 2000 ) ]
( CSR I.No. 3 P.No. 155 )
6 Providing and laying in situ cement concrete of trap / 1 7.50 3.00 0.27 6.08
granite / quartizite / gneiss metal for R.C.C. work in
Solid / deck slab incuding plywood / steel formwork
and steel centering, compaction by vibrator, finishing 6.08 Cum.
uneven and honeycombed surface with C.M. 1 : 3 of
sufficient minimum thickness to give smooth and even
surface, if special finish is to be provided, curing and
finishing in cement plaster ( Excluding cost of
reinforcement ) The C.M. 1 : 3 plaster is considered for
rendering uneven and honeycomnbed surface only.
Newly laid concrete shall by covered by gunny bag,
plastic, tarpaulin etc. ( Wooden centering/ formwork
will not be allowed ).
[Spec.No. :CD.3 Page No. 160 IS 456 ( 2000 ) ]
( CSR I.No. 3 P.No. 153 )
37
Contractor Executive Engineer P.W.D. A.M.C., Akola
7 Providing and fixing in position reinforcement of
various diameters for R.C.C. pile caps, footings, 1 7.50 3.00
Foundations, Slabs, beams and Column, Canopies, For Duck slab
Staircases, newels,Chajjas, lintels, pardies, coping, fins, 1 50 3.00 150.00
arches etc. as per detailed design and drawing and 1 20 7.50 150.00
schedules including cutting, bending , hooking the bars
binding with wires or tack welding and supporting as
required completed. 300.00 Rmt.
a)Mild steel / HYSD bars 300.00
Cum'@
1.58
Kg
/Cum 474.00 Kg.
[Spec.No. :Bd.F.17 Page No. 306 ] 29.25 Cum'@ 60
Kg /Cum 1755.00 Kg.
( CSR I.No. 18 P.No. 18 ) 6.75 Cum'@ 60
Kg
/Cum 405.00 Kg.
Total
Kg 2634.00
Total 2.634 M.T.
8 Providing and laying cement conctere pipe of I.S. N. P.
class of required diameter in proper line, level and
slope inlcuidng providing, fixing collars of spigot and
socket joint by rubber ring and in C.M. 1 : 2 etc 2 1 4 8.00
complete.
[Spec.No. :CD.7 Page No. 162 ] 300 mm dia 8.00 Rmt.
( CSR I.No. 6 P.No. 154 )
9 Excavation for roadway in earth, soil of all sorts, 1 45.00 3.50 0.45 70.88
sand,gravel or soft murum including dressing
section to the required grade, 3% camber,
designed super elevation and prescribed side
slopes and conveying the excavated materials
with all lifts and upto a lead of 50m. and
spreading for embankment or stacking as
directed. 70.88 Cum.
[Spec.No. :Rd.2 Page No.180 ]
( CSR I.No. 47 P.No. 129 )
10 Supplying trap stone metal or required size by 1 45.00 3.50 0.20 31.50
bringing the boulders at the road side breaking
them to required gradation inlucing conveying
the boulders and stacking the broken metal etc
complete. ( Prior approval of sample stack of
broken metal by the Ex. Engineer is necessary,
the date of approval with from part of the
measurements ) by breaking boulders ( Hand
broken )
80 mm size metal 31.50 Cum.
[Spec.No. :Rd.19,20,21,22 Page No.197 to 201 ]
( CSR I.No. 31 P.No. 163)
11 Supplying trap stone metal or required size by 1 45.00 3.50 0.10 15.75
bringing the boulders at the road side breaking 1 105.00 3.50 0.10 36.75
them to required gradation inlucing conveying
the boulders and stacking the broken metal etc
38
Contractor Executive Engineer P.W.D. A.M.C., Akola
complete. ( Prior approval of sample stack of 52.50 Cum.
the date of approval with from part of the
measurements ) by breaking boulders ( Hand
broken )
40 mm size metal
[Spec.No. :Rd.19,20,21,22 Page No.197 to 201 ]
( CSR I.No. 31 P.No. 163)
12 Supplying murum having PI < 6 at the road side, 3 / 8 qty of 80 mm metal 11.81
including conveying and stacking complete. 2 150.00 0.60 0.20 36.00
[Spec.No. :Rd.23 Page No. 202 ]
( CSR I.No. 32 P.No. 163)
47.81 Cum.
13 Supplying soft murum at the road side, 1 / 3 qty of 80 mm metal 17.50
including conveying and stacking complete.
[Spec.No. :Rd.24 Page No. 203 ]
( CSR I.No. 33 P.No. 163) 17.50 Cum.
14 Spreading graval / sand / soft murum / Hard Murum = 47.81
available murum over rubble soiling/ W.B.M. Soft Murum = 17.50
surface blanketing berms etc complete.
[Spec.No. :Rd.28 Page No. 205 ] 65.31 Cum.
( CSR I.No. 37 P.No. 164)
15 Spreading 80 mm metal inlcuiding sectioning Same qty as per I.No. 31.50 Cum.
complete.
[Spec.No. :Rd.28 Page No. 205 ]
( CSR I.No. 37 P.No. 164)
16 Spreading 40 mm metal inlcuiding sectioning Same qty as per I.No. 52.50 Cum.
complete.
[Spec.No. :Rd.29 Page No. 205 ]
( CSR I.No. 39 P.No. 164)
17 Compacting the sub grade / gravel / oversize 1 45.00 3.50 157.50
metal ( 200 mm loose ) layers for all widths with
static roller inlcuidng necessary, labour 157.50 Sqm.
materials and artificial watering complete .
[Spec.No. :Rd.32 Page No. 164 ]
( CSR I.No. 40 P.No. 164)
18 Compacting the sub grade / gravel / size metal ( 1 45.00 3.50 157.50
100 mm loose ) layers for all widths with static 1 105.00 3.50 367.50
roller inlcuidng necessary, labour materials and
artificial watering complete . 525.00 Sqm.
[Spec.No. :Rd.32 Page No. 164 ]
( CSR I.No. 40 P.No. 164)
19 Providing and laying in situ, cement concrete M-15 of 1 150.00 3.50 0.10 52.50
trap/ granite/quartzite/gneiss metal for foundation and
bedding including bailing out water, plywood/steel
formwork, compacting, finishing uneven and
39
Contractor Executive Engineer P.W.D. A.M.C., Akola
honeycombed surface, curing etc. complete. The 52.50 Cum.
Cement Mortar 1:3 plaster is considered for rendering
uneven and honeycombed surface only. Newly laid
concrete shall be covered by gunny bag, plastic,
tarpaulin etc. (Wooden centering will not be allowed.)
Spec. No. : Bd.E. 1/Page No. 287/I.S. 456 (2000)
(CSR item No.4, Page No.9)
20 Providing and Laying in situ cement concrete of 1 150.00 3.50 0.15 78.75
required grade, of trap/ granite/quartzite/gneiss metal
for cement concrete pavement including mixing in
mixer,ramming plywood/steel formwork, steel
centering curing , applying oil on both side of centering 78.75 Cum.
compaction by vibrating using plate , needle and
screed vibrator as required brooming concrete surface
to get serration levelling the surface to the camber as
directed and curing etc. complete including use of
plastisizer as directed by Engineer incharge.
(excluding cost of reinforcement) newly laid concrete
shall be covered by gunny bag plastic, tarpolin etc.
(wooden centering /formwork will not allowed) as per
specification given and directed by Engineer-incharge
Item include cement vata in C.M.1:8 at
0.6 m. x 0.6 m.c/c admeasuring 80 mm. at bottom
and 40 mm.at top and depth of 75 mm. and
maintaining the same throughout 28 days curing
period and removing the same thereafter by using light
tools without damaging pavement
Spec No.As directed by Engineer-incharge.
(CSR item No.89, page No.185)
a) M-30 Grade
( CSR I.No. 66 P.No.183)
21 Providing and castin in situ cement concrete of required 2 150.00 0.63 0.10 18.90
grade of trap/granite/quartzite/gneiss metal for R.C.C. 2 150.00 0.23 0.15 10.35
Beams & lintels as per detailed design and drawings or as
diredted including steel centering plywod/steel
formwork compac- tion finishing uneven and 29.25 Cum.
honeycombed surface with c.m. 1:3 of sufficient minimum
thickness to give a smooth and even surface or
roughening the surface if special finish is to be provided
and curing etc. complete.Including use of plastisizer
wherever necessary as directed by engineer (Exc- luding
reiforcement including cover block) The cement mortar 1:3
plaster is considered for rendering uneven and honeyco-
mbed surface only. Newly laid concrete shall be covered
by gunny bag, plaster, tarpaulin etc.(Wooden centering
will not be allowed) a) For c.c.M-20
[Spec.No. :Bd.F.6 Page No. 300/IS:456(2000) ]
( CSR I.No. 5 P.No. 12 )
22 Providing and fixing in position mild steel dowel bars 10 12 117
precoated with anticorrosive epoxy paint of 32 mm.
Dia. 60 cms. Long and at 30.00 cm. C/C & wherever
directed including handling, straightening, necessary
cutting supported by HYSD chairs with proper 117 No.
alignment by using properly designed assembly of
Bulkheads lubricating half length with bituminous
40
Contractor Executive Engineer P.W.D. A.M.C., Akola
paint as directed etc. complete.
[Spec.No. As directed by Engineer-incharge.]
(CSR item No.93, Page No.184)
23 Cutting transverse contraction joints 3 to 4 mm wide and 2 150.00 300.00
depth 60mm. .in concrete slab using concrete cutting 1 60.00 3.50 210.00
machine with diamond studded saw within 48 hours of
casting of bay / slab etc. complete including subsequent
widening of the groove 8 to 10 mm. wide at top having 510.00 Rmt.
depth of 15 mm. as directed by Engineer incharge.
[Spec.No. As directed by Engineer-incharge.]
(CSR item No.95, Page No.184)
24 Providing and fixing informatory sign boards in square or 1 1.00 1.20 1.20
rectangular shape of any size made out 16 guage (1.6
mm) thick mild steel sheet painted with one coat of zinc
chromate - stoving primer and two coats green back
ground white border/messages, symbol etc. and back 1.20 Cum.
side in grey stove enamel paint including M.S. angle
frame of 35 mm x 35 mm x 3 mm and two M.S.angle iron
post of size 50 mm x 50 mm x 5 mm, 3.65 m long
properly cross braced with angle iron of size 50 mm x 50
mm x 5 mm duly painted with alternate black and white
bands of 25 cm width including G.I.fixtures etc. and fixing
the board in 1:4:8 concrete block of size 60 cm x 60 cm x
75 cm including transportation etc. complete.The nut bolts
of board with angle iron post/supporting structure after
fixing at site has to be electrically welded.Retroreflective
sheeting should be with five years written warrenty from
the manufacture & authorised distributor/convertor,for
satisfactory field performance,durability & stipulated
retroreflectance of retroreflective sheeting.This certificate
in original should be submitted to the Engineer in charge
by the contractor/supplier.
Spec. No. : As per IRC-67, 1977 & M.O.R.T & H Circular
No. RW/NH-33023/31/88 D.O.III Dated 2-5-1994
(CSR item No.123, Page No.213-214)
25 Providing to contraction joints polysuphide sealent Same qty as per I.No. 510.00
(Pouring grade) confirming to BS : 5212 - 1989 into sawed
groove widened at top for sealent reservoir of specified
size and shape as per detailed drawing including fixing
Polyethylene foam back up rod of required diameter 510.00 Rmt.
(appraox. 25% larger than the initial 3 mm.to 4 mm. joint)
overlaid with bond breaking tape as per detailed drawing.
Item includes cleaning the joints with water jet / air
compressor & allowing joint to become thoroughly dry
before sealent is applied and applying primer. is applied
and applying primer.
(A) Contraction & longidudinal joints 15 mm.deep x
8 mm.wide)
(B) Expansion joints (25mm deep x 20mm wide)
[Spec.No. As directed by Engineer-incharge.]
(CSR item No.96, Page No.185)
26 Providing and fixing UPVC SOIL / VENT / WASTE SWR 20.00 Rmt.
pipe of required diameter conforming to I.S.-13592, and
I.S.-4985 to withstand continous internal hydroulic
pressure of 4 kg/cm2 including necessary fixtures and
41
Contractor Executive Engineer P.W.D. A.M.C., Akola
fittings, such as bends, tees, single junction, double
junctions and joining with rubber rings and lubricants, on
wall by means of clips or in ground including necessary
excavation, laying refilling, trench testing etc. complete.
(Prior approval of sample and brand by Ex.Engineer is
necessary before use)
(c) 110 mm dia. Pipe
Spec.No.: As directed by Engineer- in-charge
(CSR item No.41, Page No.115)
27 Providing, laying and fixing separation membrane 1 150.00 3.50 525.00
ofimpermeable plastic sheeting, 125 micron thickbetween
the concrete slab and DLC layer, includingsticking the
membrane to the lower layer by adhesivesor appropriate
tape or concrete nails with washer, themembrane shall be 525.00 Sqm.
laid without creases with aminimum overlap of 300mm,
wherever necessaryincluding labour, replacing damaged
sheetingetc.complete.
[Spec.No. As directed by Engineer-incharge.]
(CSR item No.95, page No.187)
28 Transoprtation of material obtained from debris of Qty of Excavation 70.88 Cum.
various sorts inlcuidng necessary excavation/ loosing
inluidng loading unloading and conveying and
disposing as directed
[Spec.No. : As directed by Engineer incharge.]
( CSR I.No. 47 P.No. 129 )