dr. balasaheb sawant konkan krishi vidypeeth dapoli dist

Transcription

dr. balasaheb sawant konkan krishi vidypeeth dapoli dist
DR. BALASAHEB SAWANT KONKAN
KRISHI VIDYPEETH DAPOLI DIST
RATNAGIRI
TENDER DOCUMENT
FOR CIVIL WORKS
PROVIDING AND ERECTING PRE-COATED G.I SHEET
ROOFING FOR FACULTY TWO BLOCK AND THREE
BLOCK BUILDING AT DAPOLI
TAL DAPOLI – DIST- RATNAGIRI
VOLUME I
VOLUME II
VOLUME III
TENDER NOTICE & CONDITION OF CONTRACT
SCHEDULE B
TECHNICAL SPECIFICATION & Drawings
DR B.S. KONKAN KRISHI VIDYAPEETH DAPOLI – 415712,
RATNAGIRI
TEL. : 02358-282411, 282412 FAX : 02358-282074
1.
\
1
NAME OF WORK –
Price Rs – 5000/-
PROVIDING
AND
ERECTING
PRE-COATED
G.I. SHEET ROOFING FOR FACULTY TWO BLOCK
AND THREE BLOCK BUILDING AT DAPOLI
( Rupees Five thousand only per set ) ( Non Refundable )
Sr No
Issued to
---------------------------------------------------------------------------------------------UNIVERSITY ENGINEER
DR BALASAHEB SAWANT KONKAN KRISHI VIDYAPEETH DAPOLI
Sr
No
INDEX
Brief Description of Contents
Page
From
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
2
Brief Tender Notice
Detailed Tender Notice
Form B-1 Condition of Contract
Schedule A
Price escalation
Additional general Condition
Additional Condition for material to be brought by contractor
Additional Specification
Quality Assurance and Maintenance
Scope of work
Schedule B – Civil works
Schedule C – Item wise specification
Forms of Stores
Theoretical requirement of materials buildings
15
Quality Control Test
16
Declaration of Contractor
17
Affidavit of Contractor
18
Drawings ( Architectural 1 and site plan 2)
2
To
BRIEF TENDER NOTICE
3
MkW- ckGklkgsc lkoar dksd
a .k d`f"k fo|kihB nkiksyh]
rk-nkiksyh&ft- jRukfxjhbZ& fufonk lwpuk dz 2
tk-dz-MkW-cklkdksd
a `fo@cka/kdke@422@2013
fnukad % 28-5-2013
fo|kihB vfHk;ark] MkW ckGklkgsc lkaor dksad.k d`f"k fo|kihB] nkiksyh ftYgk jRukfxjh ;kapsdMwu
egkjk"Vª 'kklukP;k lkoZtfud cka/kdke foHkkxkrhy ;ksX; R;k oxkZrhy uksna .kh vlysY;k LFkkiR; BsdsnkjkadMwu
[kkyhy dkekalkBh ch&1 ueqU;ke/;s ¼fOn&y[kksVk i/nr½ ¼lqV~Vhps fnol lksMwu½ dk;kZy;hu osGse/;s
bZ&fufonk iz.kkyh}kjs ¼vkWu ykbZu½ fufonk ekxfo.;kar ;sr vkgsr- lnj dkekP;k fufonse/;s dkWfyfQds’ku
dzk;Vsjh;kpk lekos’k dj.ksr vkysyk vkgsdke
dz-
dkekps ukao
dkekph vankftr
fdaer
blkjk c;k.kk
jDde
1
nkiksyh ;sFkhy QWdYVh Vw
CykWd o fFkz CykWd
bekjrhP;k
Nrkoj
fizdksVs M
s
dyj f’kVps
NIij
dj.ks
rkydk
nkiksyh ftYgk jRukfxjh
1]62]36]270@&
1]65]000@&
dke iq.kZ
dj.;kpk
dkyko/kh
bZ&fufonk
lapkph
fdaer
¼fMekaM
MªkIV½
uksna .kh oxZ
lgk eghus
¼ikolkGk
/k:u½
5]000@&
oXkZ
3
Bsdsnkjkus dksjh fufonk MkÅuyksM djrsosGh] uksn.kh izek.ki=] OgWV izek.ki=] vk;dj
izek.ki=] ekxhy rhu o"kkZr dsysY;k 'kkldh; o fue'kkldh; dkekaph lach/khr foHkkxkus fnysyh
;knh rlsp l|k gkrh vlysY;k 'kkldh; @ fue'kkldh; dkekaph lac/khr foHkkxkus fnysyh ;knh
lkscr tksM.ks vko’;d vlwu fufonk fodzh fnukadkiklwu fdeku ,d o”kkZrhy vankthr jDdesP;k
20 VDds brds cWadps irn'kZd izek.ki= o Bsdsnkj fdaok laLFkk ;kaps uko dks.kR;kgh ‘kkldh;
dkG;k ;knhe/;s ukgh v’kk vk’k;kps uksVjh leksjhy : 100 ps ckWUM isijojhy fufonk fofdz
fnukadkiklwu fdeku ,d o”kkZps vkrhy ‘kiFki= lknj dj.ks vko’;d vkgs - R;kpizek.ks rkaf=d
deZpkjh oxkZph ekfgrh] ;a= lkeqxzh o dULVªD’ku IyWUV bR;knh ckcrph lfoLrj ekfgrh lknj dj.ks
vko';d vkgs- ojhy loZ izek.ki=kP;k Nk;kafdr lR;izrh tksM.ks vko';d vkgs - rlsp ekx.kh
dsY;kl eqG dkxni=s ekx.khP;k osGh lknj dj.ks Bsdsnkjkoj ca/kudkjd jkghy R;kpcjkscj v’kk
izdkjps dke dsysY;k Bsdsnkjkauk dksjh fufonk if=dk ns.ksckcr izk/kkU;kus fopkj dj.ksr ;sby
Z h ;kph
d`i;k ukans ?;koh- fufonk MkÅuyksM dj.ksiwohZ loZ lk/kkj.k vVh d`i;k ikgkO;kr- lfoLrj fufonk
lwpuk www.dbskkv.org ;k osclkbZVoj igko;kl feGsyfo|kihB vfHk;ark]
MkW-ckGklkgsc lkoar dksd.k
d`f"k fo|kihB] nkiksyh
4
bZ&fufonsps osGki=d
lqjokr
lekIrh
1 fufonk izfl/nhpk fnukad
2 fufonk MkmuyksM dj.;kpk dkyko/kh
fnukad 12-6-2013
fnukad 12-6-2013
fnukad 13-6-2013 osG
fnukad 8-7-2013
10-00 oktY;kiklqu
osG 15-00
3 fufonkdjkauh vkWuykbZu fufonk r;kj
fnukad 13-6-2013
fnukad 10-7-2013
dj.;klkBh o gW’k ¼HASH½ lknj
jksth
jksth 15-00 oktY;kiklqu
dj.;kpk fnukad ¼rkaf=d o vkfFkZd½
15-01 oktsi;Zar
vkWu ykbZu fufonk y[kksVk dz 1 p 2 Hkj.;kpk o can dj.;kpk
osG
dkyko/kh
4 lqij gW’k tujs’ku dkyko/kh
¼SUPER HASH½
5 fufonkdkjkauh vkWuykbZu fufonk ri’khy
¼rkaf=d o vkfFkZd½ DecryptionRe-encryption dj.;kpk dkyko/kh
fnukad 10-7-2013
fnukad 11-7-2013 jksth
jksth
osG 15-00 oktsi;Zar
15-01 oktY;kiklqu
¼ Bsdsnkjkus lknj dsysyh vkWu ykbZu fcM&fufonk lac/khr foHkkxkus can
djko;kpk dkyko/kh ½
fnukad 11-7-2013
fnukad 12-7-2013 osG
jksth
15-00 oktsi;Zar
15-01 oktY;kiklqu
¼Bssdsnkjkus fufonspk daVªksy lac/khr foHkkxkdMs VªkUlQj djko;kpk dkyko/kh ½
6 fufonk blkjk jDde o dksjh fufonk
fnukad 15-7-2013
fnukad 19-7-2013
'kqYd bR;knhaps eqG nLrk,sot lknj
jksth
jksth 15-00 oktsi;Zar
dj.;kpk fnukad ¼rkaf=d fufonk
osG 11-01 iklwu
fo|kihB vfHk;ark]
m?kM.;kpk fnukadkP;k o osGsP;k 1
fo|kihB vfHk;ark]
MkW-ck-lk-dks-d`-fo-nkiksyh
fnol vxksnj½
MkW-ck-lk-dks-d`-fo-nkiksyh
;kaps dk;kZy;kr
7 rkaf=d fufonk fyQkQk m?kM.;kps
fnukad 19-7-2013
fnukad 23-7-2013 jksth
fBdk.k] fnukad o osG ¼’kD; >kY;kl½
jksth
ldkGh 15-00
¼y[kksVk dz 1½
nqikjh 15-01
fo|kihB vfHk;ark]
oktY;kiklwu
MkW-ck-lk-dks-d`-fo-nkiksyh
fo|kihB vfHk;ark]
MkW-ck-lk-dks-d`-fo-nkiksyh
8 vkfFkZd fufonk fyQkQk m?kM;kps fnukad 23-7-2013 jksth nqikjh 15-01
fBdk.k] fnukad o osG¼’kD; >kY;kl½ fo|kihB vfHk;ark]MkW-ck-lk-dks-d`-fo-nkiksyh ;kaps
¼y[kksVk dz 2½ dk;kZy;kr
9 fufonk iqoZ CkSBdhpk fnukad o osG o fnukad 2-7-2013 jksth 15-00oktrk fo|kihB
fBdk.k ¼fufonk rkaf=d eqís mifLFkr vfHk;ark] MkW-ck-lk-dks-d`-fo-nkiksyh ;kaps dk;kZy;kr
djko;pk vafre fnukad o osG½
1½
2½
3½-
ojhy dkekph lfoLrj bZ&fufonk lqpuk fnukad 13-6-2013 iklwu fo|kihBkP;k
www.dbskkv.org ;k baVjusVojhy osclkbZVoj miyC/k vkgsloZik=@bPNq[k fufonkdkjkauh fufonki=d MkmuyksM dj.;klkBh o fufonk izfdz;sr Hkkx ?ks.;klkBh
bZ&fufonk
iz.kkyhP;k
Main Portal Maharashtra etenders.in & PWD
Portal.pwd.maharashtraetenders.in oj enrolled uksna .kh dj.ks vko’;d vkgs- lgHkkxh
gks.kkÚ;k Bsd
s snkjkauk vkWuykbZu fufonk r;kj dj.;klkBh
#-1038@& izfr fufonk Hkjkos
ykxrhyfufonkdkjkauk oj ueqn dsysY;k ladsrLFkGkoj vkWuykbZu dj.ks lanHkkZr o fMftVy izek.ki= forjhr
dj.;klanHkkZr dkgh '[email protected] vlY;kl R;kauh [kkyhy nqj/ouh dzekadkoj laidZ lk/kkok Sify
Techonoligies Ltd.Nexttender (India) pvt.Ltd.On-020-25315555 mobile 9167969601/9167969604 Email:[email protected]
5
4½-
Bsdsnkjkus dksjh fufonk
lknj dj.ks vfuok;Z
nLr,sotP;k eqG izrh
vko’;d vkgs- vU;Fkk
MkÅuyksM djrsosGh fufonse/;s uewn dsY;kizek.ks loZ nLr,sot vkWuykbZu
jkfgy- rlsp blkjk@c;k.kk jDde] bZ&fufonk lapkps fdaer ;kckcrps
rkaf=d fufonk m?kM.;kP;k fnukadkP;k ,d fnolkiqohZ O;fä’k% lknj dj.ks
bZ&fufonk izfdz;sl lgHkkxh gksrk ;s.kkj ukgh-
5½-
brj vVh o 'krhZ bZ&fufonk ueqU;ke/;s igko;kl feGrhy- lnj dkekph bZ&fufonk dks.krsgh dkj.k
u nsrk jn~n dj.;kps vf/kdkj l{ke vf/kdkjh ;kauh jk[kqu Bsoysys vkgsr fo|kihB vfHk;ark]
MkW-ckGklkgsc lkoar dksd.k
d`f"k fo|kihB] nkiksyh
6
loZ lk/kkj.k vVh
1½
2½
c;k.kk jDde /kukd”kkZ}kjs ¼Mh-Mh½ fLodkj.ksr ;sbZy- /kukd”kZ gk MkW-ckGklkgsc lkoar dksd.k d`f"k fo|kihB]
nkiksyh] ;kaps ukos LVsV cWd vkWQ baMh;k] lsUVªy cWd vkWQ baMh;k] cWd vkWQ baMh;k v’kk jk”Vªh;d`r
cWadsojhy fdaok jRukfxjh ftYgk e/;orhZ lgdkjh cWad ;k cWadsojhy vlkok- /kukd”kZ gk Payble at
Dapoli vl.ks vfuok;Z vkgs- fufons lkscr tksM.;kr ;s.kkjk blkÚ;kP;k jdespk /kukd”kZ gk fufonk
izfl/n dsysY;k fnukadkikwlu iq<hy fdeku lgk efgU;kdjhrk oS/k jkghy vlk vlkokc;k.kk jDdespk /kukd”kZ rlsp fufonk lwpuse/;s uewn dj.;kr vkysY;k izek.ki=kP;k lR;izrhlg o
da=kVnkjkus ‘kkldh; fue’kkldh; laLFkkadMhy iw.kZ dsysyh dkes o gkrh vlysY;k dkekaph ;knh lkscr
tksMko;kph vkgs- vkiys ukao] laLFkk fdaok QeZ ;kaps ukao dks.kR;kgh laLFksP;k @ ‘kklukP;k vU; dks.kR;kgh
foHkkxke/;s dkG;k;knhr da=kVnkj Eg.kwu lekfo”B dsysys ukgh v’kk vk’k;kps uksVjh iq<hy : 100@& ps
dksVZ Qh LVWEioj ‘kiFki= y[kksVk ua 1 e/;s can djko;kps vkgs - R;kpizek.ks eq[; fufonk QkWeZ y[kksVk ua 2
e/;s flycan djko;kpk vkgs- vls nksu flycan y[kksVs ,dk Lora= y[kksV;kr flycan d:u lknj dj.;kr
;kok- rlsp y[kksVk dz 1 e/;s lknj djko;kP;k dkxni=kaps lfoLrj fooj.k fufonsif=dse/;s ueqn dj.;kr
vkysys vkgs R;kph d`i;k uksna ?;koh
3½
y[kksVk dz 1 e/khy dkxni=kaph iwrZrsckcr vko’;drk HkklY;kl izR;{k tkxsoj tkowu [kkrjtek >kys uarjp ys[kkVk
dz 2 gk uarj tkghj dsysY;k fnukadkl m?kM.;kr ;sbZy- y[kksVk dz 1 e/khy dkxni=kaph lR;rk o vU; rikl.kh
vlek/kkudkjd vl.kkÚ;k fufonk/kkjdkpk y[kksVk dz 2 m?kM.;kr ;s.kkj ukgh rlsp v’kk fufonk/kkjdkauk Lora=fjR;k
dGfo.;kr ;s.kkj ukgh-
4½
DykWfyfQds’ku dzk;Vsjh;k /kkj.k dj.ksdjhrk QDr ’kkldh;@afue’kkldh;@LFkkfud LojkT;laLFkk ;kapsdMhy
dkekapk fopkj dsyk tkbZyHkkxhnkjh diauhP;kckcrhr fufonk lknj djrs osGh R;kauk Hkkxhnkjhps djkji=k lkscr Hkkxhnkjkaps QksVks o uksna .kh
dsysys Hkkfxnkjh izek.ki= izek.ki= tksM.ks ca/kudkjd vkgs - QDr fo”k;kadhr dkekdjhrk tj Hkkxhnkjh laaLFkk
¼tkWbUV OgsUpj½ LFkkiu dj.ksr vkyh vlsy o v’kh Hkkxhnkjh d:u vko’;d rh ukssn.khph vgZrk /kkj.k
dj.;kpk iz;Ru vlY;kl v’kk Hkkxhnkjh laLFkkuk dksÚ;k fufonk if=dk fnY;k tk.kkj ukghr ;kph di;k uksna
?;koh-
5½
6½
7½
8½
9½
10½
11½
12½
fo|kihBkr dke ?ksrkuk blkjk jDde @ lqj{kpk vuker jDde Hkj.ksckcr lwV feG.kkj ukghfufonk vtZ fodzh vFkok fuohnk fLod`rh vFkok fufonk m?kM.;kP;k rkj[ksyk lqVh tkghj >kyh vlY;kl R;k
fnolkps dkedkt yxrP;k dkedktkP;k fno'kh ikj ikM.ksr ;sbZyfufons lkscr lknj dsysyh loZ dkxni=s l{ke vf/kdkÚ;kuh lk{kkadhr dsysys vlkos Lor% lka{kkdhr ¼ Self Attssted½
dsysyh dkxni=s xzkg; /kj.;kr ;s.kkj ukghrvf/kd ekfgrhlkBh fo|kihB vfHk;ark] MkW-ckGklkgsc lkoar dksd.k d`f"k fo|kihB] nkiksyh ;kaP;k'kh dkekps fno'kh
dk;kZy;hu osGsr laidZ lk/kkokT;k da=+ kVnkjkph fufonk fLodkj.;kr ;sbZy R;k da=kVnkjkl : 100@& ek=ps dksVZ Qh LVWEioj djkjukek d:u |kok
ykxsydks.krsgh dkj.k u nsrk dks.krhgh fufonk fdaok loZ fufonk dks.kR;kgh Lrjkoj ukeatwj dj.;kpk gDd ;k dk;kZy;kus
jk[kwu Bsoysyk vkgs
‘kklukus fofgr dsysY;k fu;ekuqlkj BsdsnkjkP;k ns;dkrwu [kkyhy djkaph otkoV dj.ksr ;sbZy
1½ OgWV & 2-00 VDds
2½ bUdeVWDl 2-36 VDds
3½ yscj bZU’;qjUl 1-00 VDdk
Bsdsnkjkus R;kaps dkekoj use.ksr ;s.kkÚ;k etwjkaps foek] lapkyd] foeklapkyuky; egkjk”Vª ’kklu ckanzk eqca bZ
;kapsdMhy mrjo.ks ca/kudkjd vkgs- R;k iksVh R;kauh vko’;d rs izek.ki= lknj djko;kps vkgs - izek.ki= lknj u
dsY;kl ‘kklukus fofgr dsysY;k fu;ekauqlkj fcyke/kwu lnj jdesph otkoV dj.ksr ;sbZy ;kph uksna ?;kohfo|kihB vfHk;ark
MkW-ckGklkgsc lkoar dksd.k
d`f"k fo|kihB] nkiksyh
7
izr]
fo|kihB dk;Zdkjh ifj"knsps loZ lUekuuh; lnL;kauk ekfgrhlkBh lfou; lknj
izr] ekfgrhlkBh o ;ksX; R;k dk;ZokghlkBh jokuk &
ek-dqyxq: ;kaps fLo; lgk¸;d MkW-ckGklkgsc lkoar dksd.k d`f”k fo|kihB nkiksyh ;kauk ekfgrhlkBh lfou; lknj
f’k{k.k lapkyd] MkW CkkGklkgsc lkoar dksd
a .k Ñf"k fo|kihB] nkiksyh
la'kks/ku lapkyd] MkW CkkGklkgsc lkoar dksd
a .k Ñf"k fo|kihB] nkiksyh
fu;a=d] MkW ckGklkgsc lkoar dksd.k d`f"k fo|kihB] nkiksyh
lg;ksxh vf/k”Bkrk] d`f”k egkfo|ky; nkiksyh ;kauk ekfgrhlkBh
lqj{kk vf/kdkjh] MkW-ckGklkgsc lkoar dksd.k d`f”k fo|kihB] nkiksyh ftYgk jRufkxjh ;kauk ekfgrhlkBh
izHkkjh vf/kdkjh] vWjhl vWUM yWu ;quhV MkW-ckGklkgsc lkoar dksd.k Ñf"k fo|kihB] nkiksyh
lgk¸;d vfHk;ark@lac/khr 'kk[kk @dfu”B vfHk;ark@ ize[q k vkjs[kd MkW ckGlkgsc lkoar dksd.k d`f"k fo|kihB] nkiksyh@
d`f”k la’kks/ku dsnz f’kjxkao jRukfxjh
uksVhl cksMZ MkW-ckGlkgsc lkoar dksd.k d`f"k fo|kihB] nkiksyh-
8
DR.BALASAHEB SAWANT KONKAN KRISHI VIDYAPEETH
DAPOLI, DIST-RATNAGIRI
No.Dr.BSKKV/Works/ 422/2013
Date - 28-5-2013
E- TENDER NOTICE NO 2
On line E-Tender are here by invited in B-1 form ( in two envelope system) for the
following work from the registered civil contractors in appropriate class with Government of
Maharashtra, Public works department by the University Engineer, Dr. B.S.K.K.V. Dapoli.
All blank tenders form will be issued by the University Engineer, Dr.B.S.K.K.V. Dapoli The
Qualification Criteria is included in the tender.
Sr
No
1
Name of the work
Estimated cost
In Rs
Amount of
E.M.D.
In Rs
Period
Of
completion
Providing and Errecting Pre
Coated G.I Sheet Roofing for
Faculty Two Block & Three
Block builing at Dapoli Tal
Dapoli Dist- Ratnagiri
1,62,36,270/-
1,65,000/-
Six Months
( Including
Mansoon)
Cost of ETneder
blank
tender
form in
Rs
Rs 5000/-
Regist
ration
class
of
Contr
actor
Class
IV
While dowenloading a blank tender form contractor / Firm should submit a certified true
copy of Registration, latest VAT certificate, Pan card, valid Sales tax registration number &
clearance certificate, Income tax certificate and list of works completed during last three years
and list of work in hand under Government or Semi Government departments, valid bank
solvency certificate issued within 12 months to the extend of not less than 20 % of the
estimated cost, Works Contract Certificate, Partnership Deed, list of plant / Machinery , list of
Technical person. Contractor has to bring all original certificates along with him while
purchasing a tender form. The tenderer/firm has to submit an affidavit on stamp paper worth
Rs 100 before Notary stating the tenderer is not black listed in any of the department of
Government and semi Government within a year. Before purchasing of the blank tender form
please see the general terms and conditions for this work. Detailed tender notice will be
available on University web site of WWW.dbskkv.org
University Engineer,
Dr .B .S. Konkan Krishi
Vidyapeeth Dapoli
9
E-Tender Time Table
Work
Particulers
No 1
1
Date of Tender Notice publishing in
News Papers
2
Download period of Online tender
3
Submit HASH to Create online tender by
Contractor (Technical & Financial bid)
Start
End
Dated 12.6.2013
Dated
12.6.2013
from
13.6.2013
10.00 am
13.6.2013
from 15.01
to
8.7.2013
15.00 Pm
10.7.2013
To 15.00 pm
Peroid for submission of on line tender Envelope No 1
&
4
Period for
generation
online
SUPER
HASH
10.7.2013
From 15.01 Pm
11.7.2013
To 15.00 Pm
(Period for to seal the online tender by the Departmnet )
5
6
7
8
9
Period of online Decryption and
Re-encryption for tender details by
Contractor
Date of place for submission of Earnest
Money and fees of blank tender form in
nature of Demand Draft
Place, Date and Timing of Opening of
Techincal bid ( Envelope No 1)
11.7.2013
From 15.01 Pm
12.7.2013
To 15.00 Pm
(Period for to transfer the control from contractor
tepartment)
15.7.2013
From 11.00 Pm
19.7.2013
To 15.00 Pm
19.7.2013
From 15.01 Am
Office of
23.7.2013
To 15.00 Pm
Office of
University Engineer
Dr. B.S.K.K.V Dapoli
University Engineer
Dr. B.S.K.K.V Dapoli
Place, Date and Timing of Opening of
Financial bid ( Envelope No 2 )
23.7.2013
Date of Pre-bid meeting of online tender
2-7-2013 at 15.00 Pm
To 15.01 Pm Office of University Engineer
Dr. B.S.K.K.V Dapoli
Office of University Engineer Dr. B.S.K.K.V Dapoli
1) The detila e-tender notice is available on the web site of Unveristy www.dbskkv.org
from 136-2013
2) All eligiblile / Intrested contractors who want to participate in tendering process should
compulsory get enrolled on e-tendering portal Main Portal Maharashtra etenders.in &
adf.maharashtra.etenders.in and make a payment of Rs 1038/- online as service charges for use
of Electronic tendering during on line bid date Decryption and Reencryption stage of of the tender
3) Contractors details for difficulties in submission of online tenders if any Sify Technotiges ltd
Nextenders( Indian ) Pvt Ltd on 020-25315555/25315556 ( Pune) Or 022-26611117/26611287 (
Extn. 25/26)
4) Tenders should submit the document related to tender online However, tenderes should submit
personally the earnest money in form of D.D., tender form fee in form of DD and Affidavite in
original one day before opening of the technical Bid otherwise tenderer cannot participate in etendering.
5) Other terms and condtion displayed in online e-tender form. Right to reject any or all online bid of
work withound assign any reason therof is reseverd.
6) Civil contractor should submit all required documents while downloading of e-tender form.
University Engineer
10
GENERAL CONDITIONS
1)
Demand draft of Earnest money deposit is to be drawn in favour of Dr.Balasaheb
Sawant Konkan Krishi Vidyapeeth, Dapoli, payable at Dapoli from State Bank of
India, Central Bank of India, Ratnagiri District Co-Op- Bank Dapoli. The Demand
draft will be payable at Dapoli only otherwise tender will not be opened.
2)
The tenderer should submit attested true copies of the all the documents prescribed in the
tender notice along with E.M.D in D.D form and contractor of should submit list of work done
and work in hand in Government and semi Government departments. The tendere/Firm has to
submit an affidavit on stamp paper worth Rs 100 before Notary stating the tenderer is not
black listed in any of the department of Government and semi Government within a year and
detailed list of plant and machinery in envelope no 1 and sealed tender in envelope No 2. Both
the envelope shall put in separate seal envelope and any one of the documents as specified in
the tender notice failing to submit in envelope no 1 will be disqualifying to open his envelope
no 2. All the required documents to be enclosed in the envelope no 1 are mentioned in tender
form
Only Government / Semi Government and local bodies work will be consider for qualification
criteria.
It is responsibility of the tendere to get verified his enclosed documents in envelope No 1 from
the University authorities. Its is absolutely compulsory be present in person or by authorized
representation at the actual location on schedule date and time of tenderer fails to be present at
actual location the action taken by the University is binding upon him and any complaints in
this connection will be considered.
A Partnership company or any company submitting the tender will have to submit a true copy
of the partnership deed along with the personal Photo/ Partners Photo. The Joint Venture
Company especially established for this work for a limited period with the intension to full fill
registration requirement in the tender competition and meeting certain requirements of the
tender will not be considered for issuing the blank tender form.
No exemption/concession of EMD and SD is applicable in this University.
If holiday is declared on the last date of issue of tender or on the last date of submission of
tender form, or the opening of tender the tenders will be issued/received/ opened on the next
working date at the same time.
The Photo copies/ Zerox copies of the documents submitted along with the tender offer should
be attested by the gazzeted officer only.
The accepted tenderer will have to execute an agreement bond on court fee stamp paper worth
of Rs 100/- regarding acceptance of terms and conditions
The University reserves the right to reject any or all tenders without assigning any reason
3)
4)
5)
6)
7)
8)
9)
10)
11)
12)
13)
The following taxes will be deducted form the contrator‟s bill time to time
a) MVAT
2.00 %
b) Income tax
2.36 %
c) Labour Insurance 1.00%
The contractor should compulsorily draw insurance policy of his labours and should
submit the proof of that effect. The contractor should note that if he fails to do so the
amount of insurance premium will be deducted from his bill as per Government rules.
Only the Policy of Vima Sanchalnalaya Maharashatra Shasan Bandra this will be
considered.
All necessary taxes levied by Government of India /Maharashtra will be deducted for the
bills form time to time
Further details can be had from the office of the University Engineer during the working
hours.
UNIVERSITY ENGINEER
11
DR. BALASAHEB SAW ANT KONKAN KRISHI VIDYAPEETH
Dapoli ( Dist. Ratnagiri )
INVITATION FOR TENDER
DETAILED TENDER NOTICE
NAME OF WORK
E-Tender Tenders in B-1 form on departmental design / Architect designed are invited
for the following work, from contractors Registered in appropriate class, by Government
of Maharashtra, from class (I) and above category and will be received in sealed covers,
addressed to the University Engineer, Dr. Balasaheb Sawant, Konkan Krishi Vidyapeeth,
Dapoli,
1) Name of Work :
Providing and erecting pre-coated G.I.sheet roofing for faculty
two block and three block building at Dapoli.
2)
Cost of each tender from ( Non Refundable )
: Rs.
3)
Estimated Cost of work
: Rs. 1,62,36,270/-
4)
Earnest Money
: Rs.
1,65,000/-
5)
Initial security deposit
: Rs.
4,05,907/-
6)
Further security deposit to be deducted form bills
: Rs.
4,05,907/-
7)
Last date and time upto which blank tender forms will be downlaoaded
dt. 13.6.203 to 8.7.2013 upto 15.00 hrs.
Pre-Tender conference will be held on 2.7.2013 at 15.00 hours in the office of the
University Engineer, Dr. Balasaheb Sawant, Konkan Krishi Vidyapeeth, Dapoli.
8)
9)
10)
11)
12)
13)
14)
15)
16)
17)
5,000/-
Date and time of on line receipt of Tender : Dated 10.7.2013 to 11.7.2013 upto
15.00 hrs.
Probable date and time of opening of tender 19.7.2013 at 15.00 hrs. ( Envelope
No 1 if possible )
Validity period : The offer of the contractor shall remain valid for 120 days from
the opening of tender valid Envelope No 2
The tender notice shall form a part of the contractor agreement.
The tenders are invited on the Departmental design or Architect -designed.
The blank tender forms will be dowenload only to the registered contractors of
appropriate category (i.e.) Class (I) and above
The tenderer, if firm or company shall in their forwarding letter mention the name
of all the partners of the firm or company (as the case may be ) and the name of the
partner who holds the power of attorney if any authorizing him to conduct
transaction on behalf of the firm or company.
Right is reserved to revise or amend the contract documents fully or part thereof
prior to the date notified or amended for the receipt of tender. Such deviations /
amendments if any shall be communicated in the form of corrigendum or by a letter
as may be considered suitable.
Right is reserved to reject any or all tenders without assigning any reason there of
by the University.
12
2. EARNEST MONEY:
2.1
Earnest Money of Rs. 1,65,000/- along with the tender should be in the shape of
Demand draft drawn in the name of Dr. Balasaheb Sawant, Konkan Krishi
Vidyapeeth, Dapoli, on scheduled bank as per tendered notice attached herewith will
be accepted.
2.2
Valid Earnest Money exemption certificate will be accepted in lieu of earnest money
deposit. The tenderes who are exempted from payment of earnest money deposit
should attach attested copy of certificate from Government of Maharashtra regarding
exemption from the payment of earnest money.
( Point 2.2 is cancelled as per decision taken in C. D. C. meeting held on 24-1-96 )
2.3
Tender of those who do not deposit earnest money in one of the above acceptable
forms shall be summarily rejected.
2.4
The amount of earnest money will be refunded to the unsuccessful tenderer on
deciding about the acceptance or otherwise of the tender or on expiry of the validity
period whichever is earlier, In case of the successful tenderer it will be refunded on his
paying the initial security deposit and completing the tender documents or will be
transferred towards a part of security deposit to be paid after awarding of the work. If
successful tenderer dose not pay the security deposit in the prescribed time limit and
complete the agreement bond his earnest money deposit will be forfeited to Dr.
Balasaheb Sawant, Konkan Krishi Vidyapeeth, Dapoli.
3)
TENDERING PROCEDURE.
Blank Tender Forms.
Tender Forms can be down loaded from the eTendering of Main Portal Maharashtra etenders.in
& adf.maharashtra.etenders.in after interring the details of payment towards Tender Fees as per the
Tender Schedule.
3.1
PRE-TENDER CONFERENCE :
3.2
Pre-tender conference open to all prospective tenderers who have downloaded tender form before the date of Pretender Conference, will be held at Dapoli on ------------- at 15.00 Hrs. in the office of the University Engineer, Dr.
B.S.K.K.V. Dapoli 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
University Engineer in writing and this clarification referred to as common set of conditions 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 benot 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 regards.
3.3
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 will be summarily REJECTED
3.4
All tenderers are cautioned that tenders containing any deviation from the contractual terms and conditions,
specifications or other requirements and conditional tenders will be treated as non responsive. The tenderer should
clearly mention in forwarding letter that his offer (in envelope No. 1&2) does not contain any condition, deviations
from terms and conditions stipulated in the tender.
3.5
Tenderers should have valid unlimited class Digital Signature Certificate (DSC) obtained from any Certifying
Authorities.
In
case
of
requirement
of
DSC,
interested
Bidders
should
go
to
http://mahrashtra.etenders.in/mah/DeigitalCerti.asp and follow the procedure mentioned in the document
„Procedure for application of Digital the Certificate‟.
13
3.6
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 / 56
Landline No.- 022-2661-1117 / (Ext. 25/26)
Mobile No.- 91679 69601 / 04 / 14 /
For Office Contact phon no of Univrsity Engineer Dr B.S.Konkan Krish Vidyapeeth Dapoli
02358/282411 (Ext 108) Moba- 9423921773 / 02358- 282039
3.7
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 Bowser Settings provided under section
„Internet Explorer Settings‟.
Pre-requisites to participate in the Tenders processed by University :
Enrolment and Empanelment of Contractors on Electronic Tendering System :
The Contractors interested in participating in the Tenders of University Dr B.S. K.K.V Dapoli processed using the
Electronic Tendering System shall be required to enroll 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 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 Enroll under
section E-Tendering Toolkit for Bidders on the Home page of the Electronic Tendering System.
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 require 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 authorize.)
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 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 of 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 require 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 form 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.
14
4.
Payment for service Provider Fees :
In addition to the Tender Document Fees payable to PWD, the Contractors will have to pay Service Providers Fees of
Rs. 1,024/- 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 ETendering Toolkit for Bidders on the Home Page of the Electronic Tendering System.
B.
1.
Steps to be followed by Contractors to participate in the e-Tenders processed by
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 bed response. The
Contractors are advised to store the relevant documents in the briefcase before starting the Bid Preparation and
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 and upload the
same.It is mandatory to upload the documents using the briefcase facility. Therefore, the Contractors are advised to
Keep the document 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 University 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.
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 University on the home page of e-Tendering Portal on http://adf.maharashtra.etenders.in under
the section Recent Online Tender.
Download of Tender Documents :
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 online by filling up details of Demand Draft owards
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 Bed Data
is to be prepared in the templates provided by the Tendering Authority of University. 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
case Uploadable document type of templates, the Contractors are required to select the relevant document /
compressed file (containing multiple documents) select the relevant document / compressed file (containing multiple
documents) already uploaded in the briefcase.
Notes:
a).
The Contractors upload a single documents or a compressed file containing multiple documents against each
unloadable option.
b)
The Hashes are the thumbprint of electronic data and are based o one – way algorithm. The Hashes establish
the unique identity of Bid Data.
b)
The Bid hash values are digitally signed using valid class – II of Class III Digital Certificate issued any
Certifying Authority. The Contractors are required to obtain Digital Certificate in advance.
c)
After the hash value of bed 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.
d)
This stage will be applicable during both. Pre-bid / Pre-qualification and Financial Bidding Processes.
15
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 University Engineer shall generate and digitally sign the Super Hash values
(Seals)
Decryption and Re-encryption of bids (submitting the Bids online):
After the time for generation of super hash values by the Tender Authority from University has lapsed, the
Contractors have to make the online payment of Rs. 1038/- towards the fees of the Service Provider.
After making online payment towards fees of Services provider, the Contractors are require 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 reencryption 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 / reencrypt the bid data / submit documents during the stage of decryption and Re-encryption of bids
(submitting the bids online).
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.
Opening of the Financial Birds:
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
main portal Maharashtra etenders.in and adf.maharashtra.etenders.in immediately after the completion of
opening process.
Tender Schedule (Key Dates):
The Contractors are strictly advised to follow the Date 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.
3.3 m) QUALIFYING CRITERIA
(a)
To qualify for award of the contract, each tenderer in his name should have achieved
an average annual financial turnover (in all classes of civil engineering construction
works only) of Rs 1,21,77,203/- (Rupees One corer twenty one lakhs seventy seven
thousand two hundred three only) during last three years at the price level of 201112. (Information to be given only in Form No. VI enclosed on Page ……
(b)
Satisfactorily completed as a prime contractor, at least one construction work
including GI / Pre-coated sheet of value not less than Rs 48,70,881 (Rupees Forty
eight lakhs seventy thousand eight hundred eighty only) at the price level of 201112. (Information to be given in Form No. III enclosed herewith on Page …….
16
(c)
Satisfactorily executed in any one year, the following minimum quantities of work
(Information to be given only in Form No. VII enclosed herewith on Page -29 )
For Building
I)
II)
(d)
AC/G.I./ Colour Pre Coated Sheet
Structural Steel works
1864.00 Sq. Meter
35.22 Metric Tone
Availability of project Manager having minimum qualification of B. E. (Civil) degree and not
less than five years experience of Diploma in civil engineering with not less than eight years
of experience and one site engineers with either B.E. (civil) degree with minimum 3 years
experience or Diploma in civil engineering with five years experience and other key personnel
with adequate experience of Building construction works experience as required. (Form No.
IV on page No 26) For execution of work as per specifications given in schedule B and C,
maintaining progress of work as per PERT chart of work, preparing the running accounts
/ final bill with taking work done measurement and submitting periodically to this office as
per tendered conditions with concern Architect‟s Technical satisfaction certificate in
prescribed form.
(e)
Note 1 : Financial turnover and cost of complete works of previous year shall be given linear
weight-age of 10% per year on Rupee value to bring them at 2011-12 price value.
Note 2 : The necessary certificate as mentioned in qualification criteria from Sr. No. (a) to (c)
are required to be obtained from the officer not below the rank of Deputy Executive
Engineer / Divisional Accounts Officer. A copy of these certificate duly attested by a
Gazetted Officer along with availability of equipments for this work as mentioned in
Sr No.3.3 d P. No.……shall be put in Envelope No. 1 only. In absence of these
certificates Envelope No. 2 (Financial Bid) shall not be opened.
Note 3 : From No. I to VII on Pages 22 to 29.
All these statements shall be filled in and signed properly. If these Forms are found
incomplete, incorrect, kept blank of wrongly filled, Contractor‟s Envelopes No. 2 (financial
bid) will not be opened and his offer will be summarily rejecte
Note 4: The abstract of information in Form V on Page 27 (Form showing work done in all
classes of civil engineering construction works during last three years) shall be given
in Form VI in the proforma enclosed on page No. ………..
The abstracted Form (VI on page No. 28 ) need to be signed by the tenderer or
holder of this power of attorney.
(e)
Bidders who meet the minimum qualification criteria will be qualified only if their
available bid capacity is more than the total bid value. The available bid capacity
will be calculated as under :-
17
Assessed Available Bid Capacity = [(A x N x 2) – B]
Where ………
A = maximum value of civil engineering works executed in any one year as a prime
contractor during the last three years (updated to 2011-12) taking into account
the completed works as well as completed value of works in progress.
N=
Number of years prescribed for completion of the work for which bids are
invited.
B=
Value as 2011-12 price level of existing commitments and ongoing works to
be completed during next 18 months (Period of completion of the work for
which the bids are invited)
Note : The statement showing the value of existing commitments and ongoing work as well
as the stipulated period of completion remaining for each of the works listed should be
countersigned by the officer not below the rank of the Deputy Engineer / Divisional
Accounts Officer.
3.3 n) The contractor shall submit an affidavit (as per format given on Page No. 33)
regarding completeness, correctness and truthfulness of documents submitted in
Envelope No. 1.
o)
All the documents from Sr. No.3.3a) to 3.3. n) 1.4.12 shall be given by contractor in
Envelope No. 1 correctly and completely, otherwise his Envelope No. 2 will not be
opened.
Even though the Bidder meet the above qualifying criteria, they are subject to be
disqualified if they have made.
Misleading or false representations in the Statements attachments submitted in proof
of the qualification requirements.
And / or
Record of poor performance such as abandoning the works, not properly completing
the contract, inordinate delays in completion, litigation history or financial failures etc.
3.4 A
ENVELOPE No. 2 (Tender):
The second envelope clearly marked as Envelop No. 2 shall contain only the main
tender including the common set of conditions/stipulations issued by the University
after per-tender conference. A tender submitted without this would be considered as
invalid. The tender should quote this offer duly signed in terms of percentage of
estimated rate at the appropriate place of tender document ( Page No ….) to be
submitted only in Envelope No. 2. He should not quote this offer anywhere 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 University as informed to him by a letter
from University Engineer after Pre-Tender Conference. Any condition / conditions
quote by the contractor / tenderer will not be accepted.
18
4.4 SUBMISSION OF TENDER
Refer to section Guideline to bidders on the operation of Electronic Tendering system of Dr.
Balasaheb Sawant Kankan Krishi Vidyapeeth Dapoli
3.5 OPENING OF TENDERS
On the date specified in the tender notice following procedure will be adopted for
opening of the tender.
ENVELOPE No. 1
First of all, Envelope No. 1 of the tender will be opened to verify its contents as per
requirements. If the various documents contained in this envelope do not meet the
requirements of the University, a not will be recorded accordingly by the tender
opening authority and the said tenderer‟s envelope No. 2 will not be considered for
further action but the same will be recorded.
ENVELOPE No. 2
This envelope shall be opened immediately after opening of Envelope No. 1 only, If
the contents of Envelope No. 1 are found to be acceptable to the University the
tendered rate in schedule „B‟ or percentage above/below the estimate rates shall then
be read out.
3.6
ACCEPTANCE OF TENDER
3.6.1 The acceptance of tender may be communicated to the contractor telegraphically or
otherwise by the University Engineer, Dr. Balasaheb Sawant Konkan Krishi
Vidyapeeth, Dapoli.
3.6.2 The successful tender will be required to produce to the satisfaction of the specified
concerned authority a valid and concurrent license issued in his favour under
provisions of the contract labour (Regulations and Abolition Act 1970) before starting
the work. On failure to do so, the acceptance of the tender is liable to be withdrawn
and earnest money forfeited.
3.6.3 The tenderer whose tender is accepted will have to give an undertaking in writing to
the effect that he/they will pay the labours engaged on the work the wages as per
Minimum Wages Act 1948 applied to the zone in which the work lies and act
accordingly.
3.6.4 The contractor shall comply with the provisions of the Payment of Wages Act, 1936;
Minimum Wages Act, 1948; Employees Liability Act, 1938; Workmens compensation
Act, 1961. The contract Labour (Regulation and Abolition Act, 1979) and any
modification therefore or any law relating there to and rules made thereunder from
time to time.
3.6.5 The contractor whose tender is accepted is required to note that no foreign exchange
will be released by the University.
19
3.6.6 The contractor will have to sign the original copy of the tender papers and the
drawings according to which the work is to be carried out. The contractor shall also
have to give a declaration to the effect that he has fully studied the plans,
specifications, local conditions and availability of labour and materials and that he has
quoted his rates with the consideration to all these factors.
3.7 SECURITY DEPOSIT
3.7.1 The successful tenderer shall have to pay 50% security deposit in cash or in shape of
Fixed Deposit Receipt in favour of Comptroller, Dr. Balasaheb Sawant Konkan Krishi
Vidyapeeth, Dapoli within ten days including Govt. holiday of the acceptance of
tender and complete the contract documents failing which his earnest money will be
forfeited to University. The balance 50% security deposit will be recovered from the
R.A. Bills at five percent of the bill amount.
3.7.2 All compensation or other sums payable by the contractor under the terms of this
contract or any other contract or on any account may be deducted from his Security
Deposit or from any sums which may be due to him or may become due to his by
University on any account and in the event of the Security being reduced by reason of
any such above noted deductions the contractor shall within ten days of receipt of
notice of demand from the Engineer-in-charge make good the deficit.
3.7.3 There shall be no liability on the University to pay any interest on the Security
Deposited by or recovered from the contractor.
3.7.4 The Security Deposit shall be refunded after completion of defect liability period
prescribed for this contract in accordance with the provisions in clauses 1 and 20 of
the contract.
3.8
Condition for payment of additional security deposit, if offer quoted by the
tenderer is lesser than 15% below the cost put to tender.
The contractor shall deposit an additional security deposit along with the security
deposit as per clause 3.7 within 10 days of acceptance of tender in the form of Bank
guarantee, when the below percentage quoted is more than 15% of cost put to tender.
The amount of security deposit shall be worked out as per following formula.
[ % rate quoted by the contractor – 15] x 10/100 x Rs. Tender cost /Additional Security
100
Deposit = Rs.
If the contractor does not deposit this additional security deposit (if applicable) within
stipulated time then his earnest money deposit will be forfeited and his tender will not
be considered for acceptance.
This additional security deposit shall be extendable upto expiry of valid extensions if
any and it shall be refunded along with the final bill, after satisfactory completion of
work.
20
3.9 ISSUE OF FORMS:
Information regarding contract as well as blank tneder forms can be dowenlaoded
from the e-tendering website upon providing the details of the payment of coast as
detailed in N.I.T.
3.10 TIME LIMIT :
The work is to be complete within time limit as specified in the N.I.T. which shall be
reckoned from the date of written order for commencing the work and shall be
inclusive of monsoon period.
3.11 TENDER RATE:
No alteration in the form of tender and the schedule of tender and no additions in the
scope of special stipulation will be permitted. Rates quoted for the tender shall be
inclusive of monsoon period and rates quoted for the tender shall be binding on all
storied of the building to the contractor.
3.12 TENDER UNITS :
The tenderers should particularly note the units mentioned in the Schedule “B” on
which the rates are based. No changes in the units shall be allowed. In the case of
difference between the rates written in figures and in words, the correct rate will be the
one, which is lower of the two.
3.13 CORRECTION:
No corrections shall be made in the tender documents. Any corrections that are to be
made, shall be made by crossing the incurred portion and writing the correct portions
above with the initials of tenderer.
Contractor
No. of Corrections
21
University Engineer
FORM NO. I
DETAILS OF LIST OF WORKS IN HAND AND WORKS TENDERED
FOR AS ON (DATE OF SUBMISSION OF BID)
NAME OF THE CONTRACTOR :
(1 ) WORKS IN HAND
Ref. Page
Clause
Sr.
No.
Name of work
Agreement No.
Tendere
d
Amount
(Rs. in
lakhs)
Date of
commencement
Stipulated
Date of
completion
Value of
work
already
done
(Rs. in
lakhs)
Value of
balance
work
(Rs. in
lakhs)
Probable
date of
completion
Remarks
1
2
3
4
5
6
7
8
9
10
Cont on next page
Contractor
No. of Corrections
Executive Engineer / University Engineer
22
(2) WORKS TENDERED FOR
Sr.
No.
Name of work
Name and
Address of client
1
2
3
Tendered
Amount
(Rs. in
lakhs)
4
Time limit
Probable Date When
decision in excepted
Other relevant details
if any
5
6
7
Note :- This is only a standard form. Details are to be furnished in this format in the form of typewritten statements
which shall be enclosed in envelope – 1
Contractor
No. of Corrections
Executive Engineer / University Engineer
23
FORM NO. II
List of Plant and machinery Immediately Available with the Tenderer for this work _______________________________________
______________________________________________________________________________________________.
Sr.
No.
1
Name of Equipment
No. of Units
Kind of make
Capacity
2
3
4
5
Age and
Condition
6
Present Location
Remarks
7
8
Note :- This is only a standard form. Details are to be furnished in this format in the form of typewritten statements which shall be enclosed in
Envelope No. 1
Contractor
No. of Corrections
Executive Engineer / University Engineer
24
FORM NO. III
DETAILS OF WORKS SIMILAR TYPE AND MAGNITUDE
CARRIED OUT BY THE CONTRACTOR
NAME OF THE CONTRACTOR :
Sr.
No.
Name of Work
1
2
Name and address
of the organization
from whom the
work was done
3
Place and
Country
Agreement
No.
Date of
commencement
Tendered
cost
(In lakhs)
4
5
6
7
Total cost
of work
done
(In lakhs)
8
Date of
Completion
Principle
Features
in brief
9
10
Note :- This is only a standard from. Details are to be furnished in this format in the form of typewritten statements which shall be enclosed
in Envelope No. 1
Contractor
No. of Corrections
Executive Engineer / University Engineer
25
FORM NO. IV
STATEMENT SHOWING TECHNICAL PERSONNEL AVAILABLE WITH THE TENDERER
NAME OF THE CONTRACTOR :
Sr.
No.
Designation
Name of Person
Qualification
Whether
working in
field or office
Experience of
execution of
similar work
1
2
3
4
5
6
Period for which
the person is
working with the
tenderer
7
Remarks
Note :- This is only a standard form. Details are to be furnished in this format in the form of typewritten statements which shall be enclosed in
Envelope No. 1
Contractor
No. of Corrections
Executive Engineer / University Engineer
26
8
FORM NO. V
STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL ENGINEERING
CONSTRUCTION WORK DURING LAST THREE YEARS
NAME OF THE CONTRACTOR :
Sr.
No.
Name of Work
1
2
Amount put
to Tender/
Tendered
cost
Agreement
No.
3
4
Date of
Commencement
5
Amount of work done during each of
last three years (Rs. in lakhs)
2009-10
2010-11
2011-12
6
7
8
Amount of
work still
remaining to
be executed
2012-13
(Rs. in lakhs)
9
Grand Total :Outward No. and Date of Certificate issuing authority
Note :- This is only a standard from. Details are to be furnished in this format in the form of typewritten statements which shall be enclosed
in Envelope No. 1
Contractor
No. of Corrections
Executive Engineer/ University Engineer
27
Remarks
10
FORM NO. VI
STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL ENGINEERING
CONSTRUCTION WORK DURING LAST THREE YEARS (Abstract of Form No. V)
NAME OF THE CONTRACTOR :
Sr.
No.
1
Name of Division
2
Amount put
to Tender/
Tendered
cost
(Rs. in lakhs)
Total No. of
Agreements
3
4
Amount of work done during each of last three
years (Rs. in lakhs)
2009-10
2010-11
2011-12
5
6
7
Total Amount
of work still
remaining to be
executed in
2012-13
(Rs. in lakhs)
8
Checked and found correct
Signature
Signature
Name ___________________________
Name ___________________________
University Engineer
Contractor
Assistant Engineer
No. of Corrections
Executive Engineer/ University Engineer
28
Remarks
9
FORM NO. VII
STATEMENT SHOWING QUANTITIES OF WORK EXECUTED IN ANY ONE YEAR DURING LAST THREE YEARS
NAME OF THE CONTRACTOR :
Year
Quantity of Item of work performed
AC/G.I./ Colour Pre Coated Sheet
1864.00 Sq. Meter
Remarks
(Indicate Contract reference)
Structural Steel works
35.22 Metric Tone
2009-10
2010-11
2011-12
Note :- This is only a standard from. Details are to be furnished in this format in the form of typewritten statements which shall be enclosed
in Envelope No. 1
Contractor
No. of Corrections
Executive Engineer/ University Engineer
29
APPENDIX
Definition And Interpretation
In the contract (as hereinafter defined) the following definitions works and expressions shall have the meaning
hereby assigned to them except where the context otherwise requires(a) “University” means Dr. Balasaheb Sawant, Konkan Krishi Vidyapeeth through University Engineer or his
representative.
(b) “University Engineer” means University Engineer of the Dr. Balasaheb Sawant, Konkan Krishi
Vidyapeeth, Dapoli or his representative.
(c) “Architect” means every partner of the firm appointed for the works or in the event of their ceasing to be
architect for the work such other firm or persons as may be appointed by the University, as architect of this
work.
The Architect so appointed is required to obtain all necessary6 permissions viz. N.A. permission,
commencement certificate, completion certificates, certificates from all departments of Mumbai municipal
Corporation or related Government offices required for its lawful execution/occupation of the work/building in
question.
The contractor shall allow the Architect to inspect the works who will give directives to the contractor through
the University Engineer or his representative at the site during the progress of the work to observe rules and
regulation of the local authorities.
(d) “Comptroller” means the Comptroller of the Dr. Balasaheb Sawant, Konkan Krishi Vidyapeeth, Dapoli.
(e) “Engineer-in-charge” means the Engineer who has been delegated the powers and authorities by the
University.
(f) “Contract” means the conditions, specifications, list of drawings attached hereto and including those to
which only reference is made therein, priced bill of quantities, schedules of rates and prices (if any) of the
contract Agreement.
(g) “Contractor” means the persons or persons, firm or company whose tender has been accepted by Dr.
Balasaheb Sawant, Konkan Krishi Vidyapeeth and includes the contractor‟s personal representative,
successors and permitted assigns.
(h) “ Contract Price” means the sum names in the Tender subject to such additions thereto or deductions there
from as may be made in the provisions hereinafter contained.
(i) “Constructional Plant” means all appliances or things of whatsoever nature required in or about the
executions plant or maintenance of the works or temporary works (as hereinafter defined) but does not
include materials or other things intended to for or forming part of the permanent work.
(j) “Drawings” means the drawings referred to in the specification and modifications such drawings approved
in writing by the Architects with the written and such other drawings as may from time to time be
furnished by the Architects with the approval of the University.
(k) Services of notice in writing or “Written Notice” means notice of a communication in written, typed or
printed character sent to the last known private or business address or registered office to which in the
ordinary course of post it would have been delivered.
(l) “Site” means the lands and other places on/under/in or through the works are to be executed or carried out
and any other lands or places provided by the University for the purpose of the contract.
(m) “Virtual Completion” means that the completion as in the opinion of the University is fit for occupation in
every respect including removal and scaffolding plant, surplus materials and rubbish and cleaning of dirt
from works and site.
(n) “Works” means all the works defined by bill of quantities, drawings, specifications and such other works
as the contractor may be entrusted with for executing with the contract. “Act of Insolvency” means
any of insolvency as defined by the Maharashtra Insolveny Act or any amending statute.
(o)
“Site Order Book” means the order book which shall be maintained by the contractor
at the site of the work in which instructions shall be given to the contractor by the
University as and when necessary. These orders shall have to be assigned and
complied by the contractor and nothing else will be written on it. If the contractor
wants to represent anything relating thereto, he can do so by a separate letter.
Contractor
30
University Engineer
(ON STAMP PAPER WORTH RUPEES 100)
MODEL FORM OF BANK GUARANTEE BOND
In consideration of the Dr.Balasaheb Sawant, Konkan Krishi Vidyapeeth (hereinafter
referred to as “the University” having agreed to exempt……………….
(
hereinafter referred to as “the contractors”) from depositing with the University in cash the
sum of Rs. ……………………..(Rupees ……………………only ) being the amount of Security
Deposit payable by the Contractor to the University under the terms and conditions of the
Agreement,
dated
the
…………………………………………day
of
………………………………..and made between the University of the one part
and the
Contractor of the other part (hereinafter referred to as “the said Agreement”) for
………………………as security for due observance and performance by the Contractor to the
terms and conditions of the said agreement on the Contractor furnishing to the University. A
Guarantee in the prescribed from of a Scheduled Bank of India being in fact these presents in
the like sum of Rs. ………………..(Rupees …………………………...only). We
…………………………………….Bank
/limited
registered
in
India
under
…………………………………………………Act and having one of our local Head Office at
Do hereby –
1. Guarantee to the University (a) Due performance and observance by the Contractor of terms, convents and
conditions on the part of the Contractor contained in the said Agreement, and;
(b)
Due and punctual payment by the Contractor to the University of all sums of
money, losses, damages, costs, charges, penalties and expenses payable to the
University by the Contractor under or in respect of the said agreement.
2.
Undertake to pay to the University on demand and without demur and notwithstanding and dispute or disputes raised by the Contractors) in any suit or
proceeding filed in any Court of Tribunals relating thereto the said sum of
Rs………………………(Rupees………………………………………………………only)
or such lesser sum as may demand by the University from us or libility. Hereunder
being absolute and unequivocal and agree that.
(a)
The guarantee herein contained shall remain in full force and effect during the
substance of the said Agreement and that the same will be continue to be enforceable
till all the dues of the University under or by virtue of the said Agreement have been
duly paid and its claims satisfied or discharged and till the University certifies that the
terms and conditions of the said Agreement have been fully properly carried out by the
Contractor.
(b)
We shall not be discharged or released from the eliability under this Guarantee by
reason of –
(i)
Any change in the constitutions of the Bank or the Contractor; or
(ii)
Any agreement entered into between the University and the Contractor with or
without our consent;
(iii) Any forbearance or indulgence shown to the Contractor
(iv) Any variation in the terms convents or conditions contained in the said Agreement
(v) Any time given to the Contractor ; or
(vi)
Any other conditions or circumstances under which in law, a surety would be
discharged.
31
Contractor
University Engineer
(a) Our liability hereunder shall be joint and several with that of the Contractor as if we were
the Principal debtors in respect of the said sum of Rs…………….
(Rupees…………………………………………………………….. only) ; and
(b) We shall not revoke this guarantee during its currency except with the previous consent in
writing of the University.
(c)
I
N WITNESS WHEREOF THE COMMON SEAL OF
……………………………………………………………………… has beenHereinto affixed this
………………………………………………………
day
of…………………………………………………………………………… 20
The Common
Seal of ……………………………………. was persuant.To the resolution of the Board of Directors
of the company dated the ………………………………………………………. Day of
…………………………………………...
herein
affixed
in
the
present
of………………………………….. who in token thereof, have hereto set
Their respective hands in the presence of –
(1) ………………………………….
(2) …………………………………..
DECLARATION OF THE CONTRACTOR
I/We hereby declared that I/We have make myself / ourselves thoroughly conversant with the
Subsoil conditions, the local conditions regarding weather and all material (such as stones, murum,
sand, etc.) and labour on which I/We have based my/our rates for this work. The specification
conditions, bore results and lead of materials on this work have been carefully studied and
understood by me/us before submitting this tender. I/We undertake to use only the best materials
approved by the University Engineer, Dr.Balasaheb Sawant, Konkan Krishi Vidyapeeth, Dapoli or
his duly authorized assistant before starting the work and to abide by his decision.
University Engineer
Contractor
32
University Engineer
100 Rs. Bond
uequk lR;izfrKk ys[k
lR;izfrKk ys[k
(Affidavit)
eh
&&&&&&&&&&&&&&&&&&&&&&&
o;
o"kZ
&&&&&&&&&
jkg.kkj
&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&
;k
lR;izfrKk
ys[kk}kjs
fygwu
nsrks
dh]
eh
&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&;k
QeZpk@daiuhpk
izksizk;Vj
vlwu
&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&&
;k
dkeklkBh
fufonk lknj dsyh vkgs- R;k fufonsP;k Envelope No. 1 e/;s th dkxni=s lknj
dsyh vkgsr rh [kjh] cjkscj o iw.kZ vkgsr- R;ke/;s dks.kR;kgh =qVh] pqdk ukghr
vls 'kiFkiwoZd ekU; djhr vkgs- ;k dkxni=kae/;s dkgh pqdhph] fn’kkHkwy
dj.kkjh] [kksVh rlsp viw.kZ ekfgrh vk<GY;kl eh dk;ns’khj dk;Zokghl ik= vkgs
o jkghuda=kVnkjkph lgh
Contractor
Contractor
No. of Corrections
University Engineer
33
University Engineer
FORM B – 1
&
CONDITIONS
OF
CONTRACT
Contractor
34
University Engineer
DR. BALASAHEB SAWANT
KONKAN KRISHI VIDY APEETH
DAPOLI, DIST. RATNAGIRI
FORM B-1
General Rules and Directions for the
Guidance of Contractors
1.
All work 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 Dr.Balasaheb Sawant, Konkan Krishi Vidyapeeth, Dapoli and signed by the
University Engineer.
The form will state the work to be carried out as well as the date for submitting and opening tenders
and the time allowed for carrying out the work also the amount of earnest money to be deposited with the
tender, and the amount of the security deposit to be deposited by the successful tenderer and the percentage, if
any, to be deducted from bills. It will also state whether a refund of quarry fees, royalties, octroi dues and
ground rents will be granted. Copies of the specifications, designs and drawings and estimated rates, schedule
of rates and any other documents required in connection with the work shall be signed by the University
Engineer for the purpose of identification and also be open for inspection by contractors at the office of the
Dr.Balasaheb Sawant, Konkan Krishi Vidyapeeth, Dapoli, during office hours and also at the office of the
Architects.
2.
In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof or in the
event of the absence of any partner, it shall be signed on his behalf by a person holding the power of attorney
authorising him to do so.
3.
Receipts for payments made on account of any work when executed by a firm, shall also be signed by all the
partners accept where the contractors have described in their tender as a firm which case the receipts shall be
signed in the name of the firm by one of the partners, or by some other persons having authority to give
effectual receipts for the firm.
4.
Any person, who submits a tender, shall fill up the usual printed form including the column total according to
estimated quantities, starting at what percentage rates specified in schedule- B (memorandum showing items
of work to be carried out) he is willing to undertake each item of the work. Tenders, which propose any
alteration in the work specified in the said form of invitation to tender, or in .the time allowed for carrying out
the work, or which contain any other condition, will be liable to rejection. No printed form of tender shall
include in tender for more than one work, but if contractors wish to tender for two or more works, they shall
submit a separate tender for cach. Tenders shall have the name and number of the work to which they refer
written outside the envelope.
5.
The University Engineer or his duly authorised Assistant shall open tenders in presence of the Architect or his
duly authorised representatives and the contractors or their duly authorised representatives may also be
allowed to be present at the time of opening of the tender.
The University Engineer or his authorised assistant will enter the amount of the several tenders in a
comparative statement in a suitable form. In the event of a tender being accepted, the contractor shall for the
purpose of identification sign copies of the specifications and other documents mentioned herein. In the event
of a tender being rejected, the University Engineer will refund the amount of the earnest money deposited by
the contractor making the tender, on his giving a receipt for the return of the money.
Contractor
35
University Engineer
6.
The officer competent to dispose of the tenders shall have the right of rejecting all or any of the tenders without
assigning any reason thereof.
7.
No receipt for any payment alleged to have been made by a contractor in regard to any matter relating to this
tender or the contract shall be valid and biding on Dr. Balasaheb Sawant, Konkan Krishi Vidyapeeth unless it
is sign by the comptroller, Dr. Balasaheb Sawant, Konkan Krishi Vidyapeeth, Dapoli.
8.
The memorandum of work to be tendered for and the schedule -of materials to be supplied by Dr. Balasaheb
Sawant, Konkan Krishi Vidyapeeth and their rates shall be filled in and completed by the office of the
University 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 this done before he completes and delivers his
tender.
9.
All work shall be measured net by standard measure and according to the rules and customs of the Public Works
and Housing Department without reference to any local custom.
10. Under no circumstances shall any contractor be entitled to claim enhanced rates fur any item in this contract.
11. Every contractor shall, unless exempted in writing Dr. Balasaheb Sawant, Konkan Krishi Vidyapeeth concerned
produce along with his tender a solvency certificate from the Collector of the District within which he resides
or a banker's certificate of his financial stability. If he fails to produce such a certificate, his tender will not be
considered.
12. All corrections and additions or pasted slips should be initialed.
13. The measurements of work will be taken according to the usual method in use in the Public Works and Housing
Department and no proposal to adopt alternative methods will be accepted. The Vice- Chancellor,
Dr.Balasaheb Sawant, Konkan Krishi Vidyapeeth's deision as to what is "the usual method in use in the Public
Works and Housing Department" will be final.
14. The tendering Contractor shall furnish a declaration along with the tender showing all work for which he has
already entered into contract and the value of the work that remains to be executed in each case on the date of
submitting the tender.
15. Every tenderer shall submit along with 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 of the assessment and the assessment year.
16. In view of the difficult position regarding the availability of foreign exchange, no foreign exchange would be
released by the Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth for the purchase of plant and machinery
required for the t:xecution of the work contracted for.
17. The contractor will have to construct shed for storing controlled and valuable materials issued to him under
Schedule „A‟ of the agreement at the work site, having double locking arrangement. The materials will then
be taken for use in the presence of the Departmental person. No material will be allowed to be removed from
the site of work.
18. The contractors shall also give a list of machinery in their possession and which they propose to use on the works.
19. Every unregistered contractor should furnish along with tender a statement showing previous experience and
technical staff employed by him.
Contractor
36
University Engineer
20. Successful tenderer will have to produce to the satisfaction of the accepting authority a valid and current license
issued in his favour under the provision of Contract labour (Regulation and Abolition Act, 1973) before
starting work failing which acceptance of the tender will be liable for withdrawal and earnest money will be
forfeited to University.
21. The Contractor shall comply with the provision of (the Apprentices Act, 1961) and the rules and orders issued
there under from time to time, if he fails to do so, his failure, will be a breach of the contract and the ViceChancellor, Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth may in his discretion 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.
TENDER FOR WORKS
1.
I/We hereby tender for the execution for the Vice-Chancellor, Dr. Balasaheb Sawant Konkan Krishi
Vidyapeeth, (hereinbefore and hereinafter referred to as Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth) of
the work specified in the underwritten memorandum within the time specified in such memorandum
( ……………………………….)
percent Below/Above
the estimated rates entered in Schedule 'B'
specifications, designs, Drawings and instruction in writing by the Architects in consulation with the University
hereof and in Clause 13 of the annexed condition of contract and agree that when materials for the work are
provided by the Dr. Ba1asaheb Sawant Konkan Krishi Vidyapeeth such materials and the rates to be paid for
them shall be as provided in Schedule 'A' hereto.
Opened by us on
(1)
Signature of the Contractor
(2)
(3)
MEMORANDUM
Providing and erecting pre-coated G.I.sheet roofing for faculty two block and
three block building at Dapoli.
(a) Name of work
(b) Estimated Cost :
Rs. 1,62,36,270/-
(c) Earnest Money :
Rs. 1,65,000/-
(d) Security Deposit :
Rs.
(i) Cash ( not less than the amount of earnest money )
Rs.
4,05,907/-
(ii) To be deducted from current bills
Rs.
4,05,907/-
(e) Security deposit of Rs…………………. In form of
Rs. ……………………………
Bank guarantee of a Nationalised bank for the period of ……………… months.
Total Rs 8,11,814/-.
Contractor
37
University Engineer
This percentage where no
security deposit is taken, will
very from 5 percent to 10
percent according to the
requirements of the case
where Security deposit is
taken: See Note to Clauses 1
of Conditions Contract.
Give Schedule showing date by
which the various items are to be
completed.
f)
Percentage, if any, to be deducted from bill so as to make up the total
amount required as security deposit by the time half the work, as measured
by the cost, is done 5 percent.
(g)
Time allowed for the work from the date of return order to commence is
months.
2)
I/We agree that the offer shall remain open for acceptance for the minimum
period of 120 days from the date fixed for opening the same and thereafter
until it is withdrawn by me/us by notice in writing duly addressed to the
authority opening the tenders and sent by registered post A.D. or otherwise
delivered at the office of such authority D.D. No. ………………… Date
………………….. in respect to the sum of
Rs……………….… In
word ( Rupees ……………………… …………… ………) representing
the earnest money is herewith forwarded. The amount of earnest money
shall not bear interest and shall be liable to be forfeited to the University
should I/we fail to (i) abide by the stipulation to keep the offer open for the
period mentioned above or (ii) sign and complete the contract documents as
required by the Engineer and furnish the security deposit as specified in
item (d) of the memorandum contained in paragraph 1 above within the
time limit laid down in clause 1 of the annexed adjusted towards the
security deposit or refunded to me/us if he desired by me/us in writing,
unless the same or any part thereof has been forfeited as aforesaid.
(3)
I/We have secured exemption from payment of earnest money after
executing the necessary bond in favour of the Government, a true copy of
which is enclosed herewith, should any occasion for forfeiture of earnest
money for this work arise due to failure on my/our part to (i) abide by the
stipulations to keep the offer open for the period mentioned above or (ii)
since and complete the contract documents and furnish to security deposit
as specified in item (d) of the Memorandum contained in paragraph 1
above within the time limit laid down in clause 1 of the annexed general
conditions of contract, the amount payable by me/us may at the option of
the University Engineer, be recovered out of the amount deposited in lump
sum for securing exemption in so far as the same may extend in terms of
the said bond and if the event of the deficiency out of any other moneys
which are due or payable to me/us by the Government under any other
contract or transaction of any nature whatever or otherwise.
(3) (4)
Should this tender be accepted I/We hereby agree to abide by and
fulfil and the terms and provisions of the conditions of contract annexed
hereto so far as applicable; and in default thereof to forfeit and pay to Dr.
Balasaheb Sawant Konkan Krishi Vidyapeeth the sums of money
mentioned in the said conditions.
Contractor
38
University Engineer
* Amount to be specified
in words and figures.
Strike out (a) lot no cash
security deposit is to be
taken.
Receipt No. …………………… …Dated ………………………………….. … from
the Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth, Dapoli in respect of the sum of
Rs. ………………………… is herewith forwarded representing the earnest money
(a) the full value of which is to be absolutely forfeited to Dr. Balasaheb Sawant
Konkan Krishi Vidyapeeth should I / we no deposit the full amount of security
deposit specified in the above memorandum in accordance with Clause I (A) of the
said conditions of contract otherwise the said sum of Rs. ………………… … shall be
refunded.
Contractor : …………………………………………………………………….
………………………………………………………………………
………………………………………………………………………
Address : ………………………………………………………………………
………………………………………………………………………
Dated the …………………………………. Day of ……...................... 20…………..
*Signature of contractor before submission of tender
Witness
: …………………………………………………………………….
…………………………………………………………………….
Address : ………………………………………………………………………
………………………………………………………………………
Occupation
: …………………………………………………………………….
………………………………………………………………………
*Signature of witness to contractor‟s signature
Signature of the officer by
whom accepted.
The above tender is hereby accepted by me for and on behalf of the Vice- Chancellor,
Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth, Dapoli, Dist. Ratnagiri.
University Engineer,
Dr. Balasaheb Sawant
Konkan Krishi Vidyapeeth,
Dapoli, Dist. Ratnagiri
Contractor
39
University Engineer
Security Deposit
*This will be the same
percentage as that in the
tender at (e).
CONDITIONS OF CONTRACT
Clause 1 :
The person/persons whose tender may be accepted (hereinafter called the
contractor, which expression shall unless excluded by or repugnant to the context
include his heirs, Executors, administrators and assigns) shall (A) (Within one day for
a contract of Rs. l,000 or less or two days for contract of more than Rs. l,000 but less
than Rs. 2000 and so on upto a limit of ten days, which may be extended by the ViceChancellor, Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth concerned up to fifteen
days, if the Vice-Chancellor thinks it fit to do so for the contract of over Rs. 10,000
of the receipt by him of the notification of the acceptance of his tender) deposit with
the Engineer-in-charge (if deposited for more than 12 months) a sum sufficient which
will make up the full security deposit specified in the tender or
(B) (permit Government at the time of making any payment to him for work
done under the contract to deduct such sum as will amount to *per cent of all moneys
so payable such deductions to held by Dr.Balasaheb Sawant Konkan Krishi
Vidyapeeth by way of security deposit). Provided always that in the event of the
contractor depositing a lump sum by way of security deposit as contemplated at (A)
above then and in such case, if the sum so deposited shall not amount to per cent of
the total estimated cost of the work, it shall be lawful for Dr. Balasaheb Sawant
Konkan Krishi Vidyapeeth at the time of making any payment to the contractor for
work done under the contract to makeup the full amount of ………….. per cent by
deducting a sufficient sum from every such payment at last aforesaid until the full
amount of the security deposit is made up. All compensation or other sums of money
payable by the contractor to Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth under
the terms of his contract, may be deducted from, or paid by the sale of a sufficient
part of his security deposit or from the intrest arising there from, or from any sums
which may by due or may become due by Dr. Balasaheb Sawant Konkan Krishi
Vidyapeeth to the contractor under any other contract or transaction of any nature
whatsoever in the event of his security deposit being reduced by reason of any such
deduction or sale as aforesaid, the contractor shall, within ten days thereafter, make
good in cash or Government securities endorsed as aforesaid any sum or sums which
may have been deducted from or raised by the sale of his security deposit or any part
thereof. The security deposit referred to when paid in cash may, at the cost of the
depositor, be converted into interest bearing Securities provided that the depositor has
expressly desired this in writing. The Security Deposit will not be accepted in from of
insurance Company bonds.
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 cancelled and legal steps taken against the contractor for recovery of
the amount. The amount of security deposit lodged by a contractor shall be refunded
on receipt of letter from contractor for the same after the expiry of three months from
the date on which the final bill is paid or after the expiry of the date up to which the
contractor has agreed to maintain the work is good order, whichever is later.
In case of Architect tender 50 per cent Security Deposit will be refunded after
3months from the date of payment of final bill on application from the contractor in
writing for the same. Remaining 50 per cent S.D. will be refunded after completion of
defect liability period satisfactorily.
The defect liability period for this work is 12/24 months. The defect liability period
starts from the date of completion of work
Contractor
40
University Engineer
Compensation for delay.
Clause 2
The time allowed for carrying out the work as entered in the tender or in the
requisition 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 contract be proceeded with, with all due diligence
(time being deemed to be of the essence of the contract on the part of the contractor)
and the contractor shall pay as compensation an amount equal to one per cent or such
smaller amount as the Vice-Chancellor, Dr. Balasaheb Sawant Konkan Krishi
Vidyapeeth (whose decision in writing shall be final) may decide, of the amount of
the estimated cost of the whole work as shown in the tender for every day that the
work remains un-commenced, or unfinished, after the proper dates. And further to
ensure good progress during the execution of the work, the contractor shall be bound,
in all cases in which the time allowed for any work exceeds one month to complete.
**
25 per cent of the work in 1/4 the time of completion
50 per cent of the work in 1/2 the time of completion
75 per cent of the work in 3/4 the time of completion
** Note. - The quantity of the work to be done within a particular time to be specified
above shall be fixed and inserted in the blank space kept for the purpose by the officer
competent to accept the contract after taking into consideration the circumstances of
each case and bide by the programme of detailed progress laid down by the Engineerin-charge.
Action when whole of
security deposit is
forfeited
In the event of the contractor failing to comply with this condition, he shall be
liable to pay compensation an amount equal to one per cent or such smaller amount
as the Vice-Chancellor, Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth (whose
decision in writing shall be final) may decide of the said estimated cost of the whole
work for every day that the due quantity of work remains incomplete. Provided
always that the total amount of compensation to be paid under the provisions of this
clause shall not exceed 10 per cent of the estimated cost of work as shown in the
tender.
Clause 3 :
In any case in which under any clause or clauses of this contract, the contractor
shall have rendered himself liable to pay compensation amounting 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 serious illness or death of the contractual
or any other clause, the Engineer-in-charge on behalf of the Vice- chancellor,
Dr.
Balasaheb Sawant Konkan Krishi Vidyapeeth shall have power to adopt any of the
following courses as he may deem best suited to the interests of Dr. Balasaheb
Sawant Konkan Krishi Vidyapeeth .
(a) To rescind the contract (of which recession notice in writing to the contractor
under the hand of the Engineer-in-charge shall be conclusive evidence) and in
that case the security deposit of the contractor, shall stand forfeited and be
absolutely at the disposed of Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth.
(b) To carry out the work or any part of the work departmentally debiting the
contractor with the cost of the work, expenditure incurred on tools and plant and
charges on additional supervisory staff including the cost on work charged
establishment employed for getting the unexecuted part of the work completed
and crediting him with the value of the work done departmentally.
Contractor
41
University Engineer
.
In all respect in the same manner and at the same rates as if it has been carried
out by the contractor under the terms of his contract. The certificate of the
Engineer-in-charge as to the costs and other allied expenses so incurred and as to
the value of the work so 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 part
thereof as shall be unexecuted out of his hands and to give it to another contractor
to complete, in which case expenses incurred on advertisement for fixing a new
contracting agency, additional supervisory staff including the cost of workcharged establishment and cost of the work executed by the new contract agency
will be debited to the contractor and the value of the work done or executed
through the new contractor shall be credited to the contractor in all respects and
in 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-incharge as to all the cost of the work and other expenses incurred as aforesaid for
or in getting the unexecuted work done by the new contractor and so to the value
of the work so done shall be final and conclusive against the contractor.
In case the contract shall be rescinded under Clause (a) above the contractor shall
not be entitled to recover or be paid any sum for any work there before actually
performed by him under this contract unless and until the Engineer- in-charge
shall have certified in writing the performance of 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 referred to in clauses (b)
or (c) being adopted and the cost of the work executed departmentally or through
a new contractor and other allied expenses exceeding the value of such work
credited to the contractors, the amount of excess shall be deducted from any
money due to the contractor by Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth
under the contract or otherwise howsoever or from his security deposit or the sale
proceeds thereof provided however, that the contractor shall have no claim
against Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth even if the certified
value of the work done departmentally or through a new contractor exceeds the
certified cost of such work and allied expenses provided always that whichever
of the three courses mentioned in clauses (a),(b) or (c) is adopted by the
Engineer-in-charge the contractor shall have no claim to compensation for an, to
sustained by him by reason of his having purchased or produced any materials, or
entered into any engagements, or made any advances on account of or with a
view to the execution of the work or the performance of the contract.
Clause 4 :
Action when whole progress
of any particular portion of
the work is unsatisfactory.
Contractor
If the progress of any particular portion of the work is unsatisfactory, the
Engineer-in-charge shall notwithstanding that the general progress of the work is in
accordance with the conditions mentioned in clause 2, be entitled to take action under
clause 3 (b) after giving the contractor 10 days notice in writing. The contractor will
have no claim for compensation for any loss sustained by him owing to such action.
42
University Engineer
. Clause 5:
Contractor remains liable to
pay compensation if action
not taken under clause 3 & 4.
Power to take possession of
or require removal of or sell
contractors plant
In any case which any of the powers conferred upon the Engineer-in-charge by
clauses 3 and 4 hereof shall have become exercisable and the same shall not have
been exercised the non-exercise thereof shall not constitute a waiver of any of the
conditions hereof and such powers shall notwithstanding be exercisable in the event
of any future case of default by the contractor for which under any clause or clauses
hereof he is declared liable to pay compensation amounting to the whole of his
security deposit and the liability of the contractor for past and future compensation
shall remain unaffected. In event of the Engineer-in-charge taking action under subclause (a) or (c) clause 3, he may if he so desired, take possession of all or any tools,
plant materials and stores, in or upon the works or the site thereof or belonging to the
contractor, or procured by him and intended to be used for the execution of the work
or any part thereof, paying of alowing 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-in-charge may after giving notice in writing to the contractor
his clerk of the works, foreman or other authorised agent require him to remove such
tools, plant materials, or stores from the premises within a time to be specified in such
notice; and in the event of the contractor failing to comply with any such requisition,
the Engineer-in-charge may remove them at the contractor's expense or self them by
auction or private sale on account of the contractor and at his risk in all respects and
the certificate of the Engineer-in-charge as to the expense of any such removal and
the amount of the proceeds and expense of any such sale be final and conclusive
against contractor.
Clause 6 :
Extension of time
Final certificate
Contractor
If the contractor shall desire an extension of the time for completion of the work
on the ground of his having been unavoidably hindered in its execution or on any other
ground, he shall apply in writing to the University Engineer before the expiration of
the period stipulated in the tender or before the expiration of 15 days from the date on
which he was hindered as aforesaid or on which the cause for asking for extension
occurred, whichever, is earlier and the Engineer- in-charge may, if in his opinion, there
are reasonable grounds for granting an extension, grant such extension as he thinks
necessary or proper. The decision of the Honorable Vice-Chancellor in this matter
shall be final.
Clause 6 (A) :
In case of delay in handing over the land required for the work due to unforseen
cases, the contractor shall not entitled for any compensation whatsoever from
University on ground that the machinery or labour for a certain period remain idle,
contractor may however apply for Extension of time limit which may be granted or on
the merit of the cases.
Clause 7 :
On completion of the work, contractor shall send a registered notice to the
University Engineer giving the date of completion, and requesting University
Engineer, to get him a certificate of completion, but no such certificate shall be given
nor shall the work be considered to be complete until the contractors shall have
removed from the premises on which the work shall have been executed -
43
University Engineer
all scaffolding, surplus materials and rubbish, and shall have cleaned off the dirt
from all woodwork, doors, windows, walls, floor or other parts of any building in or
upon which the work has been executed, or of which he may have had possession for
the purpose of measured by the Engineer-in-charge or where the measurements have
been taken by his subordinates until they have received the approval of the Engineerin-charge. The said measurements being binding and conclusive against the
contractor. If the contractor shall fail to comply with the requirements of this clause
as to the removal of scaffolding surplus materials and rubbish and cleaning of dirt on
or before the date fixed for the completion of the work the Engineer- in-charge may
at the expense of the contractor, remove such scaffolding, surplus materials and
rubbish and dispose off the same as he thinks fit and clean off such dirt as aforesaid
and the contractor shall forthwith pay an amount of the expenses so incurred but
shall have no claim in respect of any such scaffolding or surplus materials as
aforesaid except for any some actually realised by the sale thereof.
The work shall to be considered as completed until the University Engineer
certifies in writing that they have been virtually completed and the defect liability
period of twelve months shall commence from the date of such completion.
Clause 7 (A)
The contract shall not be considered as completed until a maintenance certificate
have been signed by the University Engineer stating that the works have been
completed and maintained to his full satisfaction is issued. The maintenance
certificate shall be given by the University Engineer upon the expiration of the
"Defect Liability Period" or as soon thereafter as any work ordered during such period
pursuant to Clause 7-A. (i) Thereof shall have been completed to the satisfaction of
the University and Architects and full effect shall be given to this clause
notwithstanding any previous entry on the works or the taking possession working or
using thereof or any part thereof by the University.
(ii)
Payments on intermediate
certificate to be regarded as
advances.
Contractor
The University shall not be liable to the contractor for any matter of things
arising out of or in connection with the contractor or the execution of the works
unless the contractor shall have made a claim in writing in respect thereof
before the issue of Maintenance Certificate under the clause.
(iii) Notwithstanding the issue of the Maintenance Certificate to the contractor (and
subject to sub-clause (ii) of this clause) the University shall remain liable for the
fulfillment of any obligation incurred under the provisions of the contract prior
to the issue of the Maintenance Certificate which remains performed at the time
such certificate is issued and for the purpose of determining the nature and
extent of such obligation the contract shall be deemed to remain in force
between parties hereto.
Clause 8
No payment shall be made for any works or on the requisition ordered estimated
to cost less then Rupees one thousand till after the whole of the work shall have been
completed and a certificate of completion given. But in the case of works 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 and passing of the sum so payable shall be final and conclusive against
the contractor
.
44
University Engineer
All such intermediate payments shall be regarded as payments by way of advance
against the final payments only and not as payments for work actually done and
completed and shall not preclude the Engineer-in-charge from requiring any bad,
unsound, imperfect or unskillful work to be removed or taken away and
reconstructed or re-erected, not shall any such payment be considered as an
admission of the date performance of the contract or any part thereof in any respect
or the accruing of any claim not shall it conclude, determine, or affect in any other
way the powers of the Engineer-in-charge as to the final settlement and adjustment
of the accounts or otherwise, or in any other way very or effect the contract. The
final bill shall be submitted by the contractor within one month of the date fixed for
the completion of the work, otherwise the Engineer-in-charge's certificate of the
measurements and of the total amount payable for the work shall be final and biding
on all parties.
Payment at reduced rates on
account of items of work not
accepted as completed to be
at the discretion of the
Engineer-in-charge
Bills to be submitted monthly
Clause 9
The rates for saveral items of works estimated to cost more than Rs. l,000 agreed to
within shall be valid only when the item concerned is accepted as having been
completed fully in accordance with the sanctioned specifications. In cases where the
items of works are not accepted as so completed the Engineer-in-charge may make
payment on account of such items at such reduced rates as he may consider
reasonable in the preparation of final or on account bills.
Clause 10
A bill shall be submitted by the contractor each month on or before the date fixed
by Engineer-in-charge for all works executed in the previous 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, within 10 days from the presentation of the bill. If the
contractor dose not submit the bill within the time fixed as aforesaid, the Engineerin-charge may depute a subordinate to measure up the said work in the presence of
the contractor or his duly authorised agent whose countersignature to the
measurement list shall be sufficient warrant, and the Engineer-in-charge may prepare
a bill from such list which shall be binding on the contractor in all respects.
Where the contract agreement is based on Architect's drawings the contractor, is to
submit his bills through the Architect.
Clause 11
Bills to be on printed forms
Contractor
The contractor shall submit all bills on the printed form to be obtained on application
at the office the Engineer-in-charge. The charges to be made in the bills shall always
be entered at the rates specified in the tender or in the case of any extra work ordered
in persuance of these conditions and not mentioned or provided for in the tender, at
the rates hereinafter provided for such work
45
University Engineer
Clause 12
Stores supplied by
Dr. Balasaheb Sawant
Konkan Krishi Vidyapeeth
If the specification of estimate of the work provides for the use of any special
description of materials to be supplied from the store of Dr. Balasaheb Sawant
Konkan Krishi Vidyapeeth, or if it is required that the contractor shall use certain
stores to be provided by the Engineer-in-charge (such material and stores, and the
prices to be charged there for as hereinafter mentioned being so far as practicable for
the convenience of the contractor but not so as any way to control the meaning or
effect of this contract specified in the schedule or memorandum hereto annexed) the
contractor shall supplied with such materials and stores as may be required from time
to time be used by him for the purpose of the contract only, and the value of the full
quantity of the materials and stores so supplied shall be set off or deducted from any
sums then due. or thereafter to become due to the contractor, under the contract or
otherwise or from the security deposit or the proceeds of sale thereof if the security
deposit is held in Government securities, the same or a sufficient portion thereof
shall in that case be for the purpose. All materials supplied to the contractor shall
remain the absolute property of Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth,
and shall on account be removed from the site of the work and shall at all times be
open to inspection by Engineer -in-charge. Any such materials unused and in
perfectly good condition at the time of completion or determination of the contract
shall be returned to the Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth store, if the
Engineer-in-charge so required by a notice in writing given under his hand but the
contractor shall not be entitled to return any such materials except with consent of
the Engineer-in-charge and he shall have no claim for compensation on account of
any such materials supplied to him as aforesaid damage to any such materials.
Clause 12 (A)
All stores of controlled materials such as cement, steel etc. supplied to the
contractor by Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth should be kept by
contractor under double lock and key and will be accessible for inspection by the
University Engineer, or his agent, at all the time.
Clause 13
Works to be executed in
accordance with
specifications, drawings order
etc.
Contractor
The contractor shall execute the whole and every part of the work in the most
substantial and workman like manner, and both as regards materials and in every
other respect in strict accordance with specifications, The contractor shall also
conform exactly, fully and faithfully to the designs, drawing and instruction in writing
relating to the work signed by the Engineer-in-charge or his representative 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 cost Further copies of the contract drawings and working drawings. If
required by him, shall be supplied at the rate of Rs. 50/- per copy of contract drawing
and Rs. 50/- per copy of working drawing except where otherwise specified.
46
University Engineer
Alteration in specification and
designs not to invalidate
contracts
Rates for Works not entered
in estimate or schedule of
rates of the contract
Clause 14
The Engineer-in-charge shall have power to make any alteration in or additions to
the original specification, drawings, designs and instructions that may appear to him
to be necessary or advisable during the progress of the work, and the contractor shall
be bound to carry out the work in accordance, with any instructions in this connection
which may be given to him in writing signed by the Engineer-in-charge and such
alterations 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 the contractor on the same conditions in all respects on which
he agreed to do the main work, and at the same rates as are specified in the tender for
the main work. And if the additional and altered work includes any class of work for
which the rate is specified in this contract, then such class or work for shall be carried
out at the rates entered in the Schedule of Rates of the Division 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
than the contractor shall within seven days of the date of receipt by him of the order
to carry out the work, inform the Engineer-in-charge of the rate which it is his
intention to charge for such class of work. And if the Engineer- in-charge dose not
agree to this rate, he shall by notice in writing and at liberty to cancel his order to
carry out such class of work and arrange to carry out in such manner as he may
consider advisable, provided always that if the contractor shall commence work or
incur any expenditure in regard thereto before the rates shall have been determined
as lastly hereinbefore mentioned, then in such case he shall only be entitled to be
paid in respect of the work carried out or expenditure, incurred by him prior to the
date of the determination of the rate of aforesaid according to such rate or rates as
shall be fixed by the Engineer-in- charge. In the event of dispute, the decision of the
Vice-Chancellor. Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth, will be final.
Where whoever the work is to be excuted according to the designs, drawing and
specifications recommended by the contractor and excepted by the Honourable ViceChancellor, Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth the alternations above
referred, to shall be within the scop of such designs, drawings and specifications
appended to the tender.
Extension of time in
consequence of additions /
alternations
The time limit for the completion of the work shall be extender in the proportion
that the increase in its cost occasioned by alternation or additions bears to the cost of
the original contract work and the certificate of the Engineer -in-charge as to such
proportion shall be conclusive.
No claim to pay any payment
or compensation for
alternation in or restriction of
work.
Each requisition will be treated as separate item of works to be carried out in the
specified period.
Clause 15
(1) If at any time after the execution of the contract documents, in the University
Engineer (other than default of the part of the contractor for. which the Dr. Balasaheb
Sawant Konkan Krishi Vidyapeeth is entitled to rescind the contract) desires 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 if the work should not be carried out at all he shall
give to the contractor a notice
Contractor
47
University Engineer
in writing of such desire and upon the receipt of such notice the contractor shall
forthwith suspended or stop the work wholly or in part as required after having
due regard to the appropriate stage at which the work should be stopped or
suspended so as not to cause any damage or injury to the work already done or
endanger the safety thereof provided that the decision of University 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 whatsoever
by reasons of or in pursuance of any notice as aforesaid, on account of any
suspension, stoppage or curtailment of work except to the extent specified
hereinafter.
(2) Where the total suspension of work ordered as aforesaid continued for a
continuous period exceeding 45 days the contractor shall be at liberty to
withdraw from the contractual obligations under the contract so far as it pertains
to the unexecuted part of the work by giving 10 days prior notice in writing
within 30 days of the expiry of the said period of 45 days of such intention and
requiring to record the final measurements of the work already done and to pay
the final bill. Upon giving such notice the contractor shall be deemed to have
been discharged from his obligation to complete the remaining unexecuted work
under this contract. On receipt of such notice, the University Engineer shall
proceed to complete measurement and make such payments as may be finally
due to the contractor within the period of 45 days from the receipt of such notice
with respect to the work already done by the contractor. Such payment shall not
in any manner prejudice the right of the contractor to any further compensation
under the remaining provision of the clause.
No claim to compensation on
account of loss due to delay
in supply of materials by
University
Contractor
(3) Where the University Engineer requires the contractor to suspend the work for a
period in excess of 30 days at any time or 45 days in the aggregate the contractor
shall be entitled to apply to the University within 30 days of the resumption of
work after such suspension for payment of compensation to the extent of
pecuniary loss suffered by him with respect to working machinery rendered idle
on the site or on account of his having had to pay the salary or wages of labour
engaged by him during the said period of suspension provided always that the
contractor shall not be entitled to any claim with respect to any such working
machinery, salary or wages for the first 30 days whether consecutive or in the
aggregate of such suspension or with respect to any suspension whatsoever
occasioned by unsatisfactory work or any other default on his part. The decision
of the University in this regard shall be final and conclusive against the
contractor.
(4) In the event of:(i)
Any total stoppage of work on notice from the University Engineer under
sub-clause (i) in that behalf;
(ii) Withdrawal by the contractor from the contractual obligations to
complete the remaining unexecuted work under sub-clause (2) on account
of continued suspension of work for a period exceeding 45 days.
(iii) Curtailment in the quantity of items originally tendered on account of any
alteration. Omission or substitution in the specifications, drawings,
designs or instructions under clause 14 (I) where such curtailment exceeds
25 percent in quantity and the value of the quantity curtailed from the
tender is more than Rs.5000/-
48
University Engineer
It shall be open to the contractor, within 60 days from the service of (i) the
notice or stoppage of work or (ii) The notice of withdrawal from the contractual
obligations under the contract on account of the continued suspension of work or (iii)
Notice under Clause 14 (i) resulting in such curtailment to produce to the University
Engineer satisfactory documentary evidence that he had purchased or agreed to
purchase material for use in the contracted works before receipt by him of the notice
of stoppage, suspension for curtailment and require the Government to take over on
payment such material at the rates determind by the University Enginee
Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth shall thereafter take the material so
offered, provided the quantities offered, are not in excess of the requirement of the
unexecuted work as specified in the accepted tender, and are of quality and
specification approved by the University Engineer.
Clause 15 (A)
No claim to compensation on
account of loss due to delay
in supply of materials by Dr.
Balasaheb Sawant Konkan
Krishi Vidyapeeth.
The contractor shall not be entitled to claim any compensation from Dr. Balasaheb
Sawant Konkan Krishi Vidyapeeth for the loss suffered by him on account of delay by
Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth in the supply of materials entered in
schedule 'A' where such delay is caused by(i)
(ii)
(iii)
(iv)
Difficulties relating to the supply of railway wagons.
Force measure.
Act of God.
Act of enemies of the state or any other reasonable cause beyond the
control of Vidyapeeth.
In the case of such delay in the supply of materials Vidyapeeth shall grant such
extension of time for the completion of the works as shall appear to the University
Engineer to be reasonable in accordance with the circumstances of the case. The
decision of the Engineer in case of time shall be accepted as final by the contractor.
The limit for unforeseen
claims
Action and compensation
payable in case of bad works
No. PWD resolution CAT /
1087/CR-94 Bldg. 2, dt.
14.6.89
Contractor
Clause 16
Under no circumstances whatever shall the contractor be entitled to any
compensation from Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth on any account
unless the contractor shall have submitted a claim in writing to the Engineer-in-charge
within one month of the cause of such claim occurring.
Clause 17
If at any time before the security deposit is refunded to the contractor, it shall
appear to the Engineer-in-charge or his subordinate in-charge of the work, that any
work has been. executed with unsound, imperfect or unskillful workmanship or with
materials or inferior quality, or that any materials or articles provided by him for the
execution on the work are unsound, or of a quality inferior to that contracted for or
are otherwise not in accordance with the contract it shall be lawful for the Engineerin-charge to intimate this fact in writing to the contractor and than notwithstanding
the fact of the work, materials or articles complained of may have been inadvertently
passed, certified and paid for the contractor shall be bound forthwith to rectify or
remove and reconstruct the work so specified in whole or in part, as the case may
require, or if so required, shall remove-
49
University Engineer
the materials or articles so specified and provided other proper and suitable materials
or articles at his own charge and cost and in the event of his failing to do so within a
period to be specified by the Engineer-in-charge in the written intimation, aforesaid
the contractor shall reliable to pay compensation at the rate of one per cent on the
amount of the estimate for every day not exceeding ten days, during which the
failure so continues, and in the case of any such failure the Engineer-in-charge may
rectify or remove and re-execute the work or remove and replace the materials or
articles complained of as the case may be at the risk and expense in all respects of
the contractor. Should the Engineer-in-charge consider that any such inferior work or
materials as described above may be accepted or made use of, it shall be within his
discretion to accept the same at such reduced rates as he may fix there for.
Clause 17 (A)
Maintenance and repairs of
the road during guaranteed
period
If the contractor fails to maintain and keep in proper condition and repair the
surface of the buildings, roads etc. during the stipulated period of contract/twelve
months after the completion of the work whichever is latter the Engineer-in-charge
shall be entitled to carry out the necessary repairs departmentally at the cost of the
contractor. The decision of the Engineer-in-charge as to the amount of the expenses
incurred in carrying out the repairs shall be final and biding on the contractor. The
Engineer-in-charge entitled to appropriate the whole or any part of the security
deposit towards the expenses if any, incurred by him in repairing the surface.
Clause 18
Works to be open to
inspection.
Contractor or responsible
Agent to be present
All works under or in course or execution or executed in pursuance of the
contract shall at all times be open to inspection of the Engineer-in-charge and
supervision of the Engineer-in-charge and his subordinate the contractor shall at all
times during the usual working hours, and at all other times at which reasonable
notice of the intention of the Engineer-in-charge or his subordinate to visit the works
shall have been given to the contractor, either himself be present to receive orders
and instruction, or have a responsible agent duly accredited in writing present for
that purpose. Orders given to the contractor duly authorised agent shall be considered
to have the same force and effect as if they had been given to the contractor himself.
The instruction given to the contractor by the University Engineer or his
representative at site for obtaining necessary certificates from the local or such other
authorities for the lawful execution of the work in progress.
Clause 19
Notice to be given before
work is covered up
Contractor
The contractor shall give not less the five days notice in writing to the
Engineer-in-charge or his subordinate in charge of the work before covering up or
otherwise placing beyond the reach of measurement any work in order that the same
may be measured, and correct dimensions thereof taken before the same is so covered
up or placed beyond the reach of measurement and shall not cover up or place beyond
a reach of measurement any work without the consent in writing of the Engineer-incharge or his subordinate in-charge of the work and if any work shall be covered up
or placed the reach of measurement without such notice having been given or consent
obtained the same shall be uncovered at the contractor's expense, and in default
thereof no payment or allowance shall be made for such work or for the materials
with which the same was executed.
50
University Engineer
Clause 20
Contractor liable for damages
done and for imperfection
PWD Resolation No.
CAT/1087/CR/94/ Building –
2. Dated 14-6-1989
Contractor to supply plant
ladders, scaffolding etc
And it is liable for damages
arising from non-provisions
of lights, fencing etc.
If the contractor for his workmen or servant shall break, deface, injury or
destroy any part of a building in which they may be working or may building, road,
fence, enclosure or grass land or cultivated ground continuous to the premises on
which the work or any part thereof is being executed, for if any damage shall be done
to the work, while it is' in progress for any cause whatever or if any imperfections
become apparent in it within three months of the grant of a certificate of completion,
final or otherwise by the Engineer-in-charge, the contractor shall make good the
same at his own expense, or in default the Engineer-in-charge may cause the same to
be made good by other workmen and deduct the expenses (of which the certificate of
the Engineer-in-charge shall be final) from any sums that may then be due or may
thereafter become due to the contractor, or from his security deposit for the portion
thereof.
Clause 21
The contractor shall supply at his own cost all material (except such special
materials if any as may in accordance with the contract, be supplied from the
Dr.
Balasaheb Sawant Konkan Krishi Vidyapeeth) plant/store appliances implements,
ladders, cordage stackle, scaffolding and temporary work requisite or proper for
proper execution of the work whether included in the original altered or substituted
from and whether included in the specifications, or other documents forming part of
the contract or refered to in these conditions or not and which may be necessary for
the purpose of satisfying or complying with the requirements of the Engineer-incharge as to any matter as to which under these conditions he is entitled to be
satisfied or which he is entitled to require together with carriage therefore to and
from the work. The contractor shall also supply without charge the requested number
of persons with the means and materials necessary for the purpose of setting out
works and counting, weighing and assisting in the measurement or examination at
any time and from time of the work or the materials failing this the same may be
provided by the Engineer-in-charge at the expenses of the contractor and the
expenses may be deducted from any money due to the contractor under contract or
from his security deposit or the proceeds of sale thereof, or of a sufficient portion
thereof. The contractor shall provide all necessary fencing and light required to
protect the public from accident and shall also be bound to bear the expenses of
defence of every suit, action or other legal proceedings that may be brought by any
person for injury sustained owing to neglect of the above precautions and to pay any
damages and costs which may be awarded in any such suit, action or proceedings to
any such person or which may with the consent of the contractor be paid for
compromising any claim by any such person.
List of machinery in contractor's possession and which they propose to use on the
works should be submitted along with tender.
Clause 21 (A)
The contractor shall provide suitable scaffolds and working platforms, gangways
and stairways and shall comply with the following, regulations in connection therein:
(a) Suitable scaffolds shall be provided for workmen for all works that cannot be
safely done from a ladder or by other means.
Contractor
51
University Engineer
(b) A scaffold shall not be constructed taken down or substantially altered except- (i)
Under the supervision of Competent and responsible person and
(ii) as far as possible competent workers possessing adequate experience in this
kind of work.
(c)
All scaffolds and appliances connected therewith 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; and
(iii) be maintained in proper conditions.
(d) Scaffolds shall be so constructed that no part thereof can be displaced in
consequence of normal use.
(e)
Scaffolds shall not be over loaded and so far as practicable the load shall be
evenly distributed.
(f)
Before installing lifting gear on scaffolds special precautions shall be taken to
ensure the strength and stability of the scaffolds.
(g)
Scaffolds shall be periodically inspected by a competent person.
(h) Before allowing a scaffold to be used by this workmen the contractor shall
whether the scaffold has been erected by his workmen or not, takes steps to
ensure that it compiled fully with the regulations herein specified.
(i)
Working platforms, gangways and stairways shall.(i)
be so constructed that no part thereof can sag unduly or unequally;
(ii) be so constructed and maintained; having regard to the prevailing
conditions as to reduce as for as practicable risks of persons tripping or
slipping; and
(iii) be kept free from any unnecessary obstruction.
(j)
In the case of working platforms, gangways working places and stairways at a
exceeding height 3 meters (to be specified).
(i)
every working platform and every gangway shall be, closely boarded
unless other adequate measures are taken to be ensure safety;
(ii)
every working platform and gangway shall have adequate width;
(iii)
every working platform and gangway, working place and stairway shall
be suitably fenced.
(k) Every opening in the floor of a building or in a working platform shall, except
for the time and to the extent required to allow the access of persons or the
transport or shifting of materials be provided with suitable means to prevent the
fall of persons or materials.
(l) When persons are employed on a roof where there is a danger of falling from a
height exceeding 3 meters suitable precaution shall be taken to prevent the fall of
persons or materials, (to be prescribed).
Contractor
52
University Engineer
(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.
(o) The contractor (s) will have to make payments to the labourers as per minimum
wages Act, 1948
Clause 21 (B)
The contractor shall comply with the following regulations as regards the
Hoisting Appliances to be used by him :(a)
Hoisting machines and shackle, including their attachments, anchorages and
supports shall.(i) Be of good mechanical construction, sound, material and adequate strength
and free from patent defect etc.; and
(ii) Be kept in good repair and in good working order,
(b) Every rope used in hoisting or lowering materials or as a means of suspension
shall be of suitable quality and adequate strength and free from patent defect.
(c)
Hoisting machines and shackle shall be examined and adequately tested after
erection on the site and before use and be re-examined in position at intervals to
be prescribed by the Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth.
(d) Every chain, ring, hook, shackle swivel and pulley block used in hoisting or
lowering materials or as a means of suspension shall be periodically examined.
(e)
Every crane driver or hoisting appliance operator shall be properly qualified.
(f)
No person who is below the age of 25 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 chain, ring, hook, shackle,
swivel and pulley block used in hoisting or lowering as a means of suspension
the safe working load shall be ascertained by adequate means.
(h) Every hoisting machine and all gear referred to in the proceeding regulation
shall be plainly marked with the safe working load.
Contractor
(i)
In the case of a 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 (g)
above shall be loaded beyond the safe working load except for the purpose of
testing
53
University Engineer
k)
Motors, gearing, transmissions, electric wiring and other dangerous part of
hoisting appliance shall be provided with efficient safeguards.
(l)
Hoisting appliances shall be provided with such means as will reduce to a
minimum the risk of the accidentally descent of the load.
(m) Adequate precautions shall be taken to reduce to minimum the risk of any part of
suspended load becoming accidentally displaced.
Measure for prevention of
fire.
Clause 22
The contractor shall not set fire to any standing jungle trees, brushwood or grass
without a written permit from the Engineer-in-charge.
When such permit is given and also in all cases when destroying cut of dug up
trees brushwood, grass, etc. by fire the contractor shall take necessary measures to
prevent such fire spreading to or otherwise damaging surrounding property.
The contractor shall make his own arrangements for drinking water of labour
employed by him. He shall also make his own arrangement for temporary housing
with all necessary services for the labour employed by him on the work.
Clause 23
Liability of contractor for any
damages in or outside work
area
Compensation for all damages done intentionally or unintentionally by
contractor's labour whether in or beyond the limits of Vidyapeeth 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 Vice-Chancellor, Dr. Balasaheb
Sawant Konkan Krishi Vidyapeeth on appeal shall be final and the contractor shall be
bound to appeal the amount of the assessed compensation on demand failing which
the same will be recovered from the contractor as damages in the manner prescribed
in clause I or deducted by the Engineer-in-charge from any sums that may be due or
become due from Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth 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 of precautions to prevent the spread of fire and he shall pay any damages and
cost that may be awarded by the Court in consequence.
Clause 24
Employment of female labour
Works on Sundays
The employment of female labourers on works in the neighborhood of soildiers
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.
Contractor
54
University Engineer
Work not to be sublet
Contractor may be rescinded
and security deposit forfeited
for subletting it without
approval or for bribing a
public officer or if contractor
becomes insolvent.
Sum payable by way of
compensation to be
considered as reasonable
compensation without
reference to actual loss
Changes in the constitution of
a firm to be notified
Clause 26
The contract shall not be assigned or sublet without the written approval of
the Engineer-in-charge. And if the contractor shall assign or sublet his contract / or
attempt so to do or became insolvent or commence any proceeding to get himself
adjudicated and insolvent or make any composition with creditors, or attempt so to do
or it any bribe, gratuity, gift, loan, perquisite, reward, or advantage, pecuniary or
otherwise shall either directly or indirectly be given, promised, or offered by the
contractor or any of his servants or agents any public officer by the contractor,
employment of Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth in any way relating
to his office or employment or of any such officer or person shall become in any way
directly or indirectly interested in contract, the Engineer- in-charge may thereupon by
notice in writing rescind the contract and the security deposit of the contractor shall
thereupon stand forfeited and be absolutely at the disposal of Dr. Balasaheb Sawant
Konkan Krishi Vidyapeeth, and the 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 of compensation under any of these
conditions shall be considered as reasonable compensation to be applied to the use of
Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth without reference to the actual loss
of damage substained and whether any damage has or has not been substained.
Clause 28
In the case of tender by partners any change in the constitution of a firm
shall be forthwith notified by the contractor to the Engineer-in-charge for his
information.
Clause 29
Works to be under direction
of University Engineer.
Decision of Vice –
Chancellor Dr. BS Konkan
Krishi Vidyapeeth to be final
Contractor
All works to be executed under the contract shall be executed under the
direction and subject to the approval in all respects of the University Engineer of the
Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth for the time being, who shall be
entitled to direct at what point or points and in what manner they are to be
commenced and from time to time carried on.
Clause 30
1) Except there otherwise specified in the contract and subject to the powers
delegated to him by Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth under the code
rules then in force the decision of the Dr. Balasaheb Sawant Konkan Krishi
Vidyapeeth for the time being shall be final conclusive and binding on all parties to
the contract upon all questions relating to the meaning of the specifications, designs,
drawings and instructions herein before mentioned and as to the quality of
workmanship or material used
55
University Engineer
on the work or as to any other question claim, right, matter or thing whatsoever,
if any way arising, out of or relating to the contract, designs, drawings,
specifications, estimates, instruction, orders or these conditions 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 or abandonment
thereof.
(2) The contractor may within thirty days of receipt by him of any order passed by
the Vice-Chancellor of the Vidyapeeth as appeal against it to the Executive
Council of the Vidyapeeth as provided under section 31 (28) of Maharashtra
Agriculture Universities Act,1983 with respect to the contract, work of project
provided that :(a) The accepted value of the contract exceeds Rs. 10 lakhs (Rupees Ten lakhs)
only.
(b) Amount of claim is not less than Rs. l.00 lakh (Rupees one lakh) only.
The Executive Council, if convinced the prima facie the contractor's claim
rejected by the Vice-Chancellor is not frivolous and there is some substance in that
claim of the contractor as would merit a detailed examination and taken an
appropriate decision thereon as it deems fit necessary in the interest of the University
by recording reasons therefore in writing. Notwithstanding any thing in the above, the
Executive Council may, if it is felt necessary, call for the consideration opinion of the
Superintending Engineer, Public Works Circle, Ratnagiri and may take it into its
consideration while arriving at its decision as if deems fit as above.
Clause 31
Stores of European or
American manufacture to be
obtained from Dr. B.S.
Konkan Krishi Vidyapeeth
The contractor shall obtain from the Dr. Balasaheb Sawant Konkan Krishi
Vidyapeeth stores and articles of European or American manufacture which may be
required for the work or any part thereof or in making of any articles required
therefore in connection unless he has obtained permission in writing there from the
Engineer-in-charge to obtained such stores and articles elsewhere. The value of such
stores and articles as may be supplied to the contractor by the Engineer-in-charge will
be debited to the contractor in his account at the rates shown in the schedule in form
A attached to the contract and if they are not entered in the said schedule they shall be
debited to him at cost price which for the purposes of this contract, shall include the
cost of carriage and all other expenses whatsoever which shall have been incurred in
obtaining delivery of the same at the store aforesaid.
Clause 32
Lump sums in estimates
Contractor
When the estimate on which a tender is made includes lum sums in respect
of parts of the work, the contractor shall be entitled to payment in respect of the items
of work, involved or the part of the work in question at the same rates as are payable
under this contract for each items or if the part of the work in question in not in the
opinion of the Engineer-in-charge capable of measurement, the Engineer-in-charge
may at his discretion pay the lum sum amount entered in the estimate and the
certificate in writing of the Engineer-in-charge shall be final and conclusive against
the contractor with regard to any sum or sums payable to him under the provision of
this clause.
56
University Engineer
Clause 33
Action where no
Specification
In the case of any class of work for which there is no such specification as is
mentioned in rule I such work shall be carried out in accordance with the Divisional
specifications, and in the event of their being no Divisional specifications, then in
such case the work shall be carried out in all respects in accordance with the
instructions and requirements of the Engineer-in-charge.
Defination of work
Clause 34
The expressions 'works' or 'work' where used in these conditions, shall unless
there be something in the subject or context repugnant such construction be
constructed to mean the work or works contracted to be executed under or in virtue of
the contract, whether temporary or permanent and whether original, altered,
substituted or additional.
Clause 35
Conractors percentage
whether applied to net or
gross amount of b
The percentage referred to in the tender shall be deducted from/added to the gross
amount of the bill before deducting the value of any stock issued.
ill
Clause 36
Quarry fees and royalties
All quarry fees, royalties, octroi due and ground rent for stocking materials if any,
should be paid by the contractor.
Clause 37
Compensation under the
workmen‟s compensation
Act.
The contractor shall be responsible for and shall pay any compensation to his
workmen payable under the Workmen's Compensation Act,1923 (VIII of 1923)
(hereinafter called the said Act) for injuries caused to the workmen. If such
compensation is payable paid by Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth as
principle under sub-section (I) of Section 12 of the said Act on behalf of the
contractor, it shall be recoverable by Dr. Balasaheb Sawant Konkan Krishi
Vidyapeeth from the contractor under sub-section (2) of the said section such
compensation shall be recovered in the manner laid down in clause I above.
Clause 37 (A)
The contractor shall be responsible for and shall pay expenses of providing
medical aid to any workmen who may suffer a bodily injury as a result of an accident.
If such expenses are incurried by Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth
the same shall be recoverable from the contractor forthwith and be deducted without
prejudice to any other remedy of Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth
from any amount due of that may become due to the contractor
Contractor
57
University Engineer
Clause 37 (B)
The contractor shall provide all necessary personal safety equipment and first aid
apparatus available for the use of the person employed on the site shall maintain the
same condition suitable for immediate use at any time and shall comply with the
following regulations in connection therewith:
(a) The workers shall be required to use the equipment so 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 place where there if a risk or
drawings, all necessary equipment shall be provided and kept ready for use
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 aid treatment of all injuries
likely to be sustained during the course of the work.
Clause 37 (C)
Govt. circular No. PWD HD
CAT- 6076/3336 / (400) /
Bldg. 2, dated 16-8-1985
The contractor shall duly comply with the provisions of The Apprentice Act, 1961
(111 of 1961) the rules made under and the orders that may be issued from time to
time under the Act the said rules and on his failure or neglect to do so, he shall be
subject to all the liabilities and penalties provided by the said Act and said Rules.
Clause 38
Claim for quantities entered
in the tender or estimates
(1) Quantities in respect to the several items shown in the tender are approximate and
no revision in the tendered rate 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
item dose not exceed the tender quantity by more than 25 per cent 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.5,000/(2) The contractor shall if ordered in writing by the University Engineer, so to do
also carry out any quantities in excess of the limit mentioned in sub clause (1)
hereof on the same conditions as and in accordance with the specifications in the
tender and at the rates (i) derived from the rate entered the current schedule of
rates and in absence of such rates, (ii) at the rate prevailing in the market, the said
rates being increased or decreased as the case may be by the percentage which
the total tendered amount bears to the estimated cost of the work as put to tender
based upon the schedule of rates applicable to the year in which the tenders were
invited. For the purpose of operation of this clause, this cost shall be taken to be
Rs.
………………..
(Rupees
……………………..……..
……………………………………………………………………………... only).
Contractor
58
University Engineer
Clause 37 (B)
The contractor shall provide all necessary personal safety equipment and first aid
apparatus available for the use of the person employed on the site shall maintain the
same condition suitable for immediate use at any time and shall comply with the
following regulations in connection therewith:
(d) The workers shall be required to use the equipment so provided by the
contractor and the contractor shall take adequate steps to ensure proper use
of the equipment by those concerned.
(e) When work is carried on in proximity to any place where there if a risk or
drawings, all necessary equipment shall be provided and kept ready for use
and all necessary steps shall be taken for the prompt rescue of any person in
danger.
(f) Adequate provision shall be made for prompt first aid treatment of all injuries
likely to be sustained during the course of the work.
Govt. circular No. PWD HD
CAT- 6076/3336 / (400) /
Bldg. 2, dated 16-8-1985
Clause 37 (C)
The contractor shall duly comply with the provisions of The Apprentice Act, 1961
(111 of 1961) the rules made under and the orders that may be issued from time to
time under the Act the said rules and on his failure or neglect to do so, he shall be
subject to all the liabilities and penalties provided by the said Act and said Rules.
Clause 38
Claim for quantities entered
in the tender or estimates
(3) Quantities in respect to the several items shown in the tender are approximate and
no revision in the tendered rate 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
item dose not exceed the tender quantity by more than 25 per cent 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.5,000/(4) The contractor shall if ordered in writing by the University Engineer, so to do
also carry out any quantities in excess of the limit mentioned in sub clause (1)
hereof on the same conditions as and in accordance with the specifications in the
tender and at the rates (i) derived from the rate entered the current schedule of
rates and in absence of such rates, (ii) at the rate prevailing in the market, the said
rates being increased or decreased as the case may be by the percentage which
the total tendered amount bears to the estimated cost of the work as put to tender
based upon the schedule of rates applicable to the year in which the tenders were
invited. For the purpose of operation of this clause, this cost shall be taken to be
Rs.
………………..
(Rupees
……………………..……..
……………………………………………………………………………... only).
Contractor
59
University Engineer
3)
Claims arising out of reduction in the tendered quantity of any item beyond 25
per cent will be governed by the provisions of clause 15 only when the amount
of such reduction beyond 25 per cent at the rate of the item specified in the
tender is more than Rs.5,000/- (this clause is not applicable for extra items)
(4) There is no change in the rate if the excess is less than or equal to 25%. Also
there is no change in the rate if the quantity of work done is more than 25% of
the tendered quantity but the value of the excess works at the tendered rates
doesn't exceed Rs. 5,000/(5) The quantities to be paid at tender rate shall include.
(a) Tender quantity plus.
(b) 25% of the Tender quantities or the excess quantity of the value of Rs.5,000/at the tender rate which ever is more.
Clause 39
Employment of famine about
etc.
The contractor shall employ any famine, convict or other labour of a particular kind
or class if ordered in writing to do so by the Engineer-in-charge.
Claim for compensation for
delay in starting the work
Clause 40
No compensation shall be allowed for any delay caused in the starting of the
work on account of acquisition of land or, in the case of clearance works on account
of any delay in according to sanction of estimates.
Clause 41
Claim for compensation for
delay in the execution of
work
No compensation shall be allowed for any delay in the execution of the work
on account of water standing in borrow pits or compartments. The rates are inclusive
for hard or cracked soil, excavation in mud, subsoil water or water standing in
borrow pits and no claim for an extra rate shall be entertained unless otherwise
expressly specified.
Clause 42
Entering upon or
commencing any portion of
work
The contractor shall not enter upon or commence any portion of work except with
the written authority and instructions of the Engineer-in-charge or his sub- ordinate in
charge of the work. Failing such authority the contractor shall have no claim to ask
for measurements of or payment for work.
Clause 43
Minimum age of persons
employed the employment of
donkeys and or other animals
and the payment of fair wages
Contractor
(i) No contractor shall employ any person who is under the age of 18 years.
(ii) No contractor shall employ donkeys or other animals with breeching of
string on thin rope. The breeching must be at least three inches wide and
should be of a tape (Nawar).
60
University Engineer
iii)
No animal suffering from sores lameness or emaciation or which is immature
shall be employed on the work.
(iv)
The Engineer-in-charge or his Agent is authorised to remove from the work any
person or animal found working which dose not satisfy these conditions and no
responsibility shall be accepted by Vidyapeeth for any delay caused in the
completion of the work by such removal.
(v)
The contractor shall pay fair and reasonable wages to the workmen employed
by him, in the contract undertaken by him. In the event of any dispute arising
between the contract or and his workmen on the grounds that the wages paid are
not fair and reasonable the dispute shall be referred without delay to the
Engineer-in-charge who shall decide the same. The decision of the Engineer-incharge shall be conclusive and binding on the contractor but such decision shall
not be any way effect the conditions in the contractor regarding the payment to
be made by Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth at the sanctioned
tender rates
(vi)
Contractor shall provide drinking water facilities to the workers. Similar
amenities shall be provided to the workers. Similar amenities shall be provided
to the workers engaged on large work in urban areas.
(vii) Contractor to make precaution against accidents which take place on account of
labours using loose garments while working on machinery.
Clause 44
Method of payment
Payment to contractor shall be made by cheque drawn on R.D.C.C. branch or its
branches convenient to them, provided the amount exceeds Rs.10/- Amount not
exceeding Rs.10/- will be paid in cash.
Clause 45
Acceptance of conditions
compulsory before tendering
the work
Any contractor who dose not accept these conditions shall not be allowed to tender
for works.
Clause 46
Employment of Security
labour
Contractor
If Government declares a state of security or famine to exist in any village situated
within 10 miles of the work, the contractor shall employ upon such parts of the work,
as are suitable for unskilled labour any person certified to him by the Engineer-incharge or by any person to whom the University Engineer may have delegated this
duly in writing to be in need of relief and shall be bound to pay to such persons wages
not below the minimum which Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth may
have fixed in this behalf. Any disputes with may arise in connection which the
implementation of this clause shall be decided by the University Engineer whose
decision shall be final and binding on the contractor.
61
University Engineer
Clause 47
The price quoted by the contractors shall not in any case exceed the control price
if any fixed by Vidyapeeth or reasonable price which it is permissible for him to
charge a private purchaser for the same class and description the controlled price or
the price permissible under Hoarding and Profiteering Ordinance, 1948 as amended
from time to time. If the price quoted exceeds the controlled price or the price
permissible under Hoarding and Profiteering Prevention Ordinance, the contractor
will specifically mention this fact in his tender along with the reasons for quoting
such higher prices. The purchaser at his discretion will in such case exercise the right
of revising the price at any stage so as to conform with the controlled price on the
permissible under the Hording and Profiteering Prevention Ordinance. This
discretion will be exercised without prejudice to any other action that may be taken
against the contractor.
Clause 47 (A)
Maharashtra Act xix of 1985,
clause regarding Turnover
Tax vide P.W.D. circular No.
CAT /1088 / CR-330/ Bldg-2,
dt. 10-6-1989
The tendered rates shall be inclusive of all taxes, rates and cases and shall also be
inclusive of the tax leviable in respect of works contract under the provision of New
Maharashtra Value Added Tax (VAT) Act, 2002 with effect from 1-4-2005.
Similarly the tendered rates shall also be inclusive of service tax (Notice No. 9/97
Service tax dated 30-7-1997 effect from 1st August 1997)
Clause 48
The rates to be quoted by the contractor must be all inclusive and fixed and not to
any escalation in cost of materials and labour and shall include Sales Tax, Octroi and
other applicable duties and levies and shall also include all charges for loading,
unloading, transport bringing scaffolding wastage and pilferage and such other
outgoings. No extra payment on this account will be made to the contractor.
Clause 49
In case of materials that may 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 for the purpose of sale tax and the sales tax will be
recovered on such sale.
Clause 50
The contractor shall employ at least 80 per cent of the total number of unskilled
labour to be employed by him on the said work from, out of the persons ordinarily
residing in the district in which site of the said work is located. Provided however, that
if the required number of unskilled labour from district is not available the contractor
shall in the first instance employ such number of persons as is available and thereafter
may with previous permission in writing of the Engineer-in-charge of the said work
whose obtain the rest of the requirement of unskilled labour from out side district.
Contractor
62
University Engineer
Clause 51
Wages to be paid to the skilled and unskilled labours engaged by the contractor
(1) The contractor shall pay the labours skilled and unskilled according to the
wages prescribed by the Minimum Wages Act of 1948 applicable to the area in which
the work of the contractor located.The contractor shall comply with provisions of
Apprentice Act 1961 and the rules and orders issued there-under from time to time, if
he fails to do so, his failure will be breach of contract and the Superintending
Engineer may at his discretion 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 Act. The contractor shall pay labour, skilled and unskilled according to prescribed
wages by Minimum Wages Act applicable to the area in which work of contractor is
in progress.
(2) The contractor to take precautions against accidents which take places on
account of labour using loose garments while working near machinery
P.W.D. Department No. cat
1287 Bldg-2, dated 14-81985
Contractor
Clause 52
All amounts whatsoever which the contractor is liable to pay to the Vidyapeeth in
connection with the execution of the work including the amount payable in respect of
(i) materials and stores supplied/issued hereunder by the Vidyapeeth to the
contractor, (ii) hire charges in respect of heavy plant, machinery and equipment
given on hire by the Vidyapeeth to the contractor for the execution of the work and
/or on which advances have been given by the Vidyapeeth to the contractor shall be
deemed to be arrears of the land Revenue and Vidyapeeth may without pre judice to
any other rights and remedies of the Vidyapeeth recover the same from the
contractor as arrears of Revenue, if same are not recoverable from his dues available
with University.
Clause 53
The contractor shall comply with all the provisions of the contract labour
(Regulation and Abolition) Act 1970 (37 of 1970) and the Maharashtra Contract
Labour (Regulation and Abolition) Rules, 1971 as amended from time to time and all
other relevant statues and statutory provisions concerning payment of wages
particularly to workmen employed by the contractor and working on the site of the
work. In particular the contractor shall pay wages to each worked employed by him
on the site of the work at the rate prescribed under the Maharashtra Contract Labour
(Regulation and Abolition) Rules 1971. If the contractor fails or neglects to pay
wages at the said rates or makes short payment and the Vidyapeeth makes such
payment of wages in full or part thereof less paid by the contractor as the case may
be the amount so paid by the Vidyapeeth to such workers shall be deemed to be
arrears of Land Revenue and the Government shall be entitled to recover the same as
such from the contractor or deduct same the amount payable by the Government to
the contractor hereunder of from any other amount payable by the Government to the
contractor hereunder or from any other amounts payable to him by the Government.
Clause 54
The contractor shall engage apprentices such as bricks layer, carpenters, wiremen,
plumber as well as black-smith as recommended by the State Apprenticeship advisor
Director of Technical Education, Dhobi Talav, Mumbai 400 001 on the construction
work. (Government of Maharashtra Educational Department No. TSA 5170/T 56689,
dated 7-7-1972).
63
University Engineer
Clause 55
(Government of Maharashtra P.W.D. Resolution No. CAT-1086/CR-243/K/ Bldg.
32, dated 11-8-1987).
(a) The anti-malaria and other health measures shall be as directed by the joint
Director (Malaria and Filaria) of Health Services, Pune.
(b) Contractor shall see that mosquitozenic condition are not created so as to keep
vactor population to minimum level.
(c) Contractor shall carry out anti-malaria measures in the areas as per guidelines
prescribed under National Malaria Eradication Programme and as directed by the
Joint Director (MRF) of Health Services, Pune.
(d) In case of default in carring out prescribed anti-malaria measures resulting in
increase in malaria incidence, contractor shall be liable to pay Government the
amount spent by Government on anti-malaria measures to control the situation in
addition to fine.
(e) Relation with Public Authorities.
The contractor shall make sufficient arrangements for draining away the sullage
water as well as water coming from the bathing and washing places and shall dispose
of this water in such a way as not to cause any nuisance. He shall also keep the
premise clean by employing sufficient number of sweepers.
The contractor shall comply with all rules, regulations, bye-laws and directions
given from time to time by pay local or public authority in connection with this work
and shall any fees or charges which are leviable on him without any extra cost to
Government.
University Engineer
Contractor
64
University Engineer
BLANK PAGE
Contractor
65
University Engineer
BLANK PAGE
Contractor
66
University Engineer
Name of the work :
…………………………………………………………………………………………………………………………………
SCHEDULE 'A'
Schedule showing (Approximately) the materials to be supplied by the Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth for the work
contracted to be executed and Preliminary and Ancillary works and the rates at which they are to be charged for , ,
Sr. No.
Particular
Quantity
Unit
Rates at which the
materials will be charged
to the contractor in
figures
Rs.
In Words
Place of
Delivery
( Rs.
.
.
Only )
-------Nil------Conditions of Schedule 'A' attached separately
Note : The person or finn submitting the tender should see that the rates in the above schedule are filled up by the Engineer- in-charge on the issue of the
fonn prior to the submission of the tender.
University Engineer
Dr. B. S. K. K. V. Dapoli
Dist. Ratnagiri.
Contractor
Engineer
67
University
CONDITION FOR MATERIALS ISSUED UNDER SCHEDULE 'A'
The issue of materials by the University under Schedule 'A' of this contract will be subject to inter alia the
following conditions:
1.
All the materials shall be made available for delivery on working day only during working hours, to be
arranged mutually by the contractor between himself and the Store-keeper shall issue the same. The
material shall be made available at the place of delivery mentioned in Schedule 'A' of the tender.
2.
The contractor shall submit periodically as well as on completion of work, on account of all materials
issued to him in a manner as directed by Engineer-in-charge. The contractor shall also furnish an account
of previous materials issued before placing demand for further materials in additions, a separate register
shall be maintained on site for recording daily itemwise cement consumption of cement issued to them
and also itemwise consumption of other materials issued under Schedule 'A' as directed. This shall be
signed daily by contractor or his representative and representative of Engineer-in-charge.
3.
The quantities in Schedule 'A' are approximate and may vary according to actual and bona-fide use is
certified by the Engineer-in-charge.
4.
All materials mentioned in Schedule 'A' required for the works shall be taken from the University only.
The material from other sources in lieu of the material in Schedule 'A' shall not be allowed except under
written permission from the University Engineer-in-such case certificate for its quality shall be produced
by the contractor and sample of such materials shall be tested from any Government laboratory at his own
cost and the test results be supplied to the University. The materials not conforming to the required
standard shall be removed at once from the site of work by the contractor at his own cost.
5.
The rates mentioned in Schedule 'A' are inclusive of Sales Tax and storage Charges.
6.
After issue of any material for use on bona fide University work to contractor if the Engineer-in-charge
ascertains on any particular date that the portion of such supplied becomes surplus to the requirements of
the work, the date ascertainment will be taken as the date for sale for the purpose of payment of Sales Tax
on such portion and recovered from the contractor as per rules.
7.
The contractor shall construct shed / shads as per direction of the Engineer-in-charge of the work for
storing the materials issued to him by the University and provide double locking arrangements, one lock
shall be with site Engineer of the University and materials shall be taken for use in presence of the site
Engineer of the University only.
8.
The contractor shall make his own arrangement for the safe custody of the materials which are supplied to
him by the University.
9.
The contractor shall not use cement and other materials under Schedule 'A' items other than as per this
tender except for such ancillary small items as are connected with and absolutely necessary for execution
of this work as may be decided by the University Engineer.
10.
All steel issued under Schedule 'A' which remains surplus with the contractor after use in the work shall
be returned to the University. Generally, only full length bars in lengths supplied by the University shall
be taken back by the University. However, the Engineer-in-charge may at his discretion, take back bars of
particulars diameter in any other lengths approved by him if same are required for use in University work.
The rates of repayment of the surplus acceptable materials returned by the contractor at the godown of
use,shall be at the prevailing market rates or the rates charged to the contractor excluding the element of
storage charges or issue rates excluding the element of storage charges at the time of return, whichever is
lower. The quantity of such surplus steel as is not acceptable to the University may be disposed of by the
contractor in any manner he likes and the cost thereof shall entirely be borne by the contractor. However,
in cases in which the materials issued to a
contractor become surplus owing to change in the design of the work after materials were issued to the
contractor, the materials should be taken back from the contractor at the same rates, at which they were
supplied to him by University provided the materials at the time of taking over, were not actually needed
and are serviceable.
Contractor
68
University Engineer
11.
Mild steel, for steel bars shall be issued to the contractor either in coils or straight on actual weighment.
However for the purpose of payment, the weight of steel bars used on the work shall be calculated on the
basis of standard weight per unit length vide table in B-10. 13 of Standard Specification Book 1972,
edition by B and C Department. Hence claims on account of difference in actual weight and calculated
on the basis of standard weight per unit length shall not be entertained. No extra payment for
straightening the bars will be made.
12.
The Contractor shall make his own arrangement for securing structural steel such as square bars flats,
rolled steels joints, angles iron etc. The University is neither responsible for securing permit nor to
supply required structural steel. However, necessary certificate to the effect that the materials is required
for the said bona fide University work will be issued if required.
13.
The charges for conveyance of materials from the place of delivery to the site of work and the actual spot
on work site shall be entirely borne by the contractor. No claim on this accounts shall be entertained.
14.
If surplus materials after completion of the work are not returned by the contractor, recovery of such
materials at the penal rate of twice the issue rate of these materials shall be made from the contractor.
Sales Tax and General Tax on the cost of the surplus materials which are not returned, shall be recovered
from the contractor as decided by the University Engineer. However, it is clear that if any surplus
materials returned is in unserviceable or damaged conditions, the same will not be accepted. In such case
the cost will be recovered from the contractor as stated above in this clause.
15.
Empty asphalt drums will have to he returned to the University in case of non-returned, empty asphalt
drums, recovery of drum will be made from the contractor.
16.
The persons/firm submitting the tender should seen that the rates in the above schedule 'A' are filled up
by the Engineer-in-charge of the work on the issue of the form prior to the submission of the tender.
17.
The university shall not be responsible for the loss in cement during transit from University stores to
work site. Cement so delivered to the contractor at the University stores shall mean 50 kg. per bag by
weight. The rate quoted should correspond to this method of reckoning. The correction have to be done
by weight basis. While mixing, if cement is found short in a bag, it will have to be made good by the
contractor for which additional cement would be supply by the University at issue rate in Schedule 'A'
item or percentage rate quoted for should reckon this.
18.
For the purpose of issue rate, the area of a A.C. Sheets and ridges shall be the actual gross size before
laying in the roof and each dimension shall be measured at straight line in plain. (neglecting extra length,
due to corrugations etc.)
19. The contractor shall furnish unstamped receipts for all materials issued under Schedule
'A'.
20. The contractor shall furnish the account of steel, cement etc. issued to him at each time
before placing an indent for further supply. Also he should submit on completion of the
work final account of all the materials supplied to him by University. This account will
be scrutinised by the Engineer-in-charge and if any extra use is found, shortages are
seen and any quantity of material remained unaccounted for, recovery at penal rates
will be effected or such quantities as mentioned in Clause 14 above.
21.
A separate register shall be maintained on site for recording detailed itemwise cement
and steel consumption on the work. This register shall be signed by the contractor or
his authorised representative and got signed from the representative of the Engineer-incharge.
22.
Materials except what are specified above will have to be arranged for by the
contractor(s). The department will recommend the applications for licences and permits
for the release of controlled materials. The contractor(s) will remain responsible for
obtaining such licences and permits.
Contractor
69
University Engineer
23.
The supply of railway wagons is beyond the Control Dr. Balasaheb Sawant Konkan
Krishi Vidyapeeth. No responsibility can therefore be accepted for delays such may
occur in regard to these matters. Every assistance will however be given to obtain their
supply as quickly as possible.
24.
Plant and machinery will not be made available by this Department for work.
25.
Since the steel is decontrolled item and if the contractor is allowed to procure the steel
from open market/then the contractor will have to produce the bills for purchase of steel
and the same will be tested at random at Government laboratory at Contractor's cost.
Signature of Contractor
Contractor
University Engineer
70
University Engineer
Accompaniment to Government Resolution
Public Works Department No. CAT/06/04/148,Dated 16/05/2005.
PRICE VARIATION CLAUSE
If during the operative period of the contract as defined in condition (i) below, there shall be any variation in the Consumer Price
Index (New Series) for Industrial Workers for ……………… centre as per the Labour Gazette published by the Commissioner of Labou r,
Government of Maharashtra and/or in the wholesale Price Index for all commodities prepared by the office of Economic Advisor, Ministry
of Industry, Government of India, or in the price of Petrol/Oil and Lubricants, and major construction materials like Bitumen, Cement, Steel,
various types of metal pipes etc., then subject to other conditions mentioned below price adjustment on account of 1) Labour Component 2)
Material Component 3) Petrol, Oil and Lubricants Component 4) Bitumen Component 5) HYSD and Mild Steel Component
6) Cement
Component 7) C.I. and D.I pipes Component, calculated as per the formula hereinafter appearing shall be made. Apart from these no other
adjustments shall be made to the contract price for any reasons whatsoever. Component percentage as given below are as of the total cost of
work put to tender. Total of Labour, Material and POL Components shall be 100 and other Components shall be as per actuals.
1) Labour Component
: K1
26.00%
2) Material Component
: K2
72.00%
3) POL Component
: K3
2.00%
4) Bitumen Component
:
Actual
5) HYSD and Steel Component
:
Actual
6) Cement Component
:
Actual
7) C.I and D.I Pipe Component
:
Actual
Note :If Cement, Steel, Bitumen, C.I. and D.I Pipes are supplied on schedule 'A' then respective component shall not be considered.
Also if particular component is not relevant same shall be deleted.
(1)
Formula for Labour Component
V1 = 0.85 x p x
K1
(L1 - L0)
x
100
L0
V = Amount of price variation in Rupees to be Allowed for labour Component.
Where
1
P = Cost of work done during the quarter under consideration.
Minus the Cost of cement, HYSD and Mild Steel, bitumen, C.I. and D.I. Pipes, calculated at the basic star rates as applicable for the
tender, consumed during the quarter under consideration. (These star rates shall be specified here)
1.
Bitumen component
:- …………………………………………………..
2.
HYSD and Steel Component
:- …………………………………………………..
3.
Cement Component
:- …………………………………………………..
4.
C.I and D. I Pipe Component
:- …………………………………………………..
K = Percentage of labour component as indicated above.
1
L = Basic consumer price index for Mumbai centre shall be average consumer price index for the quarter
0 preceding the month in which the last date prescribed for receipt of tender, falls.
L1 = Average consumer price index for Mumbai centre for the quarter under consideration.
(2)
Formula for Materials Component
V2 = 0.85 x p x
K2
(M1 - M0)
x
100
M0
V = Amount of price variation in Rupees to be allowed for Materials component.
Where
2
P = Same as worked out for labour component.
K = Percentage of material component as indicated above.
2
M = Basic wholesale price index shall be average wholesale price index for the quarter preceding the month in which to
0 the last date prescribed for receipt of tender, falls.
M1 = Average wholesale price index during the quarter under consideration.
(3)
Formula for Petrol, Oil and Lubricant Component
V3 = 0.85 x p x
K3
(P1 - P0)
x
100
P0
V = Amount of price variation in Rupees to be allowed for POL component.
Where
3
P = Same as worked out for labour component.
K = Percentage of Petrol, Oil and Lubricant component.
3
P = Average price of HSD at Mumbai during the quarter preceding the month in which the last date prescribed for
0 receipt of tender falls.
P1 = Average price of HSD at Mumbai during the quarter under consideration.
(4)
Formula for Bitumen Component
V4 = QB x (B1 - B0 )
Where
V4 = Amount of price variation in Rupees to be allowed for Bitumen component.
QB = Quantity of Bitumen (Grade) in metric tonnes used in permanent works and approved in enabling works during the quarter u nder
consideration.
Contractor
71
University Engineer
B1 =
B0 =
Current, average ex-refinery price per metric tonne of Bitumen (Grade) under consideration including taxes (octroi,
excise, sales tax) during the quarter under consideration.
Basic rate of Bitumen in Rupees per metric tonne as considered for working out value of P or average
exrefinery price in rupees per metric ton including taxes (octroi, excise, sales tax) of Bitumen under consideration for
prevailing quarter preceding the month in which the last date prescribed for receipt of tender, falls, whichever is
higher.
(5)
Formula for HYSD and Mild Steel Component
V5 =
S0 ( SI1 – SI0)
XT
Where
SI0
V5 =
Amount of price variation in Rupees to be allowed for HYSD / Mild Steel component.
S0 = Basic rate of HYSD/Mild Steel in Rupees per metric tonne as considered for working out value of P.
SI1 = Average Steel index as per RBI Bulletin during the quarter under consideration.
SI0 =
Average Steel index as per RBI Bulletin during the quarter preceding the month in which the last date prescribed
for receipt of tender, falls.
T = Tonnage of Steel used in the permanent works for the quarter under consideration.
(6)
Formula for Cement Component
C0 ( CI1 – CI0)
V6 =
XT
Where
CI0
V6 = Amount of price escalation in Rupees to be allowed for Cement component.
C0 = Basic Tate of Cement in Rupees per metric tonne as considered for working out value of P.
CI1 = Average Cement index published in the RBI Bulletin for the quarter under consideration.
CI0 =
Average Cement index published in the RBI Bulletin for the quarter preceding the month in which the last date
prescribed for receipt of tender, falls.
T = Tonnage of Cement used in the permanent works for the quarter under consideration.
(7)
Formula for C.I. / D.I. Pipe Component
V7 = Qd x (D1 – D0)
Where
V7 = Amount of price escalation in Rupees to be allowed for C.I. / D. I. Pipe component.
D0 = Pig Iron basic price in Rupees per metric tone as considered for working out value of P.
D1 = Average Pig Iron price in Rupees per tone during the quarter under consideration (published by IISCO)
Qd =
Tonnage of C.I. / D.I. pipe used in the works during the quarter under consideration.
(II) THE FOLLOWING CONDITIONS SHALL PREVAIL :(i) The operative period of the contract shall mean the period commencing from the date of the work order issued to the
Contractor and ending on the date on which the time allowed for the completion of the works specified in the contract for
work expires, taking into consideration the extension of time, if any for completion of the work granted by Engineer under
the relevant clause of the Conditions of Contract in cases other than those where such extension is necessitated on account of
default of the Contractor. The decision of the Engineer as regards the operative period of the Contract shall be final and
binding on the Contractor. Where any compensation for liquidated damages is levied on the Contractor on account of delay
in completion or inadequate progress under the relevant Contract provisions, the Price adjustment amount for the balance
work from the date of levy of such compensation shall be worked out by pegging the indices L1,M1,C1,P1,B1,SI1 and CI1 to
the levels corresponding to the date from which such compensation is levied.
(ii) This Price Variation Clause shall be applicable to all contracts in B-l/B-2 and C forms but shall not apply for piece
works. The Price variation shall be determined during each quarter as per formula given above in this clause.
(iii) The Price variation under this clause shall not be payable for the extra items required to be executed during the
completion of the work and also on the excess quantities of items payable under the provisions of clause 38/37 of the
contract from B-l/B-2 respectively. Since the rates payable for extra items or the extra quantities under Clause 38/37 are to
be fixed as per the current DSR or as mutually agreed to yearly revision till completion of such work. In other words, when
the completion/execution of extra items as well as extra quantities under clause 38/37 of the contract from B-l/B-2 extends
beyond the operative date of the DSR then rates payable for the same beyond the date shall be revised with reference to the
current DSR prevalent at the time on year to year basis or revised in accordance with mutual agreement thereon, as provided
for in the contract, whichever is less.
(iv) This clause is operative both ways, i,e., if the price variation calculated above is on the plus side, payment on account
of the price variation shall be allowed to the contractor and if it is on the negative side, the Government shall be entitled to
recover the same from the contractor and the amount shall be deductible from any amounts due and payable under the
contract.
(v) To the extent that full compensation for any rise or fall in costs to the contractor is not entirely covered by the
provision of this or other clauses in the contract, the unit rate and prices included in the contract shall be deemed to
include amounts to cover the contingency of such other actual rise or fall in costs.
University Engineer
Dr. Balasaheb Sawant Konkan
Krishi Vidyapeeth, Dapoli
Contractor
72
University Engineer
ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS
Sr.
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
Index
Additional General Conditions and Specifications
Contractor to study site conditions
Declaration of the contractor
Indemnity
Errors, Omissions and discrepancies
Programme of work
Methodology of Construction and Construction Equipments
Construction Equipment
Progress Schedule
Agent and Work order books
Responsibilities for level and alignment
Leveling instruments
Authorities of the Engineer-in-charge representive
Co-ordination
Assistance in procuring priorities, permits etc.
Quarries
Collection of materials
Temporary quarters and site office
Treasure Trove
Patented Device
Explosives
Damage by flood or accidents
Police protection
Traffic regulation for road works
Traffic Instruction
Traffic regulation for bridges and CD works
Supervision
Inspection
Initial measurements for records
Samples and Testing materials
Miscellaneous
Protection of underground telephone cable aerial telephone wires and
poles transmission towers, electric cables and water supply lines.
Medical and sanitary arrangements to be provided for labour
employed in the construction by the contractor.
Safety code
Excavation and trenching
Demolition
Scope of rates for different items of work
Payments
Handing over of work
Claims
Quality assurance and maintenance
Drawings
Documentations
Change of cement contents etc.
Cement concrete
Setting out
Contractor
Page No.
Form
55
55
55
55
55
56
56
56
56
57
57
57
57
58
58
58
58
58
58
59
59
59
59
59
59
59
60
60
60
60
61
62
Page No.
To
--------57
--------------------61
62
--
63
--
64
64
64
66
67
67
67
68
68
69
69
69
70
--66
67
-------70
72
73
University Engineer
ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS
1. These are to apply as additional conditions and specification unless otherwise already provided for
contradictorily elsewhere in this contract.
2.
CONTRACTOR TO STUDY SITE CONDITIONS
The contractor shall be deemed to have carefully examined the work and site conditions including
labour the general and the special conditions, specifications, schedules and drawings and shall be deemed to
have visited the site of the work and have fully informed himself regarding the local conditions and carried out
his own investigation to arrive at rates quoted in the tender. In this regard he will be given necessary
information to the best of knowledge of University but without any guarantee about it.
If he shall have any doubt as to the meaning of any portions of these general conditions or the special
condition the scope of work of this specifications and drawing or any other matter concerning the contract he
shall in good time before submitting his tender, set forth the particulars therein and submit them to Engineer-Incharge of the work in writing in order that such doubts may be clarified authoritatively before tendering. Once a
tender is submitted the matter will be decided according to tender conditions in the absence of such authentic
pre-clarifications.
3.
DECLARATION OF THE CONTRACTOR
The contractor should sign the declaration form on page No. 18
4.
INDEMNITY
The contractor shall indemnity the University against all actions, suits, claims and demands brought or
made against him 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 University. In consequence of
any action or suit being brought against the contractor for any thing done or committed to be done in the
execution of the works of this contract.
5.
ERRORS, OMISSIONS AND DISCREPANCIES
(a) In case of errors, omissions and / or disagreement between written and scaled dimensions on the
drawing or between drawings and specifications etc. the following order of preference shall apply.
(i)
Between actual scaled and written dimensions or descriptions on a drawing the later shall be
adopted
(ii)
Between the written or shown description of dimensions in the drawing and corresponding one in
the specifications, the later shall apply.
(iii)
Between the quantities shown in schedule of quantities and those arrived at from the drawings the
later shall be preferred.
(iv)
Between the written description of the item in the schedule of quantities and the detailed description
in the specifications, of the same item, the later shall be adopted.
(b) In case of discrepancy between percentage rate quoted in figures and words, the lowest of the two
will be considered for acceptance of tender.
(c) In all cases of omission and / or discrepancies in the dimensions or description of the item or
specifications, a reference shall be made to the Vidyapeeth Engineer Dr. B.S.K.K.V., 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 precaution.
(d) The special provision in detailed specifications and wording of any item shall in precedence over
corresponding contradictory provision (if any) in the Standard specifications of Public Work Department Hand
Book where reference to such specification is given without reproducing the details in contract.
Contractor
74
University Engineer
6.
PROGRAMME OF WORK
The work is required to be completed within a period of months (including the monsoon period). The
tentative programme may be as per the Bar chart on Page ………………………………………
7.
METHODOLOGY OF CONSTRUCTION AND CONSTRUCTION EQUIPMENTS
Contractor shall furnish at least 15 days in advance his programme of commencement of item of work,
the details of actual methods that would be adopted by the contractor for the execution of various items of work
such as well sinking cast-in-situ, superstructure of Bridge work and Earth work, W.B.M., Black topping items
etc. for Road works supported by necessary detailed drawing and sketches including those of the Plant and
Machinery that would be used, their locations, arrangement for conveying and handling materials etc. and
obtain prior approval of the Engineer-in-charge well in advance of starting of such item of work. The Engineerin-charge reserves the right to suggest modifications or make complete changes in the method stage of the work,
to obtain the desired accuracy, quantity and progress of the work which shall be binding on the contractor, and
no claim on account of such change in method of execution will be entertained by University so long as
specifications of the item remain unaltered. The responsibility for the safety and adequacy of the methods
adopted by the contractor, will however, rest on the contractor, irrespective of any approval given by the
Engineer.
In case of slippage from the approved work programme at any stage, the contractor shall furnish revised
programme to make up the slippage within the stipulated time schedule and obtain the approval of the Engineer
to the revised programme.
8.
CONSTRUCTION EQUIPMENT
The contractor' shall be required to give a trial run of the equipments for establishing their capability to
achieve the laid down specifications and tolerance to the satisfaction of the Engineer before commencement of
the work. All equipment provided shall be of proven efficiency and shall be operated and maintained at all
times, in a manner acceptable to the Engineer and no equipment or personnel will be remove from site without
permission of the Engineer.
9.
PROGRESS SCHEDULE
The contractor shall furnish within the period of one month of the order to start the work, the
programme of work in CPM/PERT charts in quadruduplicate indicating the date of actual start, the
monthly/progress excepted to be achieved and the anticipated completion date of each major item of work to be
done by him, also indicating dates of procurement and setting up of materials, plant and machinery. The
schedule is to be such as is practicable of achievement towards the completion of whole work in the time limit,
the particulars items, if any, on the due dates specified in the contract shall have the approval of the Engineerin-charge. No revised schedule shall be operative without such acceptance in writing. The Engineer is further
empowered to ask for more detailed schedules say; week by week for any item or items, in case of urgency of
work as will be directed by him and the contractor shall supply the same as and when asked for.
The contractor shall furnish sufficient plant, equipment and labour as may be necessary to maintain
the progress of schedule. The working and shift hours restricted to one shift a day for operation to be done
under the Government supervision shall be such as may be approved by the Engineer-in-charge. They shall not
be varied without the prior approval of the Engineer. Night work which requires supervision shall not be
permitted except when specifically allowed by Engineer each time if requested by the contractor. The
contractor shall provide necessary lighting arrangements etc. for night works as directed by Engineer without
extra cost.
Further, the contractor shall submit the progress report of work in prescribed from and charts etc. at
periodical intervals, as may be specified by the Engineer-in-charge. Schedule shall be in the form of progress
charts, forms progress statement and/or reports as may be approved by the Engineer.
The contractor shall maintain Performa charts, details regarding machinery, equipment, labour, materials,
personnel etc. as may be specified by the Engineer and submit periodical returns there of as may be specified by
the Engineer-in-charge.
Contractor
75
University Engineer
10.
AGENT AND WORK ORDER BOOKS
The contractor shall himself manage the work or engage an authorised all time agent on the work
capable of managing and guiding the work and understanding the specifications and contract condition. A
qualified and experienced, Engineer shall be provided by the Contractor as his agent for technical matters in
case the Engineer-in-charge considers this is essential for the work and so direct contractors. He will take orders
as will be given by the University Engineer or his representative and shall be responsible for carrying them out.
This agent shall not be changed without prior intimation to the University Engineer and his representative on
the work site. The contractor shall supply for the Engineer the details of all supervisory and other staff
employed by the contractor and notify changes when made and satisfy the Engineer regarding the quantity and
sufficiency of the staff, thus employed. The Engineer will have the unquestionable right to ask for change in the
quality and number of contractor's supervisory staff and to order removal from work of any of such staff. The
contractor shall comply with such orders and effect replacements to the satisfaction of the Engineer.
A work order book shall be maintained on site and it shall be the property of University and the
contractor shall promptly sign orders given their in by the University Engineer or his representative and his
superior officers and comploy with them. The compliance shall be reported by the contractor to the Engineer in
good time so that it can be checked. The blank work order book with machine numbered pages will be provided
by the University free of charge for this purpose. The contractor will be allowed to copy out instructions therein
from time to time.
11.
RESPONSIBILITIES FOR LEVEL AND ALIGNMENT
The contractor shall be entirely and exclusively responsible for the horizontal and vertical alignments, the
levels and correctness of every part of the work and shall rectify effectually errors or imperfections therein, such
rectifications shall be carried out by the contractor, at his own cost, when instructions are issued to that effect by
the Engineer-in-Charge.
12.
LEVELLING INSTRUMENTS
If measurements of items of the work are based on volumetric measurements calculated from levels taken
before and after constructions of the item, in large number of leveling staff, tapes etc., will have to be kept
available by the contractor at the site of work for this purpose. Lack of the such leveling staff, tapes etc,. in
required numbers may cause delay in measurement and the work. The contractor will have therefore to keep
sufficient number of these readily available at site.
13.
AUTHORITIES OF THE ENGINEER-IN-CHARGE'S REPRESENTATIVE
The duties of the representative of the Engineer-in-charge are to watch and supervise work and to test and
examine any material to be used or workmanship employed in connections with the works.
The Engineer-in-Charge may from time to time, in writing delegated to his representative any 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 by the representative of the Engineer-in-charge to the
contractor within the terms of such delegations (but not otherwise) shall bind the contractor and the University as
through it had been given by the Engineer-in-charge, provided always as follows. Failure of the representative of
the Engineer-in-charge to disapprove any work or materials shall not prejudice the power of Engineer-in-charge
thereafter to disapprove such work or materials and so order the putting down, removal or breaking up thereof.
Contractor
76
University Engineer
14.
CO-ORDINATION
When several agencies for different sub-works of the project are to work simultaneously on the project
site, there must be full co-ordination and co-operation between contractors to ensure timely completion of the
whole project smoothly. The scheduled dates for completion specified in each contract shall therefore be strictly
adhered to. Each contractor may make his independent arrangement for water, powers, housing etc. if they so
desire. On the other hand the contractors are at liberty to mutual agreement in this behalf and make joint
arrangements with the approval of the Engineer. No, single contractor shall take or cause to be taken any steps or
action that may cause, description discontent, or disturbance of work, labour or arrangement etc. of the other
contractor in the project localities. Any action by any contractor which the Engineer in his unquestioned
discretion may consider as infringement of the above code, would be considered as a breach of the contract
conditions and shall be death-with as such.
In case of any dispute, disagreements between the contractor's the Engineer's decision regarding the coordinations, collaboration and facilities to be provided by any of the contractors shall be final and binding on
the contractors concerned and such a decision or decisions shall not vitiate any contract nor absolve the
contractor (s) of his/their obligations under the contract nor consider for the grant for any claim or
compensation.
15.
ASSISTANCE IN PROCURING PRIORITIES, PERMITS, ETC.
The Engineer, on a written request by the contractor, will, if in his opinion the request is reasonable and
in the interest of work and its progress assist the contractor in securing, the priorities for deliveries transport
permits for controlled materials etc. where such are needed. The University will not however, be responsible for
the non availability of such facilities or delay in this behalf and no claims on account of such failures or delays
shall be allowed by the University.
The contractor shall have to make his own arrangement for machinery required for the work. However,
such machinery conveniently available with University may be spared as per rules in force on recovery of
necessary Security Deposit and rent with agreement in the prescribed from. Such an Agreement shall be
independent of this contract and the supply of machinery shall not from a ground for any claim of extension of
time limit for this work.
16.
QUARRIES
No quarries are available with the Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth. The contractor (s)
shall have to arrange the same himself / themselves.
17.
COLLECTION OF MATERIALS
The contractor has to procure and supply all the quarrying material required for construction for the
work in tender at his risk and cost.
18.
TEMPORARY QUARTERS AND SITE OFFICE
(a) The contractor shall at his own expense maintain sufficient experienced supervisory staff etc.
required for the work and shall make his own arrangement, provide housing for them with all necessary
arrangements. Including fire preventive measures etc. as direct by the Engineer-in-charge.
(b) The contractor shall provide, furnish, maintain and remove on completion of the work, suitable
office on the work site for the use of University Engineer's representative. The covered area exclusive of
verandah should not be less than 400 sq. ft. It may have brick walls and asbestos or corrugated iron roof, paved
flower should be 18 inches above ground level. He should provided a suitable latrine, urinals and keep them
clean daily. This will be supposed to be included in his rate.
Contractor
77
University Engineer
19.
TREASURE TROVE
In the event of discovery by the contractor or his employees, during the progress of the work of any
treasure, fossils, minerals or any other articles or value or interest, the contractor shall give immediate
intimation thereof to the Engineer and forthwith handover to the Engineer such treasure or things which shall
be the property to University.
20.
PATENTED DEVICE
Whenever the Contractor desired to use any designed devices, materials for process covered by the
letter or patent or copy right, the right for such use shall be secured by suitable legal arrangement and agreement
with patent owner and the copy of their agreement shall be with the Engineer-in-charge is so desired by the later.
21.
EXPLOSIVES
The contractor shall at his own expenses construct and maintain proper magazine, if such are required
for the storage of explosive for use in connection with the work and such magazine, being situated, constructed
and maintained in accordance with the Government Rules applicable in that behalf. The contractor shall at his
own expenses obtain such license or licenses as may be necessary for storing and using explosives.
Notwithstanding that the location etc. or storage of explosives are approved by the Engineer, the University shall
not be incurring any responsibility whatever in connection with storage and use of explosives on the site or any
accident or occurrence whatsoever in connection, there with all operations in or for which explosives are
employed being at the risk of contractor and upon his sole responsibility and the contractor hereby gives to
University an absolute indemnity in respect thereof.
22.
DAMAGE BY FLOODS OR ACCIDENTS
The contractor shall take all precautions against damage by floods or like from accident etc. No
compensation will be allowed to the contractor on this account of for correcting and repairing any such damage
to the work during construction. The contractor shall be liable to make good at his cost any plant or materials
belonging to the University lost or damaged by floods or from any other cause which in his charge.
23.
POLICE PROTECTION
For the Special Protection of camp and of the contractors work, the University will help the .contractor
as far as possible to arrange for such protection with the concerned authorities if so, required by the contractor in
writing. The full cost of such protection shall be borne by the contractor.
24.
TRAFFIC REGULATION FOR ROAD WORKS
Unless separately provided for in the contract, the contractor shall have to make all necessary
arrangements for regulating traffic day to night during the period of construction to the entire satisfaction of the
Engineer. This includes the construction and maintenance of diversion if necessary. The contractor shall have to
provide necessary caution boards, barricades flags, lights and watchman etc. so as to comply with the latest
Motor Vehicles Rules and regulations and for traffic safety and he shall be responsible for at claims from
accident which may arise due to his negligence whether in regulating the traffic or in stacking materi.al on the
roads or due to any other reasons.
25.
The contractor shall at all times carry out the work on the road. In a manner creating least interference
to the flow of traffic, while consistent with the satisfactory execution of the same. For all works Involving
Improvements to the existing food. The contractor shall, in accordance with the directives of the Engineer- incharge, provide and maintain, during the execution of work a passage for traffic, either along or part of the
existing carriageway under improvement, or along a temporary diversion constructed close to the road.
26.
TRAFFIC REGULATION FOR BRIDGES AND CD. WORKS
It is to be clearly understood that whatever work carried out by the contractor for construction of
diversion road including earthwork, W. B. M. bituminous surface dressing, R.C.C. pipe drains etc. will be paid
for only once if the items of temporary diversion are included in the contract and if due to flow of traffic, due to
floods or due to any other cause, this diversion road and/or the R.C.C. gates drain damaged it shall be repaired
and maintained by the contractor in good conditions till completion of the whole work at his own expenses.
Traffic safety and control shall be as per clause No.112.4 of M.O.S.T. Specification for Roads and Bridges
(Second Revision 1990).
Contractor
78
University Engineer
SUPERVISION AND INSPECTION OF WORKS AND QUALITY CONTROL
27. SUPERVISION
The contractor shall either himself supervise the execution of the works or shall appoint the competent
agent approved by the Engineer-in-charge, to act on his behalf. If in the opinion of the Engineer-in-charge, the
contractor has himself no sufficient knowledge and experience of receiving instructions or cannot give his full
attention to the works, the contractor shall at his own expenses, employ as his accredited agent a qualified
Engineer approved by the Engineer-in-charge.
Orders give to the contractor's agent shall be considered to have the force as if these had been given to
the contractor himself. If the contractor fails to appoint a suitable agent as directed by the Engineer-in- charge,
the Engineer-in-charge shall have full power to suspend the execution of the work until such date a suitable
agent is appointed and the contractor shall be responsible for the delay so caused to the works and contractor
shall Dot be entitled for any compensation on this behalf.
28. INSPECTION
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. 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. Approval of materials or
workmanship or approval of part of the work during the progress of execution shall not bind the Engineer-incharge or in any way affect him even to reject the work which is alleged to be completed and to suspend the
issue of his certificate of completion until such alteration and modifications or reconstruction have been effect
at the cost of the contractor as shall enable him to certify that the work has been completed to his satisfaction
The contractor shall provide at his cost necessary ladders and such arrangements as to provide
necessary facilities and assistance for proper inspection of all parts of the work at his own cost.
29. INITIAL MEASUREMENTS FOR RECORD
Where for proper measurement of the work, it is necessary to have an initial set of levels or other
measurements taken, the same as recorded in the authorised field book or measurement book of university by
the Engineer or his authorised representative will be signed by the contractor who will be entitled to have a true
copy of same made at his cost. Any failure on the part of the contractor to get such levels etc. recorded before
starting the work will render him liable to accept the decision of the Engineer as to the basis of taking
measurements. Likewise the contractor will not cover any work which will render its subsequent measurements
difficult or impossible without first getting the same jointly measured by himself and the authorised
representative of the University Engineer. The record of such measurements on the university side will be
signed by the Contractor and he will be entitled to have a true copy of the same made at his cost.
30. SAMPLES AND TESTING OF MATERIALS
All materials to be used on work shall be got approved in advance from the Engineer-in-charge
Architect appointed for the work by the Dr. Balasaheb Sawant Konkan Krishi Vidyapeeth and shall pass the
test and/or analysis required by him which will be :(a) As specified in the specification for the items concerned and/or
(b) I. S. I. specifications (whichever. and wherever applicable) or
(c)
Such recognised specifications acceptable Engineer-in-charge as equivalent there to or in absence of
such authorised specification.
(d)
Such requirement test and/or analysis as may be specified by the Engineer-in-charge in order of
precedence given above
(i)
The contractor shall at his risk and cost make all arrangements and/or shall provide all such
facilities as the Engineer-in-charge may required for collecting, preparing required number of
samples for test or analysis at such time and to such places as may be direct by Engineer and
bear all such charges. Such samples shall also be deposited with Engineer-in-charge.
(ii)
Contractor
The contractor shall if and when required submit at his cost the samples of materials to be
tested or analysed and it, so directed, shall not make use of or incorporate in the work any
79
University Engineer
materials represented by the samples until the required tests or analysis have been made and
the materials, finally accepted by the Engineer-in-charge.
(iii)
The contractor shall not be eligible for any claim or compensation either arising out of any
delay in the work or due to any corrective measure required to be taken on account of and as a
result .of testing of the materials.
(iv)
The contractor or his authorised representative will be allowed to remain present in the
departmental laboratory while testing samples furnished by him. However, the results are of all
the tests carried out in the departmental laboratory in the presence or absence of the contractor
or his authorised representative will be binding on the contractor.
(v)
The contractor shall at his own cost set up laboratory to carry out the routine test of materials
which are to be used on the work. The tests will have to be carried out either in his field
laboratory or in an approved laboratory. In case tests are carried out in field laboratory, at least
50 tests should be carried out in nearest quality control laboratory of the Department.
(vi)
In case of material procured by the contractor, testing as required by the codes and
specifications shall be arranged by him at his own cost. Testing shall be done in the presence
of authorised representative of the Engineer-in-charge at the nearest approved laboratory. If
additional testing other than as required by specification is ordered, the testing charges, shall
be borne by the Department, if the test results are satisfactory and by the contractor if the same
are not satisfactory.
(vii)
In case of materials supplied by the University if, the contractor demands certain testing, the
charges thereof shall be paid by the contractor it the testing results are satisfactory and by the
University if the same are not satisfactory.
MISCELLANEOUS
1. Rate shall be inclusive of S.T. General Tax and other Taxes etc.
2.
For providing electric wiring or water lines etc. recesses shall be provided if necessary through walls,
slabs, beams etc. and later refilling up with bricks or stone chipping, cement mortar without any extra
cost.
3.
In case it becomes necessary for the due performance of the contract for the contractor to occupy land
outside the Department limits, the contractor will have to make his own arrangements with the land
owners and to pay such rents if any, are payable as mutually agreed between them.
The University will offord the contractor all the reasonable assistance to enable him to obtain
Government land for such purpose on usual terms and conditions as per rules of Government, if such
land is available.
4.
The special provision in detailed specifications of wording of any items shall gain precedence over
corresponding contradictory provision (if any) in the standard specifications or P.W.D. Hand Book,
where reference to such specifications is given without reproducing the details in contract.
5.
Suitable separating Barricades and enclosures shall be provided to separate material brought by
contractor and material issued by University to contractor under Schedule 'A' same applied for the
material obtained from different soureses of supply.
6.
The stacking and storage of construction material at site shall be in such manner as to prevent
deterioration or infusion 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 likelyhood of
subsidence of soil, such heavy materials shall be stored on Platforms.
7.
For road and Bridge works the contractor shall in addition to the specification cited here comply with
requirements of relevant I.R.C. Code practice.
Contractor
80
University Engineer
8.
The contractor shall be responsible for making good the damages done to the existing property during
construction by his men.
9.
It is found necessary from safety point of view to test any part of the structure the test shall be carried
out by the contractor with the help of University at his own cost.
10.
Defective work is liable to be rejected at any stage. The contractor, on no account can refuse to rectify
the defects merely on reason that further work has been carried out. No extra payment shall be made for
rectification.
11.
In the Schedule 'B' the work has been divided in to sections but notwithstanding this, every part of it
shall be deemed supplementary to and complementary of every other part.
12.
General directions or detailed of description of work, materials and items coverage of rates given in the
specification are not necessarily repeated in the Bill of Quantities. Reference is, however, drawn to the
appropriate section clause (s) of the General specifications is accordance with which the work it to be
carried out.
13.
In the absence of specific directions to the contrary the rates and prices inserted in the items are to be
considered as the full inclusive rates and prices for the finished work described there under and are to
cover all labour, materials, wastage, temporary work, plant overhead charges and profits, as well as the
general liabilities, obligations and risks arising out of the General conditions of contract.
14.
The quantities set down against the item in the Schedule 'B' are only estimated quantities of each kind
of work included in the contract and are not to be taken as a guarantee that the quantities scheduled will
be carried out or required or that they will not be exceeded.
15.
All measurements will made in accordance with the methods indicated the specification and read in
conjunction with the General conditions of contract.
16.
The details shown on drawings and all other information pertaining to the work shall be treated as
indicative and provisional only and are liable to variation as found necessary while preparing working
drawing which will be supplied by the Government during execution. The contractor shall not on
account of such variation be entitled to any increase over the ones quoted in the tender which are on
quantity basis.
17.
The recoveries if any, due from contractor will be effected as arrears of land revenue through the
Collector of the District.
18.
Clause 101 to 107 of Specifications of Road Bridges work adhered herewith will be applicable to works
as per Schedule 'B' unless specified otherwise in the details specifications of the relevant items.
19.
All materials used in the construction shall conform to the requirements of Specifications Clause under
Section 1000 "Materials for Structures" of Specification of Road and Bridge Work M.O.S.T. New
Delhi, 1990 Edition.
20.
Extraneous materials and steps to minimise dust nuisance during construction shall be as per clause III
of M.O.S.T. Specification (Second Edition 1990).
32.
PROTECTION OF UNDERGROUND TELEPHONE CABLE AND AERIAL TELEPHONE
WIRES AND POLES, TRANSMISSION TOWERS, ELECT. CABLES AND WATER SUPPLY
LINES:
During the execution of work it is likely that the contractor may meet with telephone cable, electrical
cables, water supply lines etc. it will, therefore, be the responsibility of the contractor of protect them
carefully. All such cases should be brought to the notice of the Engineer-in-charge by the contractor
and also to the concerned Department. Any damage whatsoever done to these cable and pipelines by
the contractor shall be made good by him at his cost.
33.
MEDICAL AND SANITARY ARRANGEMENTS TO BE PROVIDED FOR LABOUR
EMPLOYED IN THE CONSTRUCTION BY THE CONTRACTOR
Contractor
81
University Engineer
(a)
The contractor shall provide an adequate supply of water for the use of labourers on work and in camps.
(b)
The contractor shall construct trench or semi-permanent latrines for the use of the labourers. Separate
latrines shall be provided for men and women.
(c)
The contractor shall build sufficient number of huts on a suitable plot of land for use of the labourers
according to the following specifications :(1)
Huts of Banboos and Grass may be constructed.
(2)
A goods site not liable to submergence be selected on high ground remote from Jungle but
well provided with trees, shall be chosed wherever it is available. The neighborhood of tank,
Jungle, grass of wood should be particularly avoided. Campus should not be established close
to large cutting of earth work.
(3)
The lines of huts shall have open spaces of at least ten yards between rows. When a good
natural site cannot be procured, particular attention should be given to the drainage.
(4)
There should be no over crowding. Flower space at the rate of 30 sq. ft. per head shall be
provided. Care should be taken to see that the huts are kept clean and in good order.
(5)
The contractor must find his own land, if he wants Government land, he should apply for it
and pay assessment for it, if made available by Government.
(6)
The contractor shall construct a sufficient number of bathing places. Washing places should
also be provided for the purpose of washing clothes.
(7)
The contractor shall make sufficient arrangements for draining away the surface and sullage
water as well as water from the bathing and washing places and shall dispose of this waste
water in such way as not to cause any nuisance.
(d)
The contractor shall engage a Medical Officer with a travelling dispensary for a camp containing 500
or more persons, if there is no Government or other private dispensary suitable within 8 kms from the
camp. In case of emergency the contractor shall arrange at his cost of transport for quick medical help
to his sick worker.
(e)
The contractor shall provide the necessary staff for effecting satisfactory drainage system and
cleanliness of the camp to the satisfaction of the Engineer. At least one sweeper per 200 persons should
be engaged.
(f)
The Assistant Director of Public Health shall be consulted before opening a labour camp and his
instructions on matters such as water supply, sanitary convenience, the camp site accommodation and
food supply shall be followed by the contractor.
(g)
The contractor shall make arrangement or all anti-malarial measures to be provided for the labours
employed on the work. The anti-malaria measures shall be provided as directed by the Assistant
Director of Public Heath.
34.
SAFETY CODE
Suitable scaffolds shall be provided for workmen for all works that can not safety be done from the
ground or from solid construction except such short period work as can be done safely from ladders. When
ladder is used an extra mazdoor shall be engaged for holding the ladder and if the ladder is used for caring
materials as well, suitable footholds and handholds shall be provided on the ladder and the ladder shall be given
an inclination not steeper than 1 to 4 ( 1 horizontal and 4 vertical).
Scaffolding or staging more than 3.25 meters above the ground of floors, swing and suspended from an
overhead support or erected with stationary support, shall have a guard rail properly attached, bolted, braced
and otherwise assured at least one meter high above the floor or platform of such scaffolding or staging and
Contractor
82
University Engineer
extending along the entire length of the outside and ends thereof with only such opening as may be necessary
for the delivery of materials. Such scaffolding or staging shall be so fastered as to prevent it from swaying from
the building or structure.
Working platform, gangways and stairways shall be so constructed that they do no sagunduly or is more
than 3.25 meters above ground level or floor level. It shall be closely boarded, have adequate width and be
suitably fenced as described in 2 above.
Every opening in floor of the building or in a working platform shall be provided with suitable protection
to present fall of persons or materials by providing suitable fencing or railing with minimum height of 1 meter.
Safe means of access shall be provided to all working platform and other working places. Every ladder
shall be securely fixed. No portable single ladder shall be over 9 meters in length with between side rails in rungs
ladder shall in no case to less than 30 cms. for ladders up to and including 3 meters in length. For longer ladders
this width shall be increased at least 6 mm for each additional 30 cms. of length. Uniform step spacing shall not
exceed 30 cms.
Adequate precautions shall be taken to prevent danger from electrical equipment. No materials on any of
the sites shall be stacked or placed as to cause danger or inconvenience to any person or the public. The
contractor shall provide all necessary fencing and lights to project public from accident and shall be bound to
bear expenses of defence of every suit, action or other proceeding at law that may brought by any person for
injury sustained owing to neglect of the above precaution and to pay any damages and costs which may be
awarded in any such suit action or proceedings to any such persons or which may with the consent of the
contractor, to be paid to compromise any claim by any such person.
35.
EXCAVATION AND TRENCHING
All trenches, 1.5 meters or more in depth, shall at all times be supplied with at least one ladder for each
30 meters in length of fraction thereof. Ladder shall be extended from bottom of trench to at least 1 meter above
surface of the ground, sides of a trench which is 1.5 meters or more in depth shall be, bracing, so as to avoid the
danger of the sides collapsing. Excavated materials shall not be placed within 1.3 meters of edge of trench or
half of depth of trench, whichever is more cutting shall be done from top to bottom under no circumstances
shall undermining or undercutting be done.
36.
DEMOLITION
Before any demolition work is commenced and also during the process of the work.
(a) All roads and open area adjacent to the work site shall either the closed or suitably protected.
(b) No electric cable or apparatus which is liable to be a source on danger or a cable or apparatus used by
operator shall remain electrically charge.
(c) All practical steps shall be taken to prevent danger to person employed, from risk or fire of exposing or
hooding. No floor, roof or other part of a building shall be so overloaded with all necessary personal
safety equipment as considered adequate by the Engineer-in-charge shall be available for use of
persons employed on the site and maintained in a condition suitable for immediate use and the
contractor shall take adequate step to ensure proper use of equipment by those concerned.
(a)
Workers employed on mixing asphaltic materials cement and lime morters concrete shall be provided
with protective footwear and protective goggles.
(b)
Those engaged in handling any materials, which is injurious to eyes shall be provided with protective
goggles.
(c )
Those engaged in weld ling works shall be provided with welder's protective eyeshields.
Contractor
83
University Engineer
(d)
Stone breakers shall be provided with protection goggles and protective clothing and seated at
sufficiently safe intervals.
(e)
When workers are employed in sewers and manholes which are in use. The contractor shall ensure that
manhole covers are opened and manhood at least for an hour before workers are allowed to get into
them. Manholes pened shall be cordened off with suitable railing and provided with warning signals or
boards to prevent accident to public.
(f)
The contractor shall not employ men below the age of 18 and women on the work of painting with
products containing lead in any form wherever men above the age of 18 are employed on the work of
lead painting the following precautions shall be taken.
(g)
When work is done near any place where there is risk of drown in all necessary equipment shall be
provided and kept ready for use and all necessary steps take for prompt rescue of any person in danger
and adequate provision made for prompt first aid treatment of all injuries likely to be sustained during
the course of the work.
(1)
No paint containing lead or lead product shall be used except in the form of past or readymade paint
(2)
Suitable face masks shall be supplied for use by workers when paint is applied in the form of spray or
a surface having lead paint dry rubbed and scrapped.
(3)
Overalls shall be supplied by the contractor to workmen and adequate facilities shall be provided to
enable working painters to wash during and on cessation of work.
Use of hoisting machines and shackle including their attachments, anchorage supports shall
confirm to the following :(a) (i)
These shall be of good mechanical construction round materials and adequate strength
, and free from potent defects and shall be kept in good repair and in good working
order.
(ii)
Every rope used in hoisting or lowering materials or as a means of suspension shall be
of durable quality and of adequate strength and free from potent defect.
(b)
Every crane driver or hoisting, appliance operator shall be properly qualified and no
person under the age of 21 years shall be in charge of any hoisting machine including
any scaffolding.
(c)
In case of every hoisting machine and of every chain ring hook, shackle ownel and
pulley block used in hoisting or lowering or as means of suspension safe working load
shall be ascertained by adequate means. Every hoisting machine and all gear referred
to bove shall be paintly marked with safe working load.
In case of a hoisting machine having a variable safe working load, each safe working load and the
conditions under which it is applicable shall be clearly indicated. No part of any machine or of any
gear referred to above in this paragraph shall be loaded beyond safe working load except for the
purpose of testing.
(d) In case departmental machines safe working load shall be notified by the Engineer-in-charge. As
regards contractor's machines the contractor shall notify safe working load of each machine to the
Engineer-in-charge whenever, he brings it to site of work and get it verified by the Engineer- in-charge.
Motors, gearing transmission, electric wiring and othe dangerous parts of hoisting appliances shall be
provided with descent of load. Adequate precautions shall be taken to reduce to the minimum the risk of any
part of a suspended load becoming accidentally displaced when workers are employed. On electrical
installations which are already energised insulating materials wearing approved such as gloves, sleeves and
coats as may be necessary, shall be provided. Workers shall not wear any rings, watches and carry keys or other
materials which are good conductors of electricity.
Contractor
84
University Engineer
All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in a safe
condition and no scaffold ladder or equipment shall be altered or removed while it is in use. Adequate washing
facilities shall be provided at or near places of work.
These safety provisions shall be brought to the notice of all concerned by display on a notice board at a
prominent place at the work spot persons responsible for ensuring compliance with the safety code shall be
named therein by the contractor.
(1)
To ensure effective enforcement of the rules and regulations relating to safety precautions, arrangements
made by the contractor shall be open to inspection by the Engineer-in-charge or his representative and the
inspecting officers.
(2)
Failure, to comply with the provision hereunder shall make the contractor liable to pay to the Department
as penalty an amount not exceeding Rs. 50 for each default and decision of the Engineer -in-charge shall
be final and binding.
Notwithstanding the above conditions 1 to 14 the contractor is not exempted from the operation of any
other Act for Rules enforce.
3.7 SCOPE OF RATES FOR DIFFERENT ITEMS OF WORK
For item rate contracts, the contract unit rates for different items of work shall be payment in full for
completing the work to the requirements of the specifications including full compensation for all the operations
detailed in the relevant sections of these specifications under "Rates". In the absence of any directions to the
contrary, the rates are to be considered as the full inclusive rate for finished work covering all labour, materials,
wastage, temporary work, plant, equipment, overhead charges and profit as well as the general liabilities,
obligations and risks arising out of the General Conditions of Contract.
The item rates quoted by the contractor shall, unless otherwise specified, also include compliance
with/supply of the following :(1) General works such as setting out, clearance of site before setting, out and clearence of works after
completion.
(2)
A detailed programme for the construction and completion of the works (using CPM/PERT techniques)
giving, in addition to construction activities, detailed network activities for the submission and approval
of materials, procurement of critical materials and equipment, fabrication of special products /
equipments and their installation and testing and for all activities of the employer that are likely to
effect the progress of work, etc. including updating of all such activities on the basis of the decisions
taken at the periodic site review meeting or as directed by the Engineers.
(3)
Samples or various materials proposed to be used on the work for conducting test their on as required as
per the provision of the contract.
(4)
Design of mixes as per the relevant clauses of the specifications giving proportions of ingredient, sources
of aggregates and binder alongwith accompanying trial mixes as per the relevant clauses of these
specifications to be submitted to the Engineer for his approve before use of the works.
(5)
Detailed design calculations and drawings for all temporary works (such as form work, staging, centering
specialised constructional handling and launching equipment and the like).
(6)
Detailed drawings for templates, support and end anchorage, details for prestressing cable profiles, bar
bending and cutting schedules for reinforcement, materials lists for fabrication of structural steel etc.
(7)
Steel test reports for all mild and high-tensile steel and cast steel as per the relevant provisions of the
specifications.
(8)
Testing of various finished items and materials including bitumen, cement, concrete, bearings as required
under these specifications and furnishing test reports/certificates.
(9)
Inspection Reports in respect of form work stagging, reinforcement and other items of work as per the
relevant specifications.
Contractor
85
University Engineer
(10) Any other data which may be required as per these specifications or the conditions of contract or any other
annexure/schedules forming part of the contract.
(11) Any other item of work which is not specifically provided in the Bill of Quantities but which is necessary
for complying with the provisions of the contract; and
(12) All temporary works, form work and false work.
Potions of road works beyond the limits and or any other work may be got constructed by the
Employer directly through other agencies. Accordingly, other agencies employed by the employee way be
working in the vicinity of the work being executed by the contractor. The contractor shall liaise with such
agencies and adjust his construction programme for the completion of work accordingly and no claim or
compensation due to any reason whatsoever will be entertained on this account. The Employer will be
indemnified by the contractor for any claims for any claims form other agencies on this account.
38. PAYMENTS
(a) Running Bills
Two payments in a month will be granted by the Engineer-in-charge is the progress is satisfactory
Contractor should submit bills to the Engineer-in-charge in appropriate forms.
(b) Final Bill
The contractor should submit final bill within one month after completion of the work and the same will
be paid within 3 months if it is in order. Disputed item and claims, if any, shall be excluded form the final
bill and settled separately later on.
39. HANDING OVER OF WORK
All the works and materials before finally taken over by University will be the entire liability of the
contractor for guarding, maintaining and making good any damages of any magnitude interim payments made
for such work will not alter this position.
40. CLAIMS
Bill for extra work or for any claim shall be paid separately apart from the interim bills for the main work.
The payment of bills for the main work shall not be withheld for want of decision or the extras or claims not
covered in the appendices.
Claims for extra work shall be registered within 30 days of occurrence of the event. However bills for
these claims including supporting date/details may be submitted subsequently.
41. QUALITY ASSURANCE AND MAINTENANCE
(for works costing more than 100 lakhs)
Ensure the specified quality of work which will also include necessary surveys, temporary works etc.
the contractor shall prepare a quality assurance plan and get the same approved from the Engineer- in-charge
within one month from the date of work order. For the, the contractor shall submit an organisation chart of his
technical personnel to be deployed on the work along with their qualification, job descriptions defined the
functions of reporting, supervising, inspecting and approving. The contractor shall also submit list of tools,
equipment and the machinery and instrumentation which he proposed to use for the construction and for testing
in the field and/or in the laboratory and monitoring. The contractor shall modify /supplement the organisation
chart and list of machinery, equipment etc. as per the directions of the Vice-Chancellor and shall deploy the
personal and equipment on the field as per the approved chart and list respectively. The contractor shall submit
written method statements detailing his exact proposals of execution of the work in accordance with the
specification. He will have to get these approved from the Engineer-in-charge. The quality of the work shall be
properly documented through certificate, records, checklists and logbooks of results etc., such records shall be
complied from the beginning of the work and be continuously updated and supplemented and this will be the
responsibility of the contractor. The forms should be got approved from Engineer-in-charge.
Where the work is to be done on lump sum basis on contractor's design the contractor shall also prepare
and submit maintenance manual giving procedure for the maintenance with the periodicity of maintenance works
including inspection, tools and equipment to be used, means of accessibility for all part of the structure. He shall
also include in the manual, the specifications for maintenance work that would be appropriate for his design and
technique of construction. This manual shall be submitted with in this contract period.
Contractor
86
University Engineer
42. DRAWINGS
Contract Drawings
The Contract Drawings for the tendering propose with the tender documents shall be used as a
reference only. Contractor should visualize the nature of the type of the work contemplated and to ensure that
the rates and price quoted by him in the bill of quantities take due consideration of complexities of work
involved during actual execution/construction as experienced contractors in the field.
The tendered rates/prices for the work shall be deemed in include the cost of preparation, supply the
delivery of necessary drawings, prints, tracings and negatives which the contractor is required to provide in
accordance with the contract.
43. DOCUMENTATION
If so ordered by the Engineer-in-charge the contractor will prepare drawings of work at constructed and
will supply original and three copies to the Engineer who will verify and certify these drawings. Final as
constructed drawings shall then be prepared by the contractor and supplied in triplicate along with a microfilm of
the same to the Engineer for the record and reference purposes at the contractor's cost.
43.1 PHOTOGRAPHS
The contractor shall take photographs at his own cost in 8"x10" glossy black print of each picture with a
date of exposure with 2 copies of each setting and shall handover to the Site Engineer along with the negative to
depict part of the work from time to time. The frequency of such photographs will be dependent upon the rate of
progress of work. Minimum one photograph per month will generally be required, but this many change or alter
as per the specific instructions of the Architects from time to time. In case more copies or setting than this are
required in the opinion of the architect the same shall also be provided by the Contractor as and when required
at an extra rate to be agreed mutually with the University. The photographs shall be handed over to the
University with negatives and shall become the property of University.
44. CHANGE OF CEMENT CONTENTS ETC :
The tendered rates for any item, involving the use of cement shall apply to the quantity of cement
specified for the mix for that item in the specifications. If for any reasons/except those required for
compensating the deficiencies, in the components, the cement content and properties are altered by the Engineer
(Engineer-in-charge) at any time or from time to time the tendered rates for that particular item and quantity or
quantities, shall be duly enhanced or reduced only to account for the addition or reduction in cost of the cement
content from that schedule 'A' of the contract plus 10 per cent to cover all other incidental charges whatever.
Likewise if any additives compounds water proofing materials etc., are ordered by the Engineer to be added to
the mortar or concrete, no extra rate shall be payable for this change which shall be carried out as per directions
of the Engineer-in-charge provided cost of such additives etc. is borne by University of these are supplied free
of costs to contractor at site by the Government.
45. CEMENT CONCRETE
45.1 General
(a)
All concrete shall be controlled and machine mix unless otherwise directed by Engineer-in-charge. For
controlled or high grade concrete, the grading of aggregates shall be got approved from the Engineer.
(b)
The correct proportions and the total amount of water for the mix will be determined by means of
preliminary tests and shall be got approved by the Engineer. However, such approval dose not relieve the
contractor from his responsibility regarding the minimum works strength requirement work test shall be
taken in accordance with relevant codes specifications. All proportioning of aggregates shall be done by
weight if so ordered by the Engineer.
(c)
All mixing shall be done by mechanical means in approved mixers. The Engineer may at his discretion,
allow in writing hand mixing of concrete for minor items where small quantities are involved but in that
case the contractor shall increase the cement content of the mixture by 10 per cent without any extra cost.
(d)
The form work used shall be made preferably of steel or with lining of steel. Wooden shuttering may be
allowed at the discretion of the Engineer, e.g. lintels, small slabs and beams coping etc.
Contractor
87
University Engineer
(e)
The concrete shall be mechanically vibrated for proper compaction by the method approved by the
Engineer.
(f)
The concrete shall be cured only by a sweet portable water for full 21 days after the time or the period
specified in the detailed specification or as maybe directed by Engineer-in-charge.
45.2 FORM WORK AND STAGING FOR BRIDGE STRUCTURES
45.2.1
For bridge structure, forms or concrete shall be constructed of mild steel plates or marine plywood and
be of substantial and rigid construction true to shape and dimensions shown on the drawings. Where
metal forms are used all bolts and rivets shall be counter sunk and well ground to provide a smooth
plane surface.
45.2.2
Forms shall be mortar tight and shall be sufficiently, rigid by the use of ties and bracing to prevent
any displacement of sagging between supports. They shall be strong enough to withstand all
pressure, ramming and vibration, without deflection from the prescribed lines occurring during and
after placing the concrete and shall be tight enough to prevent any appreciable loss of concrete during
vibration. Screw jacks or hard wood wadges where required shall be provided to make up any
settlement in the form before or during the placing of concrete.
45.2.3
Schedule camber shall be provided in horizontal members of structures, specially in long spans to
counter act the effects of any deflection. The form work shall be so fixed as to provide for such
camber.
45.2.4
Forms shall be constructed as to be removal in sections in the desired sequence without damaging the
surface of concrete or disturbing other sections
45.2.5
Number of sets of staging and shuttering and equipment.(For bridge works only)
In order to ensure completion of bridge within the stipulated period, the contractor shall have to arrange
a minimum number of sets of staging and shuttering as well as equipment of the required size for
different components as stipulated hereunder:
(i)
(ii)
(iii)
For Well foundations
(a) Staging and shuttering Sets.
(b) Equipment Sets.
For other items of substructure
(a) Staging and shuttering Sets.
(b) Equipment Sets.
For superstructure
(a) Staging and shuttering Sets.
(b) Equipment Sets.
Use of slip form shuttering wherever feasible will be preferred.
45.2.6
Forms shall be constructed so as to be removable in sections in the desired squence without damaging
the surface of concrete or disturbing other sections.
46. SETTING OUT,
(I)
46.1
ROAD WORKS
The contractor shall establish working bench marks in the area soon after taking possession of the site.
The reference Bench mark for the area shall be as indicated in the Contract Documents. The working
bench marks shall be at the rate of four per KM and also at or near all drainage structures over bridge
and underpasses. The working bench marks/levels should be got approved from the Engineer. Checks
must be made on these bench marks once every month and adjustments, if any, got agreed with the
Engineer and recorded an upto date record of all bench mars including approved adjustment, if any,
shall be maintained by the Contractor and also a copy supplied to the Engineer for his record.
Contractor
88
University Engineer
46.2
The lines and levels of formation, side slopes, drainage, carriageways and shoulders shall be carefully
set out and frequently checked, care being taken to ensure that correct gradients and cross sections are
everywhere obtained.
46.3
In order to facilitate the setting out of the works, the centre line of the carriageway of highway must be
accurately established by the contractor and approved by the Engineer. It must then be accurately
referenced in a manner satisfactory to the Engineer, every 50 m. intervals in plain and rolling terrain
and 20 m. intervals in hilly terrain and in all curve points as directed by the Engineer, with marker pegs
and change boards set in or near the fence line, and a schedule of reference dimensions shall be
prepared and supplied by the contractor to the Engineer. The markers shall be maintained until the
works reach finished formation level and are accepted by the Engineer.
46.4
On construction reaching the formation level stage the center line shall again be set out by the
contractor and when approved by the Engineer shall be accurately referenced in a manner satisfactory
to the Engineer by maker pages set at the outer limits of the formation.
46.5
No reference peg or marker shall be moved or withdrawn without the approval of the Engineer and no
earthwork or structural work shall be commenced until the centre line has been referenced.
46.6
The contractor will be the sole responsible party for safeguarding all survey monuments, bench marks,
beacons, etc. The Engineer will provide to contractor with the data necessary for the setting out of the
center line. All dimensions and levels shown on the drawings or mentioned in documents forming part
of or issued under the contract shall be verified by the contractor on the site and he shall immediately
inform the Engineer of any apparent errors or discrepancies in such dimensions or levels. The
contractor shall after or in connection with setting out of the center line, survey the terrain along the
road and shall submit to the Engineer for his approval, a profile along the road center line and cross
sections at intervals as required by the Engineer.
46.7
After obtaining approval of the Engineer, work on earth work can commence and the profile and cross
sections shall form the basis for measurements and payment. The contractor is responsible for
checking that all the basic traverse points are in place at the commencement of the contract and if any
are missing, or appear to have been disturbed the contractor shall make arrangements in reestablish
these points. A "Survey file" containing the necessary data will be made available for this purpose. If
in the opinion of the Engineer, design modifications of the centre line or grade are advisable, the
Engineer will issue detailed instructions to the contractor and the contractor shall perform the
modifications in the field, as required and modify the ground levels on me cross sections accordingly
as many times as required. There will be no separate payment for any survey work performed by the
contractor. The cost of these services shall be considered as being included in the cost of the items of
work in the Bill of Quantities.
46.7
The work of setting out shall be deemed to be a part of general works preparatory to the execution of
work and no separate payment shall be made for the same.
(II) SETTING OUT FOR (BUILDING WORKS)
The Engineer-in-charge shall furnish the contractor with only the four comers of the works site and a
level bench mark and the contractor shall set out the works and shall provide an efficient staff for the purpose
and shall be solely responsible for the accuracy of such setting out.
The contractor shall provide, fix and be responsible for the maintenance of all stakes, templates, level
marks, profiles and other similar thing and shall take all necessary precautions to present their removal or
disturbance and shall be responsible for me consequence or such removal or disturbance should the same take
place and for their efficient and timely reinstatement. The contractor shall also be responsible for the
maintenance of all existing survey marks, boundary marks, distance marks and centre marks, either existing or
supplied and fixed by the contractor. The work shall be set out to the satisfaction of the Engineer-in-charge. The
approval thereof or joining with the contractor by the Engineer-in-charge in setting out the work shall not
relieve the contractor of any of his responsibilities.
Before beginning the work the contractor shall at his own cost provide all necessary reference and
level posts, pegs, bamboos, flags, ranging roads, strings and other materials for proper layout of the work in
accordance with the scheme for bearing marks acceptable to the Engineer-in-charge. The centre, longitudinal of
Contractor
89
University Engineer
face lines and cross lines shall be marked by means of small masonary pillars. Each pillar shall have distinct
mark at the centre to enable theodolite to be set over it. No approved by the Engineer-in-charge in writing but
such approval shall not relieve the contractor of any of his responsibilities. The contractor shall also provide all
labour, material and other facilities, as necessary for the proper checking of layout and inspection of the points
during construction.
Pillars bearing geodetic marks located at the sites of units of works under construction should be protected
and fenced by the contractor.
On completion of works, the contractor must submit the geodetic documents according to which the work
was carried out.
(II) SETTING OUT FOR (BRIDGE WORKS)
Immediately on receipt of the work order, the Contractor shall at his own expense clean the site and
take up a provisional and final setting out and lining out of the work under the supervision of his responsible
representative and shall provide necessary material, labour, tools, instruments, etc. required for the same.
One tentative abutment location will be indicated by the Engineer-in-charge and the center line of the
bridge shall be defined by him the contractor will then have to fix up the location of the other abutment. The
abutment location will then be verified by the Department and may be adjusted. Once the final location of
abutments is so finalised, it will be the contractor's responsibility to line out and locate the remaining
foundations.
The Contractor shall be responsible for true and proper setting out the works and for the correctness of
the positions, level dimensions and arrangements of all parts of works, and for providing all necessary
instruments, appliances and labours in connection therewith at his own cost. Officers may assist the contractor in
proper setting out. Government instruments may be allowed to be used for setting out of work for which no cost
shall be recovered from the contractor. If at any time during the progress of work, any errors arise in regard to
levels or dimensions or alignment of any part of the work, rectification thereof, on being required to do so, will
be carried out by the contractor at his own cost, unless such errors are based on incorrect data, supplied in
writing, by the Engineer or his authorised representative in which case the expenses of the rectification shall be
refunded by Government.
The checking of any setting out or checking of levels by the Engineer or his authorised representative
shall not in any way relieve the contractor of his responsibility for the correctness thereof. The contractor shall
carefully protect and preserve all bench marks, site rails, pegs and other things used in setting out or works.
Contractor
90
University Engineer
Statement showing theoretical rates of consumption of cement for various items accompaniment to
circular recorded under Superintending Engineer, P.W.D. Circle, Ratnagiri‟s No. RC/DB/6727, dated 911-1984
Sr.
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
Item in Brief
Unit
(A) PLASTERING
6mm Thick Cm 1:3
6mm Thick Cm 1:4
12mm Thick Cm.1:3
12mm Thick Cm.1:4
12mm Thick Cm 1:5
20mm Thick Cm 1:3
20mm Thick Cm 1:4
20mm Thick Cm 1:5
25mm Thick Cm 1:4
sand faced plaster
Rough cast plaster
BB coba 112mm Avg. Thickness water proofing treatment Thick Cm 1:3
Damp proof course 40 mm Thick
50 mm Thick Cement Mortar 1:8 below plinth beam
25 mm Thick C.M. 1:3
BB coba in sunk C.M.1:3
50 mm Thick CM.for R.C.C jali
Surface drain 12" wide and 18 " average depth Cement Concrete Flooring
Cement Concrete Flooring 1:2:4
Cement Concrete Flooring 1:2:3
450 mm (18" dia)
600 mm (24" dia)
750 mm(30" dia)
900 mm(36" dia)
1200 mm(48" dia)
300 mm and 150 mm dia
Stone ware pipes with P.C.C
Stone ware pipe / C.I. Pipes without P.C.C
Intercepting Chamber (Sewer Trap)
Circular Manhole (45 cm. dia)
W.H. Basin / Sink
Steel Ladder fixing
RCC M-20 grade concrete for slab, columns , footings, beams, Chajja,
pardi porch etc .(minimum Cement required)
R.C.C. M-15 Concrete Grade
Tuck pointing for stone masonry
pointing C.M. 1:3 for stone masonry
(a) pointing C.M.1:3 for brick masonry
Flooring of all types of tiles
Shahabad stone flooring
White glazed tile for flooring and dado
Cement concrete flooring C.C. 1:2:4 (40mm. th)
Contractor
Cement
Consumption
in Bags
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Cu. M
Sq. M.
Rg. M
Sq. M.
Sq. M.
Rg. M
Rg. M
Rg. M
Rg. M
Rg. M
Rg. M
Rg. M
Rg. M
NO
NO
NO
NO
Cu. M.
0.065
0.054
0.129
0.107
0.097
0.194
0.14
0.13
0.20
0.25
0.25
0.55
0.25
0.225
0.28
4.00
0.10
1.50
0.365
0.406
0.12
0.16
0.20
0.22
0.26
0.10
0.25
0.10
3.90
6.70
0.10
1.00
7.00
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
bags
Cu. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
Sq. M.
6.00
0.05
0.025
0.03
0.135
0.135
0.20
0.24
bags
bags
bags
bags
bags
bags
bags
bags
91
University Engineer
Sr. No.
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
Item in Brief
Cement concrete flooring C.C. 1:2:4 (50mm. th)
Dado with all type of tiles
Dado with Shahabad stone
Fixing W.C. pan with flushing cistern
Fixing gully trap including C.C. bedding etc.
Inspection chambers including C.C. bending brick masonry plastering
and channels, etc
(a) 600mm x 450 mm
(b) 900mm x 450 mm
Fixing Nahani Trap
(B) C.D. WORKS
Trap stone / Lat. stone paving in C.M. 1:3
C.M. Coping (1:3) 45 cm. wide and 5 cm. thick
laying I.R.S. pipes ( NO. 3 )
(a) 450mm. dia (18")
(b) 600mm. dia (24")
(c) 900mm. dia (36")
(c)BRIDGES
U.C.R. masonry in C.M. 1:5 for foundation
Laterite masonery on C.M. : 1:6
C.C. M-150 for bottom plug well/pile caps, pier caps, well curb, blocks
ballast wall, kerb , Box retums, etc.
C.C. 1:3:6 for foundation top plug cast in situ piers /abutements etc.
M-200 for wall curb, stening, per caps ballast wall, kerb box retums
M-100 foe well stening bottom plug etc.
(a) C.R. masorny in C.M. 1:5 with C.P.1:3 on outside for abutements
retums wings parapet etc.
(b) C.R. masorny in C.M. 1.5 with C.P. 1:3 on outside for pipes
C.C. 1:3:6 with plums (15%) for abutements, retums, wings, piers etc.
M-250 for blocks bellow bearing
C.C. 1:2:4 for solid slab, deck, slab, arches
R.C.C. parapet
Fixing marble tablet
Railing with R.C.C. posts
Contractor
Sq. M.
Sq. M.
Sq. M.
NO
NO
Cement
Consumption
in Bags
0.30 bags
0.185 bags
0.185 bags
0.25 bags
1.20 bags
NO
NO
NO
2.40 bags
3.60 bags
0.10 bags
Sq. M.
Rg. M
0.48 bags
0.19 bags
Rg. M.
Rg. M.
Rg. M.
0.30 bags
0.38 bags
0.77 bags
Cu. M.
Cu. M.
Cu. M.
1.70 bags
1.05 bags
6.00 bags
Cu. M.
Cu. M.
Cu. M.
4.40 bags
7.80 bags
3.60 bags
Cu. M.
1.87 bags
Cu. M.
Cu. M.
Cu. M.
Cu. M.
Cu. M.
Rg. M.
Rg. M.
3.00 bags
3.80 bags
11.20 bags
6.00 bags
0.80 bags
0.26 bags
0.21 bags
Unit
92
University Engineer
SCOPE OF WORK
Contractor
93
University Engineer
SCOPE OF WORK & SITE CONDITION
NAME OF WORK :
PROVIDING
AND
ERECTING
PRE-COATED
G.I.
SHEET
ROOFING FOR FACULTY TWO BLOCK AND THREE BLOCK
BUILDING AT DAPOLI
The proposed work is for PROVIDING AND ERECTING PRE-COATED
G.I. SHEET
ROOFING FOR FACULTY TWO BLOCK AND THREE BLOCK BUILDING AT DAPOLI The site
is situated in Dapoli city
The scope of work is as follows.
1)
R.C.C work for columns, beam, slab as per approved design and drawing
Reinforced concrete is proposed in M-25 grade as per guidelines of IS : 456-2006.
2)
Brick masonry 23 cm thick for outer wall.
3)
Sand faced plaster for external side and 25/20 mm thick plaster for internal plaster.
4)
Doors :-
i) Solid core flush doors. Shutter with frame of granite or as directed
ii) 50 x 50 x 8 gauge chain link for fixing window opening.
5)
Plumbing :- 110 mm dia rain water pipe 150 mm dia a half round poll Painting
work exterior and inner.
6)
Any other item not included above but included in Schedule “B”.
7)
Water and Labour are available with in the vicinity of work, however contractor
should consider the facts before quoting the tender.
8)
Contractor have to arrange his own electricity at site.
Contractor
Contractor
No. of Corrections
University Engineer
94
University Engineer
ADDITIONAL
CONDITIONS FOR
MATERIAL TO BE
BROUGHT BY
CONTRACTOR
Contractor
95
University Engineer
ADDITIONAL CONDITIONS FOR MATERIALS
(CEMENT, HYSD/T.M.T./MILD STEEL BARS, HIGH TENSILE STEEL BARS) ETC.
BROUGHT BY CONTRACTOR
1)
All the materials such as cement, MILD/HYSD steel bars, Granite, Mosaic, Kota,
Tiles and Electrical item etc. required for execution of work shall be brought by
the contractor at his own cost.
2)
The contractor shall maintain the record of these materials (cement, steel, bulk
asphalt etc.) in the prescribed proforma and registers as directed by Engineer-incharge. The sample of prescribed proforma is attached at the end (Page No 137 to
141). These registers shall be signed by both, the contractors and representative of
the Engineer-in-charge. These registers shall be made available for inspection,
verification for the Department as and when required. These registers shall be in
the custody of Department, and shall be maintained by the Department. The
Contractor shall submit periodically as well as on completion of work, an account
of all materials used by him on the work. In addition, a separate register shall be
maintained on site for recording daily item wise asphalt, cement consumption and
also item wise consumption of other materials. This shall be signed daily by
contractor or his representative and representative of Engineer-in-charge.
3)
The material required only for this work shall be kept in the godown at site. No
material shall be shifted outside of the godown site except for the work for which
this agreement is entered, without prior approval of the Engineer-in-charge.
4)
The materials i.e. cement, steel, Granite, Mosaic, Kota, Tiles and Electrical/
Plumbing Item etc. brought on the work site shall be accompanied with necessary
company / manufacturing firm‟s test certificates. In additions these materials shall
be tested as per frequency prescribed by the department and the cost of such
testing shall be borne by the contractor. If the test results are satisfactory, then and
then only the material shall be allowed to be used on the work. If the test results
are not as per standards prescribed, these materials shall be immediately removed
from the work site at contractor‟s cost. In case of cement, if so requested by the
contractor in writing, material shall be allowed to be used before receipt of test
results but this will be entirely at the risk and cost of the contractor.
5)
The contractor shall produce sufficient documentary evidence i.e. bill for the
purchase, Octroi receipts etc., bill for the purchase of materials brought on the
work site at once if so requested by the Department.
6)
All these materials i.e. cement, steel, etc. shall be protected form any damages,
rains etc. by the contractor at his own cost.
Contractor
Contractor
No. of Corrections
University Engineer
96
University Engineer
7)
The contractor will have to erect temporary shed of approved specifications for storing
of above material at the work site at contractor‟s cost having double locking
arrangement ( By double lock it is meant that godown shall always be locked by two
locks one lock being owned and operated by the contractor and other by Engineer In
charge or his authorized representative ) and the doors shall be openable only after the
both locks are opened.
8)
If required the weight of cement bags, steel etc brought by contractor at his own cost
9)
The contractor shall not use cement and other materials for the item to be executed out
the scope of this contract accept for such ancillary small items as are connected and
absolutely necessary for this work as may decided by Engineer In charge
The Government shall not be responsible for the loss in cement, steel, granite,
marbles, tiles and electrical/plumbing items during transit to work site.
The cement brought by the contractor at the work site store shall mean 50 kg,
equivalent to 0.0347 cum. Per bag by weight . The rate quoted should correspond to
this method by reckoning. In case of ordinary/ controlled concrete, if cement is found
short, the shortage / shortages will be made good by the contractor at his cost.
10)
11)
INDEMNITY
The condition regarding indemnity as defined on page no 96 at sr no 4 will be applied
mutatis mutandis in case of materials bought by contractor at the site for the execution
of work being executed under this contract.
12)
In case the materials brought by the contractor become surpluses owing to change in
the design of the work the materials should be taken back by the contractor at his own
cost after prior permission of Engineer In charge
13)
All empty bags or empty asphalt drums shall be the property of the contractor and
same shall be removed immediately after completion of work.
Contractor
97
University Engineer
ADDITIONAL
SPECIFICATIONS
Contractor
98
University Engineer
ADDITIONAL SPECIFICATIONS
The contractor shall achieve that following requirements in respect of quantity of work
and his contract rate shall provided for the same.
1.1 ADMIXTURES :
Whenever necessary the admixture should be used to achieve the required workability.
The type of admixture should be got approved from Engineer-in-charge. The rate is
inclusive of all admixtures etc. if found necessary.
1.2
CEMENT IN CONCRETE :
For this purpose the conditions mentioned in additional specifications on Page 119 to
139 shall be applicable.
1.3
WATER / CEMENT RATIO :
For high quality concrete of low permeability, the water/cement ratio shall be as per IS
456 and mix design, more than 0.45 and preferably 0.40 or less subject to the
attainment of adequate workability.
1.4
CURING FOR CONCRETE :
Special attention shall be paid to curing of concrete in order to ensure maximum
durablity and no minimize cracking. Concrete shall be cured with fresh water
whenever it is possible to ensure that the concrete surface cab be kept wet despite
wind, etc. care shall be taken on avoid rapid lowering of concrete temperatures caused
by applying cold water to hot concrete surface (themal shock) Sea water shall not be
used for curing reinforced concrete or prestressed concrete. Where there is doubt about
the ability to keep concrete surface permanently wet for the whole of the curing period
heavy duty membrances curing compound shall be used.
1.5
CONCRETE COVER TO REINFORCEMENT :
(i)
The cover concrete must be of the same quality, impermeability and strength as
the rest of the concrete. Special mix design should be carried out for the
concrete to be used for making concrete cover blocks.
Contractor
Contractor
No. of Corrections
University Engineer
99
University Engineer
(ii)
The concrete cover must develop sufficient alkalinity, and protect the steel.
The alkalinity developed shall not be less than 0.04 N and shall not more than
0.08 N.
(iii)
The cover must be uniform throughout and it‟s thickness shall be exclusive of
plaster or other decorative finishes.
(iv)
The concrete cover shall be as per the relevant clause of IS codes. In the case
of poles the cover thickness shall be separately decided by the Engineer-incharge.
1.6
DETAILING OF MISCELLANEOUS ITEM :
Binding Wires : All ends of biding wires shall be carefully turned inwards so that
they do not project out of concrete and start rusting action. Plastic coated galvanised
wires shall be used. Wherever possible polythene binding string and polythene bar
grips shall be used, after making sure that these do not result in loss of bond or
chemical reaction with concrete. The use is subject to approval of Engineer-in-charge.
1.7
BAR SPACING : As per relevalnt I.S. codes and as detailed design drawing or as
directed by Engineer-in-charge.
1.8
HOLLOWS IN CONCRETE: After concreting is complete the concrete surface
articularly where there is congestion of reinforcement, shall be tested by light
hammering of if possible by Schmidtz hammer. Any portion showing signs of
hollowness should be grouted immediately.
SPECIFICATION FOR FORMWORK AND STEEL, CENTERING :I)
1.1
FORMWORK :
Formwork: Formwork shall include all temporary forms of moulds required for
forming the concrete which is cast-in-situ, together with all temporary construction
required for their support. Unless otherwise stated all formwork shall conform to I.S.
specification.
1.2
Design of Formwork: Formwork including complete false work shall be designed by
the contractor in accordance with I.S.: 2750 (1964), 4041 (1987) and all other relevant
from Engineer before any formwork is taken up.
Contractor
100
University Engineer
Contractor
1.3
No. of Corrections
University Engineer
The contractor shall entirely be responsible for the adequancy and safety for false
work not-withstanding any approval or review by the Engineer of his drawing and
design. Proprietary system of formwork if used a detailed information shall be
furnished to the Engineer for approval.
2)
QUALITY OF SHUTTERING : The shuttering shall have smooth and even surface
and its joints shall not permit leakage of cement slurry.
2.1
Ply-board shuttering material to be used the steel shuttering/marine plywood well
seasoned free from projecting nails, splits or other defects that may mark on the
surface of concrete. It shall not be so dry as to absorb water from concrete, or so green
or wet as to shrink after erection. Mild steel plates or plywood shall be used for slab
and beam bottoms.
2.2
The timber shall be accurately spawned planed on the sides and the surface coming in
contact with concrete.
2.3
So far as practicable, clamps shall be used to hold the forms together. Where use of
nails is unavoidable minimum number of nails shall be used and these shall be left
projecting so that they can be easily with drawn use of double headed nails shall be
preferred.
3)
TOLERANCE :
3.1
The formwork shall be made so as to produce finished concrete true to shape, lines
level plumb and dimensions as shown on the drawings, subject to the following
tolerance unless otherwise specified in these documents or drawings or as directed by
the Engineer:
a)
Section dimension
=
b)
Plumb
=
1 in 1000 of height
c)
Levels
=
3 mm before any deflection takes palce.
Contractor
Contractor
5 mm
No. of Corrections
University Engineer
101
University Engineer
3.2
Tolerance given above are specified for local aberrations in the finished concrete
surface and should not be taken as tolerance for the entire structure taken as a whole or
for the setting and alignment of formwork which should be as accurate as possible to
the entire satisfaction of the Engineer, Errors if noticed in any lift/tilt of the structure
after stripping of forms, shall be corrected in the subsequent work to bring back the
surface of the structure to its true alignment.
4)
SPECIAL PROVISION : Whenever the concreting of thinner members in required
to be carried out within shutters of considerable depth, temporary openings in the side
of the shutters shall, if so directed by the Engineer be provided to facilitate the puring
and consolidation of the concrete. Small temporary openings shall be provided as
necessary at the bottom of shutters of walls and deep beams to permit the expulsion of
rubbish etc.
5.
REMOVAL OF FORMWORK: The formwork shall be so removed that it shall not
cause damage to concrete. Centering shall be gradually and uniformly lowered in such
a manner as to avoid any shock or vibrations. Supports shall be removed in such a
manner as to permit the concrete to take stresses due to its own weight uniformly and
gradually.
The whole of the formwork removal should be planned and definite scheme of
operation shall be worked out. Under no circumstances forms be struck until the
concrete reaches a strength of at least twice the stress to which the concrete may by
subjected at the time of striking but not before the period as mentioned in IS : 4562000 where ordinary portland cement is used.
II)
STEEL CENTERING :
1.
Work include : Erecting steel centering with contractor‟s material comprising of
standard steel adjustable props and standard steel trusses / joists / spans, centering
place for bottom of slab and steel plats for bottom of beams etc. of adequate strength
properly balanced for obtaining adequate rigidity to with stand all load coming on it
including permanent and temporary fixtures and fastenings etc complete for R.C.C.
member like beams slabs and canopy including its removal after the specified period,
stacking making good the damaged parts / its replacement before its next use with all
leads and lift (all centering material shall be contractor).
Contractor
102
University Engineer
Contractor
2.
No. of Corrections
University Engineer
For R.C.C. works formwork shall be of marine plywood of adequate thickness and
grade only. The centering and supporting arrangement such as standard steel trusses/
joists/ spans standards adjustable/ fixed props. H type frames etc shall be designed by
the contractor and approved from the Engineer before commencement of its erection.
The contractor with the prior approval of the Engineer shall use standard steel
centering arrangement which may be manufactured by the reputed firm.
3.
The supporting arrangement designed by the contractor shall conform to the relevant
I.S. code and standard practice adopted in this type of work. The centering
arrangement shall be adequately braced and properly secured by using appropriate
type of fastenings and fixtures to ensure stability and rigidity of the centering to
withstand all loads coming on it. The entire responsibility for design, erection,
maintenance and safety etc. will exclusively rest with the contractor. The Engineer
reserves right to call detailed design calculations of the entire centering or part there of
to verify its stability and also reserve tight to reject entire centering arrangement or
part there of and any material used for the centering in the event of which the
contractor shall have to arrange for its replacement at his own cost.
SPECIFICATIONS FOR CONCRETE WORKS :
1.
DESIGN OF CEMENT CONCRETE MIXES :
a)
All the cement concrete of grade M-15 and higher strength shall be done with proper
mix design as per IS : 10262 – 1982 and shall confirm to the durability and other
requirements of IS 456 2000. The mix design shall be got approved from the
University Engineer from time to time whenever there is change in the source and type
of cement and aggregates and change in the gradation of aggregates.
b)
The design of concrete mixes for various concrete items in the work shall be obtained
by the contractor as his cost from and approved laboratory. The contractor shall
submit in advance details of such design to the Engineer-in-charge for his prior
approval.
Contractor
Contractor
No. of Corrections
University Engineer
103
University Engineer
c)
For concrete of Grade M – 15/M – 20/ M – 25.
Preliminary mix design must be carried out from an approved Govt. laboratory, for
subsequent changes field mix design shall be acceptable. However incase the
University Engineer has difficulty in acceptance of the field mix design, laboratory
mix design shall be got done by the contractor from approved laboratory as his own
cost. Cement, fine aggregate and coarse aggregate must be used by weight only
according to the requirement of the approved mix design.
d)
The concrete mix design shall given target strength of 1.33 times the working strength.
e)
The minimum size of aggregate permissible shall be as per para A-7 of Page – 8 f of
standard specification book of 1979 Edition Vol. 1.
f)
The provision of the specification No. B-7 at page-38 to 40 of Vol. 1 1979 Edition of
standard specification book for controlled concrete shall be applicable for all the
structural concrete items. The maximum water cement ratio shall be 0.45. The mix
design shall be done accordingly.
g)
All the expenses of preliminary mix design, subsequent field/laboratory mix design,
work tests, shall be borne by the contractor.
2.
FROMWORK FOR CONCRETE WORK : The forms of concrete shall be of the
materials as directly by the University Engineer-in-charge and shall preferably be of
steel of plywood, forms shall be of the required shape, profile and lines. Suitable
devices shall be used hold corners, adjacent ends, edges of panel or other forms
together in accurate alignment. The forms and joints shall tight enough. Forms used
for circular curved or structures of anusual shape, petal dome etc. shall be of such a
character that will result in smooth concrete surface and exact shape. They shall be
prepared such that they will not warp or distort during erection of while placing
concrete. Their design and layout shall be got approved from the University Engineerin-charge in advance.
Contractor
104
University Engineer
3.
ERECTION AND REMOVAL OF FORM WORK : The centering and strutting
shall be of steel or plywood board exclusively for concreting. The design and drawing
should be got approved in advance from the Department. For minor members the
Engineer-in-charge may, at his discretion, permit use of wooden shuttering. The
centering and shuttering shall be close and tight to prevent leakage of cement slurry.
The centering shall have necessary props, bracing and edges sufficiently strong and
stable which shall not yield or displace while or after laying of concrete. They shall be
made in such way that they can be slackened and remove gradually and slowly
without distribution the concrete. Centering and shuttering shall not be removed
before the design strength is achieved.
4.
MIXTURE OF CONCRETE : Design mix concrete as well as nominal mix concrete
shall be mixed by following the provision in Standard specification at B. 6.4 unless
otherwise directed by the Engineer. Unless otherwise agreed by the Engineer concrete
shall be mixed in a batch type mixer of such other type of mixer as the Engineer my
approve.
During hot weather the contractor shall ensure that the constituent materials are
sufficiently cool to prevent the concrete from stiffening in the intervals between its
discharge from the mixer and its final position.
5.
TRANSPORTATION, PLACING AND COMPACTION OF CONCRETE : The
method of transportation placing and compaction of concrete shall be followed as per
section B. 6.6, 6.7 and 6.8 of standard specification unless otherwise directed by the
Engineer. The compaction shall be done with surface float vibrators for slabs and with
pin vibrators for columns and beams. Vibrators of adequate vibrating capacity shall be
employed for all types of works.
6.
CURING : Curing shall be done by following provision of section B. 6.9 of standard
specification and as directed the Engineer.
Contractor
105
University Engineer
7.
WORKING IN EXTREME WEATHER : During windy weather sufficient
protection shall be provided to prevent the cement from being blown away during the
process of proportioning and mixing, during wet weather, the concrete shall be
adequately protected as soon as it is placed in position.
No concreting shall be carried out during period of continuous heavy rains unless, it is
completely covered during mixing, transporting and placing, in extreme hot weather,
concreting shall be restricted to morning and evening. The time between mixing and
placing of concrete shall be kept to the minimum and formwork shall be cooled by
sprinkling with water.
8.
FINISHING : Finishing work shall comply with requirement of section B. 6.10 of
standard specification unless otherwise specified herein below :
Immediately on removal of forms, the R.C.C. work shall be examined by the Engineer
before any defects are made good.
a) The work that has sagged or contains honey combing to an extent detrimental to
structural safely of architectural concept shall be rejects.
b) Surface defects of a minor nature shall be rectified generally as indicated below by
the contractor.
i) Surface defects which require rectification when forms are removed usually consist
of bulges due to movement of forms, ridges at form joints, honeycombed areas,
damage resulting from the stripping of forms and both hole. Bulges and ridges shall be
removed by careful chipping of tooling and the surface is then rubbed with a grinding
stone. Honey combed and other areas shall be chipped out, the edges being cut as
straight as possible and perpendicular to the surface, or preferably slightly under cut to
provide a key at the edge, of the path. Both holes shall be closed by cement mortar to
ensure thorough filling.
Contractor
106
University Engineer
ii) Shallow patches shall be treated with a coat of thin grout composed of one part of
cement and one part of sand and then filled with mortar similar to that used in
concrete. The mortar is placed in layers not more than 10 mm thick and each layer
shall be given a scratch finish to secure bond with the succeeding layer. The last layer
shall be finished to match the surrounding concrete by floating, rubbing or tooling of
formed surfaces by pressing the form material against the patch while the mortar is
still plastic.
iii) Large and deep requires filling up with concrete held in place by forms. Such
patches shall be reinforced and carefully dowelled to the hardened concrete.
iv) The same amount of care to cure the material in the patches shall be taken for the
whole structure. Curing shall be started, as soon as possible after the patch is finished
to prevent early drying. Damp Hessian cloth may be used. But in some locations it
may be difficult to hold it in place, a membrane curing compound in these cases will
be most convenient.
9.
CONSTRUCION JOINTS : Construction joints shall be provided and treated
following the provisions of specification and as directed by the Engineer-in-charge.
10.
DURABILITY : Minimum cement content for different exposures and sulphate
attack are given in Tables 4 and 5 o I.S. 456, 2000 shall be followed for design mix.
11.
TESTS AND STANDARD OF ACCEPTANCE :
11.1
Tests and standard of acceptance criteria of design mix concrete and nominal mix
concrete shall be as follows :
Sampling and testing of concrete shall be done as per provision of section B. 6.12 of
standard specifications, Acceptance criteria for strength of concrete shall be as per IS
456-2000.
Contractor
107
University Engineer
11.2
DEFECTIVE CONCRETE : Any concrete which gives substandard results, or is
severely damaged due to cracking or shows excessive honey combing and exposure of
reinforcement, if exhibits any fault which in the opinion of the Engineer, seriously
impairs its function, may be declared as defective concrete. Such non acceptable
concrete shall be removed from the site and replaced by fresh concrete of the specified
quality by the contractor as his own expenses. Alternatively in case of acceptable
concrete, the contractor shall carry out whatever other remedy the Engineer may
reasonably suggest “Small rendering shall be done by the contractor without extra
cost.”
12.
KEEPING RECORDS : The record of mix design, mixing, slum, testing of C.C.
cubes etc. shall be maintained in accordance with section B. 6.13 of the standard
specification.
Contractor
108
University Engineer
QUALITY
ASSURANCE
&
MAINTENANCE
Contractor
109
University Engineer
QUALITY ASSURANCE AND MAINTENANCE
To ensure the specified quality of work which shall also include necessary surveys,
temporary works etc. the contractor shall prepare a quality assurance plan and get the same
approved from the Engineer-in-charge within eight days from the date of work order. For this,
contractor shall submit an organization chart of his technical personnel to be deployed on the
work along with their qualification, job descriptions defining the functions of reporting,
supervising inspecting and approving. The contractor shall also submit a list of tools,
equipment‟s and the machinery and instrumentation which he proposes to use for the
construction and for testing in the field and /or in the laboratory and monitoring. The
contractor shall modify/supplement the organization chart and the list of machinery,
equipment etc. as per the direction of the University Engineer and shall deploy the personnel
and equipment on the field as per the approved chart and list respectively. The contractor shall
submit written method statement detailing his exact proposals of execution of the work in
accordance with the specifications. He shall get these approved form the Engineer-in-charge.
The quality of the work shall be properly documented through certificates, records, check-lists
and logbooks of results etc. Such records shall be complied from the beginning of the work
and be continuously updated and supplemented and this shall be the responsibility of the
contractor. The forms should be got approved from the University Engineer-in-charge.
The contractor shall prepare detailed completion drawings after completion of the work.
He shall also prepare and submit a maintenance manual giving procedure for maintenance,
with the period of maintenance works including inspections, tools and equipment to be used,
means of accessibility for all parts of the structure. He shall also include in the manual, the
specifications for maintenance work that would be appropriate for his design and technique of
construction. This manual shall be submitted within the contract period
Contractor
Contractor
No. of Corrections
University Engineer
110
University Engineer
VOLUME II SCHEDULE "B"
Contractor
111
University Engineer
Contractor
112
University Engineer
DR. BALASAHEB SAWANT KONKAN KRISHI VIDYAPEETH, DAPOLI
Name of the Work: - Providing pre-coated G.I. sheet roofing for faculty building. (Two Block)
Specificatio
n
Quantity
Item Work
Rate
Unit
PART – A
Amount
1
As directed by
Engineer-InCharge
5.54
Cum
627=00
(Rs. Six hundred
twenty seven only)
Cum
3473=60
2
BDF – 5
Page No. 300
5.54
Cum
7149=95
(Rs. Seven
thousand one
hundred forty nine,
ps.ninety five only)
Cum.
39610=70
3
BDF -17
Page No. 306
0.6925
M.T.
63425=00
(Rs. Sixty three
thousand four
hundred twenty five
only)
M.T.
43921=80
4
BDE - 4
Page No. 288
4.617
Cum.
Dismantling R.C.C. concrete work including breaking
concrete by chiseling, wedging etc. including cutting the
reinforcement, stacking the serviceable materials and the
debris spreading the debris as directed etc. complete
Providing and casting in situ cement concrete M-20 of
trap metal for R.C.C. columns as per detailed designs
and drawings or as directed by Engineer-In-Charge,
including centering, formwork, compacting, roughening
the surface if special finish is to be provided and curing
complete. (Excluding steel reinforcement)
Providing and fixing in position T.M.T. BAR steel bar
reinforcement of various diameters for R.C.C. pile caps,
footings, foundations, slabs, beams, columns, canopies,
staircases, newels, chajjas, lintels, pardies, coping, fins,
arches, etc. as per detailed designs, drawings and
schedules, including cutting, bending, hooking the bars,
binding with wires or tack welding and supporting as
required complete.
Providing and casting in situ cement concrete M-20 of
trap metal for bed block, foundation blocks and such
other items including bailing out water manually
plywood/steel, formwork, compacting, roughening the
exposed faces if specials finish is to be provided and
curing complete.
5725=85
(Rs. Five thousand
seven hundred
twenty five only, ps.
eighty five only)
Cu. M
26436=25
No
Contractor
113
University Engineer
5
BDG – 5
Page No. 315
10.00
Cum.
6
BDC-8
Page No. 275
55.2923
MT
7
BDT – 2
Page No. 478
0.0428
Cum.
8
BDT-8
Page No. 482
1.85
Sq.m.
9
As Directed by
Engineer-incharge
2588.20
Sq.m.
Contractor
Providing second class burnt brick masonry with
5630=55
Cu. M.
conventional / I.S type bricks in cement mortar 1:6 in
(Rs. Five thousand
superstructure, including striking joints, racking out
six hundred thirty,
joints, watering and scaffolding etc. complete.
ps.fifty five only)
Providing structural steel work in trusses, other similar
82876=00
MT
trussed purlins and members with all bracing, gusset
(Rs. Eighty two
plates etc. as per detailed design and drawings or As thousand eight hundred
directed by Engineer – in -Charge. including cutting,
seventy six only)
fabricating, hoisting, erecting, fixing in position making
riveted/bolted/ welded connections with connecting
plates, braces etc. and including one coat of
anticorrosive paint and over it two coats of oil painting of
approved quality and shade etc. complete.
Providing and fixing country cut teak wood frame, as per
124999=00
Cu.M
drawing for second class doors without ventilators,
(Rs. One lakhs
windows, fanlights etc. including all mouldings, rebating, twenty four thousand
holdfast and finishing with one coat of primer complete.
nine hundred ninety
nine only)
Providing and fixing C.T.W. single leaf second class fully
5624=00
Sq.m.
panelled door without ventilator adopting sections and
(Rs. Five thousand
sized as given in the standard specifications Volume II
six hundred twenty
(1981) or as per detailed drawing, including Iron oxidized
four only)
fixtures and fastenings and finishing the wood work with
one coat of primer complete. (without frame)
Providing and fixing G.I. Pre-coated trapezoidal zinc
669=00
Sq.m.
coating coloured aluminium sheet 0.80mm. thick for
(Rs. Six hundred
roofing (55% aluminium 43% zinc 1.6 silicon) including
sixty nine only)
fastening with G.I./Iron screw/bolt and lead/bitumen
washers etc. complete.
(Prior approval of University Engineer before execution
is essential) (Make – Tata/zindal)
114
56305=50
4582404=65
5349=95
10404=40
1731504=80
University Engineer
10
As Directed by
Engineer-incharge
154.53
Sq.m.
11
BDL –7
Page No. 369
25.20
Sq.m.
12
BDL – 4
Page No. 368 &
BDL-10
Page No. 370
45.36
Sq.m.
13
As Directed by
Engineer-incharge
336.00
Rmt
Contractor
Providing and fixing G.I. Pre-coated trapezoidal zinc
coating coloured for ridge hip or valley (55% aluminium
43% zinc 1.6 silicon) including fastening with G.I./Iron
screw/bolt and lead/bitumen washers etc. complete
(Prior approval of University Engineer before execution
is essential.)
(Make – Tata/ zindal)
Providing sand face plaster externally in two coats using
approved screened sand in all positions including
providing base coat of 15 mm thick in cement mortar
1:4, mixing approved waterproofing compound at the
rate of 1 kilogram per 50 kg of cement and curing the
same for not less than two days and keeping the surface
of base coat rough to receive the sand faced treatment 8
mm thick in cement mortar 1:4 and finishing the surface
by taking out grains and curing for 14 days including
preparing the surface, watering and scaffolding etc
complete.
Providing internal cement plaster 20mm thick in two
coat, in cement mortar 1:4 with neeru finish to plaster
surfaces in all positions including scaffolding, racking out
joints, providing groove at joints of stone masonry and
concrete members and curing etc. complete.
Providing and fixing 150 mm dia half round UPVC pipe
of 419/Cum for reinwater counter with necessary fittings
& brackets of 25x5 mm MS flat & fitting etc complete.
115
638=00
(Rs. Six hundred thirty
eight only)
Sq.m.
98590=15
407=70
(Rs. Four hundred
seven, ps.seventy
only)
Sq.m.
10274=05
269=95
(Rs.Two hundred sixty
nine, ps.ninety five
only)
Sq.m.
12244=95
363=50
(Rs. Three hundred
sixty three, ps. fifty
only)
Rmt
122136=00
University Engineer
14
As directed by
Engineer-InCharge
1293.60
Rmt
15
As Directed by
Engineer-incharge
701.20
Sqmt
16
As directed by
engineer in
charge
200.00
Sq.m.
17
BDP – 5
Page No. 413
200.00
Sq.m
18
As Directed by
Engineer-incharge
As directed by
Engineer-incharge
Contractor
504.00
No.
Providing and fixing in position unplasticized poly vinyl
330=00
chloride (UPVC) ultra violet rays stabilised 100 mm. (Rs. Three hundred
outer diameter rain water SWR pipe confirming to I.S.
thirty only)
4985 and I.S. 13592, including necessary fittings, such
as PVC grating, bends, with door, PVC clamps, horse
shoes at bottom, rubber ring and making connections
water tight with solvent, cement including making holes
in masonry concrete redoing the same in cement, mortar
1:3, curing, testing complete.
Providing and fixing chain link fencing of size
227=50
50mmx50mmx8 gauge to MS angle & flat with
(Rs. Two hundred
screws/nut bolts/welding as per instruction given by
twenty seven, ps.
Engineer In charge.
fifty only)
Providing and applying weather proof exterior 100%
95=00
Acrylic (Polymer based) emulsion paint of approved (Rs. Ninety five only)
colour and shade to old surface in two coats including
scaffolding, preparing the surface to receive paint and
applying putty etc. complete (including primer coat)
Providing and applying washable oil bound distemper of
53=00
approved colour, shade and quality to old surface, in two (Rs. Fifty three only)
coat including/ scaffolding, preparing the surfaces
including primer coat. Preparing the surface by
thoroughly cleaning oil, grease dirt and other foreign
mater and sand papering etc. complete.
Providing and fixing 16 mm dia. mild steel bars upto &
76=00
above 0.5 metre length for anchor rods with necessary
(Rs. Seventy six
threading nuts and bolts etc. complete.
only)
116
Rmt
426888=00
Sqmt
159523=00
Sq.m.
19000=00
Sq.m.
10600=00
No.
38304=00
University Engineer
19
BDE-3
Page No. 288
2.00
Cum.
20
As directed by
engineer in
charge
Job
Contractor
Providing and casting in situ cement concrete M-20 of
trap metal for coping to plinth or parapet, moulded or
chamfered as per drawings or As Directed by EngineerIn-Charge, roughening the exposed faces If special
finish is to be provided and curing complete.
Providing structural design with drawing for terrace
roofing as per instruction given by Engineer in charge.
117
5858=95
(Rs. Five thousand
eight hundred fifty
eight, ps.ninety five
only)
35000=00
(Rs. Thirty five
thousand only)
Total Rs.
Say Rs. (A)
Cum
11717=90
Cum
35000=00
7443690=70
7443691=00
University Engineer
PART – B
Name of work - Providing precoated G.I. sheet roofing for faculty building. (Three Block)
No
Specificatio
n
Quantity
1
BDW – 8
Page No. 587
2780.25
Sq.m.
2
As directed by
Engineer-Incharge
As directed by
Engineer-InCharge
8.25
Cum.
4
As Directed by
Engineer-incharge
92.71
Cu. M.
5
BDF – 5
Page No. 300
6.21
Cum
3
Contractor
5.38
Cum
Item Work
Rate
Dismantling G.I. and A.C. sheet roofing including purlins and
25=00
rafters etc. including sorting out serviceable and
(Rs. Twenty five
unserviceable material and stacking the same as ad where
only)
directed in the compound, including scaffolding etc complete.
Dismantling carefully the existing plain concrete, including
212=00
stacking the materials neatly within 50 metre lead as
(Rs. Two hundred
directed.
twelve only)
Providing and casting in situ cement concrete M-20 of trap
627=00
metal for R.C.C. columns as per detailed designs and
(Rs. Six hundred
drawings or as directed by Engineer-In-Charge, including twenty seven only)
centering, formwork, compacting, roughening the surface if
special finish is to be provided and curing complete.
(Excluding steel reinforcement)
Dismantling carefully the existing structure of brick masonary
96=00
in cement mortar or lime mortar, including sorting out (Rs. Ninety six only)
serviceable materials & stacking dismantled material within
50 meter lead as directed etc. complete.
Providing and casting in situ cement concrete M-20 of trap
7149=95
metal for R.C.C. columns as per detailed designs and (Rs. Seven thousand
drawings or as directed by Engineer-In-Charge, including
one hundred forty
centering, formwork, compacting, roughening the surface if
nine, ps.ninety five
special finish is to be provided and curing complete.
only)
(Excluding steel reinforcement)
118
Unit
Amount
Sq.m.
69506=25
Cum.
1749=00
Cum
3373=25
Cu. M.
8900=15
Cum.
44401=20
University Engineer
6
BDE - 4
Page No. 288
5.47
Cum..
7
BDF -17
Page No. 306
0.7763
M.T.
8
BDG – 5
Page No. 315
10.00
Cum.
9
BDC-8
Page No. 275
62.0968
MT
10
BDT – 2
Page No. 478
0.0855
Cum.
Providing and casting in situ cement concrete M-20 of trap
5725=85
Cu. M
metal for bed block, foundation blocks and such other items,
(Rs. Five thousand
including bailing out water manually plywood/steel, seven hundred twenty
formwork, compacting, roughening the exposed faces if
five, ps.eighty five
specials finish is to be provided and curing complete.
only)
Providing and fixing in position T.M.T. BAR steel bar
63425=00
M.T.
reinforcement of various diameters for R.C.C. pile caps,
(Rs. Sixty three
footings, foundations, slabs, beams, columns, canopies,
thousand four
staircases, newels, chajjas, lintels, pardies, coping, fins, hundred twenty five
arches, etc. as per detailed designs, drawings and
only)
schedules, including cutting, bending, hooking the bars,
binding with wires or tack welding and supporting as
required complete.
Providing second class burnt brick masonry with
5630=55
Cu. M.
conventional / I.S type bricks in cement mortar 1:6 in
(Rs. Five thousand
superstructure, including striking joints, racking out joints,
six hundred thirty,
watering and scaffolding etc. complete.
ps.fifty five only)
Providing structural steel work in trusses, other similar
82876=00
MT
trussed purlins and members with all bracing, gusset plates
(Rs. Eighty two
etc. as per detailed design and drawings or As directed by thousand eight hundred
Engineer – in -Charge. including cutting, fabricating,
seventy six only)
hoisting, erecting, fixing in position making riveted/bolted/
welded connections with connecting plates, braces etc. and
including one coat of anticorrosive paint and over it two
coats of oil painting of approved quality and shade etc.
complete.
Providing and fixing country cut teak wood frame, as per
124999=00
Cu.M
drawing for second class doors without ventilators, (Rs. One lakhs twenty
four thousand nine
windows, fanlights etc. including all mouldings, rebating,
hundred ninety nine
holdfast and finishing with one coat of primer complete.
31320=40
49236=80
56305=50
5146334=40
10687=40
only)
Contractor
119
University Engineer
11
BDT-8
Page No. 482
3.69
Sq.m.
12
As Directed by
Engineer-incharge
3268.40
Sq.m.
13
As Directed by
Engineer-incharge
200.34
Sq.m.
14
BDL –7
Page No. 369
100.00
Sq.m.
Contractor
Providing and fixing C.T.W. single leaf second class fully
panelled door without ventilator adopting sections and sized
as given in the standard specifications Volume II (1981) or
as per detailed drawing, including Iron oxidized fixtures and
fastenings and finishing the wood work with one coat of
primer complete. (without frame)
(Make – Tata/ zindal)
Providing and fixing G.I. Pre-coated trapezoidal zinc coating
coloured aluminium sheet 0.80mm thick for roofing (55%
aluminium 43% zinc 1.6 silicon) including fastening with
G.I./Iron screw/bolt and lead/bitumen washers etc.
complete. (Prior approval of University Engineer before
execution is essential) (Make – Tata/zindal)
Providing and fixing G.I. Pre-coated trapezoidal zinc coating
coloured for ridge hip or valley (55% aluminium 43% zinc
1.6 silicon) including fastening with G.I./Iron screw/bolt and
lead/bitumen washers etc. complete (Prior approval of
University Engineer before execution is essential.) (Make –
Tata/ zindal)
Providing sand face plaster externally in two coats using
approved screened sand in all positions including providing
base coat of 15 mm thick in cement mortar 1:4, mixing
approved waterproofing compound at the rate of 1 kilogram
per 50 kg of cement and curing the same for not less than
two days and keeping the surface of base coat rough to
receive the sand faced treatment 8 mm thick in cement
mortar 1:4 and finishing the surface by taking out grains and
curing for 14 days including preparing the surface, watering
and scaffolding etc complete.
120
5624=00
(Rs. Five thousand
six hundred twenty
four only)
Sq.m.
20752=55
669=00
(Rs. Six hundred
sixty nine only)
Sq.m.
2186559=60
638=00
(Rs. Six hundred
thirty eight only)
Sq.m.
127816=90
407=70
(Rs. Four hundred
seven, ps.seventy)
Sq.m.
40770=00
University Engineer
15
BDL – 4
Page No. 368 &
BDL-10
Page No. 370
100.00
Sq.m.
16
As Directed by
Engineer-incharge
461.20
Rmt
17
As directed by
Engineer-InCharge
2079.00
Rmt
18
As Directed by
Engineer-incharge
927.20
Sqmt
19
As directed by
engineer in
charge
200.00
Sq.m.
Contractor
Providing internal cement plaster 20mm thick in two coat,
in cement mortar 1:4 with neeru finish to plaster surfaces
in all positions including scaffolding, racking out joints,
providing groove at joints of stone masonry and concrete
members and curing etc. complete
Providing and fixing 150 mm dia half round UPVC pipe of
419/Cum for reinwater counter with necessary fittings &
brackets of 25x5 mm MS flat and fitting etc complete.
Providing and fixing in position unplasticized poly vinyl
chloride (UPVC) ultra violet rays stabilised 110 mm. outer
diameter rain water SWR pipe confirming to I.S. 4985 and
I.S. 13592, including necessary fittings, such as PVC
grating, bends, with door, PVC clamps, horse shoes at
bottom, rubber ring and making connections water tight
with solvent, cement including making holes in masonry
concrete redoing the same in cement, mortar 1:3, curing,
testing complete.
Providing and fixing chain link fencing of size
50mmx50mmx8 gauge to MS angle & patti with screws/nut
bolts/welding as per instruction given by Engineer In
charge.
Providing and applying weather proof exterior 100%
Acrylic (Polymer based) emulsion paint of approved colour
and shade to old surface in two coats including scaffolding,
preparing the surface to receive paint and applying putty
etc. complete (including primer coat) (Brand of the paint
shaoll be got approved before execution from University
Engineer)
121
269=95
(Rs. Two hundred
sixty nine, ps.ninety
five only)
Sq.m
26995=00
363=50
(Rs. Three hundred
sixty three, ps. fifty
only)
330=00
(Rs. Three hundred
thirty only)
Rmt
167646=20
Rmt
686070=00
227=50
(Rs. Two hundred
twenty seven, ps.
fifty only)
95=00
(Rs. Ninety five
only)
Sqmt
210938=00
Sq.m.
19000=00
University Engineer
20
21
22
23
24
BDP – 5
Page No. 413
200.00
Sq.m
As Directed by
Engineer-incharge
As directed by
Engineer-incharge
BDE-3
Page No. 288
540.00
No.
As directed by
engineer in
charge
As directed by
engineer in
charge
3.00
Cum.
5.00
MT
Job
Providing and applying washable oil bound distemper of
approved colour, shade and quality to old surface, in two
coat including/ scaffolding, preparing the surfaces
including primer coat. Preparing the surface by
thoroughly cleaning oil, grease dirt and other foreign
mater and sand papering etc. complete.
Providing and fixing 16 mm dia. mild steel bars upto &
above 0.5 metre length for anchor rods with necessary
threading nuts and bolts etc. complete
Providing and casting in situ cement concrete M-20 of
trap metal for coping to plinth or parapet, moulded or
chamfered as per drawings or As Directed by EngineerIn-Charge, roughening the exposed faces If special finish
is to be provided and curing complete.
Credit for existing structural steel work etc complete
obtained from dismantled material.
Providing structural design with drawing for terrace
roofing of faculty building considering all types of load
with all types of working drawings etc. complete.
(Rs.One crore sixty two lakhs thirty six thousand two
hundred seventy only )
53=00
(Rs. Fifty three only)
Sq.m
10600=00
76=00
(Rs.Seventy Six
only)
5858=95
(Rs. Five thousand
eight hundred fifty
eight, ps.ninety five
only)
48000=00
(Rs. Forty eight
thousand only)
55000=00
(Rs. Fifty five
thousand only)
Total Rs.
Say Rs. (B)
Rs. (A)
Rs. A + B
No.
41040=00
Cum
17576=85
MT
(-)240000=00
Job
55000=00
87,92,579=45
87,92,579=00
74,43,691=00
1,62,36,270=00
University Engineer
Contractor
122
University Engineer
SCHEDULE "C"
Contractor
123
University Engineer
PART – B
Name of work - Providing precoated G.I. sheet roofing for faculty building. (Three Block)
Specification as per Std.
Item of Work
Specification 1979
Additional Clause and Specification in any
Edition/ M.O.R.T.H.
specification book 2001
Edition
Speci. No.
Page No.
1
2
3
4
Item No. 1:- Dismantling G.I. and A.C. sheet roofing
BDW – 8
587
1) As directed by Engineering by charge
including purlins and rafters etc. including sorting out
2) The asbestos corrugated sheets be handled and stored every
serviceable and unserviceable material and stacking the
carefully in the best possible manner so as not to injure the sheet is
same as ad where directed in the compound, including
any way. All damage caused due to careless transport, handling or
scaffolding etc complete.
storing shall be borne by the contractor. The sheets shall be stacked
on wooden battens laid on firm and level ground. When they are
stacked for any length of time, they shall be stored under cover.
3) The rate for the item shall include all labour, materials and tools
necessary to carry out following operations.
a) Providing, erecting and removing any scaffolding ladder etc.
necessary for execution of the item as specification above.
b) Providing and fixing the A.C. sheet with all the necessary
accessories, fixtures, etc as specified above including cutting and
waste.
Item No. 2:- Dismantling carefully the existing plain
concrete, including stacking the materials neatly within 50
metre lead as directed.
Item No. 3:- Providing and casting in situ cement concrete
M-20 of trap metal for R.C.C. columns as per detailed
designs and drawings or as directed by Engineer-In-Charge,
including centering, formwork, compacting, roughening the
surface if special finish is to be provided and curing
complete. (Excluding steel reinforcement)
Contractor
As directed
by EngineerIn-charge
As directed
by EngineerIn-Charge
-- --
As directed by Engineer-in-charge
-- --
As directed by Engineer-in-charge
124
University Engineer
Item of Work
1
Item No. 4:- Dismantling carefully the existing
structure of brick masonary in cement mortar or lime
mortar, including sorting out serviceable materials &
stacking dismantled material within 50 meter lead as
directed etc. complete.
Item No. 5:- Providing and casting in situ cement
concrete M-20 of trap metal for R.C.C. columns as
per detailed designs and drawings or as directed by
Engineer-In-Charge, including centering, formwork,
compacting, roughening the surface if special finish
is to be provided and curing complete. (Excluding
steel reinforcement)
Contractor
Specification as per
Std. Specification 1979
Edition/ M.O.R.T.H.
specification book 2001
Edition
Speci. No.
Page No.
2
3
As Directed
-- -by Engineerin-charge
BDF – 5
300
Additional Clause and Specification in any
4
As directed by Engineer-in-charge
1) Plywood or mild steel plates shall be used for formwork.
2) M 25 concrete shall be provided instead of cement concrete 1:1.5:3 as
specified in BDF – 3.
3) Use of admixture shall be permitted, however no extra payment will be made
on the account. 4) The appropriate mix design shall be got approved well in
advance from approved laboratory, before starting of work.5) The charges for
mix design shall be borne by the contractor.
6) Cement from same stock sent for mix design shall be used for concrete
work.7) Before concreting work, cement from each consignment shall be got
tested and if required the mix shall be got modified to strength of fresh cement
available in stock. Concreting work should be done according to redesigned
mix without any extra cost to Government. 8) Dewatering if required by any
means shall be carried out by contractor at no extra cost to Government.9)
Additional specification attached on Page No. 107 to 115 separately shall also
be applicable this item.10) The formwork and steel centering specification are
separately attached on Page No. 108 to 111.11) The river sand brought on site
shall be washed by sand washing machine prior to mixing for concrete. This
condition is applicable for sand related items elsewhere. No claims or
enhancement of rates due to this provision shall be entertained.12) Mix design
shall be reverified/modified after every four months or whenever there is
change in source of quarry materials, whichever is earlier. Charges of mix
design shall be borne by contractor.13) The cement consumption considered
for this item is 375
125
University Engineer
Item of Work
1
Item No. 5 continues ……..
Item No. 6:- Providing and casting in situ cement concrete
M-20 of trap metal for bed block, foundation blocks and such
other items, including bailing out water manually
plywood/steel, formwork, compacting, roughening the
exposed faces if specials finish is to be provided and curing
complete.
Contractor
Specification as per Std.
Specification 1979
Edition/ M.O.R.T.H.
specification book 2001
Edition
Speci. No.
Page No.
2
3
-- --- --
BDE - 4
288
126
Additional Clause and Specification in any
4
kilogramme / cubic metre of concrete. However actual cement
consumption shall be as per approved mix design. For adjustment of
rate on account of deviation in cement consumption due to mix
design sub para 7.4 of B – 7 of specification shall be applicable.
(Page 39)
14) Concrete surface immediately after finishing shall be covered with
L.D.P.E. film and water curing shall be started after final setting of
concrete.
1) Plywood or mild steel plates shall be used for formwork.
2) The charges for mix design shall be borne by the contractor.
3) No extra payment shall be made for finishing the work in cement
mortar 1:3 if required to be executed as directed by Engineer in
charge 4) M 20 concrete shall be provided instead of cement
concrete 1:2:4 as specified in BDE – 3.
5) Use of admixture shall be permitted, however no extra payment will
be made on the account. 6) The appropriate mix design shall be got
approved well in advance from approved laboratory, before starting of
work.7) Cement from same stock sent for mix design shall be used
for concrete work.
8) Before concreting work, cement from each consignment should be
got tested and if required the mix should be got modified to strength
of fresh cement available in stock and concreting work should be
done according to redesigned mix without any extra cost to
Government.
9) Concrete surface immediately after finishing shall be covered with
L.D.P.E. film and water curing shall be started after final setting of
concrete.
University Engineer
Item of Work
1
Contractor
Specification as per Std.
Specification 1979
Edition/ M.O.R.T.H.
specification book 2001
Edition
Speci. No.
Page No.
2
3
127
Additional Clause and Specification in any
4
10) Additional specification attached on Page on 75 to 84 separately
shall also be applicable to his item.
6) The appropriate mix design shall be got approved well in advance
from approved laboratory, before starting of work.
7) Cement from same stock sent for mix design shall be used for
concrete work.8) Before concreting work, cement from each
consignment should be got tested and if required the mix should be
got modified to strength of fresh cement available in stock and
concreting work should be done according to redesigned mix without
any extra cost to Government.9) Concrete surface immediately after
finishing shall be covered with L.D.P.E. film and water curing shall be
started after final setting of concrete.10) Additional specification
attached on Page on 75 to 84 separately shall also be applicable to
his item.11) The formwork and steel centering specification are
separately attached on Page No 76 to 81
12) The river sand brought on site shall be washed by sand washing
machine prior to its mixing for concrete. This condition is applicable
for sand related items elsewhere. No claims or enhancement of rates
due to this provision shall be entertained. 13) Mix design shall be
reverified/modified after every four months or whenever there is
change in source of quarry materials, whichever is earlier. 14) The
cement consumption considered for this item is 350kg/m 3 of concrete.
However actual cement consumption shall be as per approved mix
design. For adjustment of rate on account of deviation in cement
consumption due to mix design sub para 7.4 of B – 7 of specification
shall be applicable.15) Additional specifications as laid down for the
item no. 5 shall be applicable to this item.
University Engineer
Item of Work
1
Item No. 7:- Providing and fixing in position T.M.T. BAR
steel bar reinforcement of various diameters for R.C.C. pile
caps, footings, foundations, slabs, beams, columns,
canopies, staircases, newels, chajjas, lintels, pardies,
coping, fins, arches, etc. as per detailed designs, drawings
and schedules, including cutting, bending, hooking the bars
binding with wires or tack welding and supporting as
required complete.
Item No. 8:- Providing second class burnt brick masonry
with conventional / I.S type bricks in cement mortar 1:6 in
superstructure, including striking joints, racking out joints,
watering and scaffolding etc. complete.
Contractor
Specification as per Std.
Specification 1979
Edition/ M.O.R.T.H.
specification book 2001
Edition
Speci. No.
Page No.
2
3
BDF -17
306
BDG – 5
315
128
Additional Clause and Specification in any
4
1) Read T.M.T. in place of mild steel.
2) The binding of reinforcing shall be as per the design schedules and
drawings.
3) The detailing of reinforcement shall be done as per the relevant IS
code or as directed by Engineer in charge.
4) Binding wires of galvanized iron duly plastic coated shall be used
at no extra cost to Government.
5) Tested steel bars brought by contractor shall be used only after
treating with anti corrosive treatment.
6) Specification for anti corrosive treatment are enclosed separately
on page 297 to 304.
7) The steel shall be tested and confirm to relevant IS code
specification.
8) The bar bending schedule shall be submitted and got approved
from the Engineer in charge.
1) The rates are inclusive of all leads and lifts.
2) The river sand brought on site shall be washed by sand washing
machine prior to its mixing for mortar. No claims or enhancement of
rates due to this provision shall be entertained
University Engineer
Item of Work
1
Item No. 9:- Providing structural steel work in trusses, other
similar trussed purlins and members with all bracing, gusset
plates etc. as per detailed design and drawings or As
directed by Engineer – in -Charge. including cutting,
fabricating, hoisting, erecting, fixing in position making
riveted/bolted/ welded connections with connecting plats,
braces etc. and including one coat of anticorrosive paint and
over it two coats of oil painting of approved quality and
shade etc. complete.
Specification as per Std.
Specification 1979
Edition/ M.O.R.T.H.
specification book 2001
Edition
Speci. No.
Page No.
2
3
BDC-8
275
Additional Clause and Specification in any
4
1) The Item shall comply with specification no. B .19 for structural
steel work, and Bd.C.5 subject to the following
2) The contractor shall prepare shop drawing for the structural steel
work to executed as per I.S. 800-962, clause 4.1.2
3) The contractor shall submit the drawing in triplicate to the
University Engineer for his approval
4) Fabrication shall be done as per I.S. 800-1962
Item No. 10:- Providing and fixing country cut teak wood
frame, as per drawing for second class doors without
ventilators, windows, fanlights etc. including all mouldings,
rebating, holdfast and finishing with one coat of primer
complete.
Contractor
BDT – 2
478
129
1) Timber shall be season and treated non teak wood conforming to
A.16 (Shivan/Kinjale wood to be used)
2) According to Bd. T.1.2.2 for window frames. When horns are
provided in the sill and top, no holdfasts need be provided.
3) All fixtures and fastenings shall be of brass or oxidized brass and
shall be new sound and strong. They shall be sectional and of the
best quality and workmanship. The size, shape, design and finish
shall be as shown on drawings or as directed by the Engineer.
4) All the fixtures shall be fixed to the joinery in a secure and efficient
manner. Any of the fixtures damaged during fixing shall be removed
and new ones fixed in their place and the surface of joinery made
University Engineer
Item of Work
1
Item No. 10 continues ……..
Item No. 11:- Providing and fixing C.T.W. single leaf second
class fully panelled door without ventilator adopting sections
and sized as given in the standard specifications Volume II
(1981) or as per detailed drawing, including Iron oxidized
fixtures and fastenings and finishing the wood work with one
coat of primer complete. (without frame) (Make – Tata/
zindal)
Item No. 12:- Providing and fixing G.I. Pre-coated
trapezoidal zinc coating coloured aluminium sheet 0.50mm
thick for roofing (55% aluminium 43% zinc 1.6 silicon)
including fastening with G.I./Iron screw/bolt and
lead/bitumen washers etc. complete
(Make – Tata/ zindal)
Contractor
Specification as per Std.
Specification 1979
Edition/ M.O.R.T.H.
specification book 2001
Edition
Speci. No.
Page No.
2
3
-- --- --
BDT-8
482
As Directed
by Engineerin-charge
-- --
130
Additional Clause and Specification in any
4
good where affected, at the contractor’s expense. When the type is
not mentioned on the drawings or the item it shall be hung or swung
as directed by the Engineer. In case the ventilator is hug 2 brass 9
cm. butt hinges conforming to I.S.205-1966 shal be fixed with brass
screws. 5) If the ventilator is of the swing type, then hooks and eyes
can be dispensed with. The ventilator shall swing about a central
horizontal axis of a pair of brass pivots in sockets. One pair of such
centres, cleat hooks, one brass ring with screw attachment as per
detailed drawings or directed by the Engineer and a good quality
window hemp cord of adequate length for convenient operation of the
ventilator shall be provided.6) for iron barred clerestory windows mild
steel bars shall be of 16 mm diameter or as shown in drawings.
7) The finishing shall be done as per instructions of the Engineer.
1) As directed by Engineer in charge.
2) The samples of teak wood shall be got approved from the Engineer
in charge before is procurement and use.
3) The sample of one door with its fixtures and fastenings shall be got
approved from the Engineer in charge before proceeding further
work.4) The work shall be carried out as per approved drawing and
wording of the item and as directed by the Engineer in charge.
1) As directed by Engineering by charge
2) The G.I. Pre-coated corrugated sheets be handled and stored
every carefully in the best possible manner so as not to injure the
sheet is any way. All damage caused due to careless transport,
handling or storing shall be borne by the contractor. The sheets shall
be stacked on wooden battens laid on firm and level ground. When
they are stacked for any length of time, they shall be stored under
cover.3) The rate for the item shall include all labour, materials and
tools necessary to carry out following operations.
University Engineer
Item of Work
1
Item No. 13:- Providing and fixing G.I. Pre-coated
trapezoidal zinc coating coloured for ridge hip or valley
(55% aluminium 43% zinc 1.6 silicon) including fastening
with G.I./Iron screw/bolt and lead/bitumen washers etc.
complete (Prior approval of University Engineer before
execution is necessary.)
Item No. 14:- Providing sand face plaster externally in
two coats using approved screened sand in all positions
including providing base coat of 15 mm thick in cement
mortar 1:4, mixing approved waterproofing compound at
the rate of 1 kilogram per 50 kg of cement and curing the
same for not less than two days and keeping the surface
of base coat rough to receive the sand faced treatment 8
mm thick in cement mortar 1:4 and finishing the surface
by taking out grains and curing for 14 days including
preparing the surface, watering and scaffolding etc
complete.
Contractor
Specification as per Std.
Specification 1979 Edition/
M.O.R.T.H. specification
book 2001 Edition
Speci. No.
Page No.
2
3
As Directed by
-- -Engineer-incharge
BDL –7
369
131
Additional Clause and Specification in any
4
1) As directed by Engineering by charge 2) The G.I. Pre-coated
corrugated sheets be handled and stored every carefully in the best
possible manner so as not to injure the sheet is any way. All damage
caused due to careless transport, handling or storing shall be borne by
the contractor. The sheets shall be stacked on wooden battens laid on
firm and level ground. When they are stacked for any length of time,
they shall be stored under cover.3) The rate for the item shall include
all labour, materials and tools necessary to carry out following
operations.
1) The rates are inclusive of all leads and lifts. 2) If any crack appears
in the plaster, they shall be repaired as directed by Engineer in charge
by using plaster of paris. No extra payment shall be allowed on this
account. 3) After application of the base coat the grains shall be taken
out using a sponge and not by machine. 4) The river sand brought on
site shall be washed by sand washing machine prior to its mixing for
mortar. No claims or enhancement of rates due to this provision shall
be entertained.5) The item includes drip moulding in Chajjas,
canopies, window, top of water closet etc. without extra cost.6) Curing
shall be done by sprinkling water on the surface for a minimum period
of 14 days. Plastered surface shall be immediately covered after
finishing, application of water shall be started after final setting time of
concrete. 7) Only 43 grade cement shall be used for all plastering
work8) After the surface has been cured for about 48 hours and the
surface has hardened sufficiently the face shall be dressed with fine
chisels very carefully to give the appearance of chisel dressed stone
with the required pattern of also dressed joints. 9) The item shall also
include the cost of water proofing material with cement and coloring
pigment or coloured cement stone grit and dressing the face and joints
to the required pattern and type.
University Engineer
Item of Work
1
Item No. 15:- Providing internal cement plaster 20mm thick
in two coat, in cement mortar 1:4 with neeru finish to plaster
surfaces in all positions including scaffolding, racking out
joints, providing groove at joints of stone masonry and
concrete members and curing etc. complete.
Contractor
Specification as per Std.
Specification 1979
Edition/ M.O.R.T.H.
specification book 2001
Edition
Speci. No.
Page No.
2
3
BDL – 4
368 & 370
&
BDL-10
132
Additional Clause and Specification in any
4
1) The rates are inclusive of all leads and lifts & as Directed by
Engineer in Charge.2) If any crack appears in the plaster, they shall
be repaired as directed by Engineer in charge by using plaster of
paris. No extra payment shall be allowed on this account.
3) After application of the base coat the grains shall be taken out
using a sponge and not by machine.4) The river sand brought on site
shall be washed by sand washing machine prior to its mixing for
mortar. No claims or enhancement of rates due to this provision shall
be5) The item is inclusive of neeu finishing.6) Neeru shall conform to
speciation A.4 7) scaffolding shall be as per B.9.118) The plaster
surface shall be combed lightly with wire brushes or nails before it is
completely set to form key form neeru. The undercoat shall be only
damped evenly but not soaked before the application of neeru.
9) Neeru shall be applied to the prepared and partially set but some
what plastic surface with stool trowel to a thickness slightly exceeding
1.5 mm and rubbed down to 1.5mm thickness and polished to a
perfectly smooth and even finish, working form top to bottom. While
trowelling is going on, soak stone powder contained in thin muslin
bags shall be dusted over the surface and worked in.10) scaffolding,
including erection and dismantling.11) Providing, storing and applying
neeru as specified above12) Providing and dusting soapstone powder
as specified above13) Watering the surface for 14 days.
14) When included in a plaster item itself as a finish. It will not be
measured and paid separately, but will be included in the inclusive
item.
University Engineer
Item of Work
1
Item No. 16:- Providing and fixing 150 mm dia half round
UPVC pipe of 4kg/Sq.m for reinwater gutter with necessary
fittings & bruckets of 25x5 mm MS patti etc complete.
Item No. 17:- Providing and fixing in position unplasticized
poly vinyl chloride (UPVC) ultra violet rays stabilised 110
mm. outer diameter rain water SWR pipe confirming to I.S.
4985 and I.S. 13592, including necessary fittings, such as
PVC grating, bends, with door, PVC clamps, horse shoes at
bottom, rubber ring and making connections water tight with
solvent, cement including making holes in masonry concrete
redoing the same in cement, mortar 1:3, curing, testing
complete.
Item No. 18:- Providing and fixing chain link 50x50x8 gauge
to MS angle & patti with screws/nut bolts/ welding as per
instruction given by Engineer In charge.
Item No. 19:- Providing and applying weather proof exterior
100% Acrylic (Polimer based) emulsion paint of approved
colour and shade to old surface in two coats including
scaffolding, preparing the surface to receive paint and
applying putty etc. complete (including primer coat) (Brand
of the paint shall be got approved before execution from
University Engineer.)
Item No. 20:- Providing and applying washable oil bound
distemper of approved colour, shade and quality to old
surface, in two coat including/ scaffolding, preparing the
surfaces including primer coat. Preparing the surface by
thoroughly cleaning oil, grease dirt and other foreign mater
and sand papering etc. complete.
Contractor
Specification as per Std.
Specification 1979
Edition/ M.O.R.T.H.
specification book 2001
Edition
Speci. No.
Page No.
2
3
As Directed
-- -by Engineerin-charge
As directed
-- -by EngineerIn-Charge
Additional Clause and Specification in any
4
As directed by Engineer-in-charge
As directed by Engineer-in-charge
As Directed
by Engineerin-charge
As directed
by engineer
in charge
-- --
As directed by Engineer-in-charge
-- --
As directed by Engineer-in-charge
BDP – 5
413
1) The specifications for this item shall be the same as for item
No.Bd.P.4 except that washable oil bound distemper of the approved
shade of colour conforming to IS 428-1969 shall be used after
applying priming coat of petrifying liquid or other primer a way be
recommended by the manufacturers of the distemper.
As Directed by Engineer-In-Charge
As Directed
by Engineerin-charge
133
University Engineer
Item of Work
Specification as per Std.
Specification 1979
Edition/ M.O.R.T.H.
specification book 2001
Edition
Speci. No
Page No.
Item No. 21:- Providing and fixing 16 mm dia. mild steel
bars upto 0.5 metre length for anchor rods with necessary
threading nuts and bolts etc. complete.
Item No. 22:- Providing and casting in situ cement
concrete M-20 of trap metal for coping to plinth or
parapet, moulded or chamfered as per drawings or As
Directed by Engineer-In-Charge, roughening the exposed
faces If special finish is to be provided and curing
complete.
As directed
by Engineerin-charge
BDE-3
Item No. 23:- Credit for existing structural steel work etc
complete obtained from dismantled material.
As directed
by engineer
in charge
As directed
by engineer
in charge
Item No. 24:- Providing structural desing with drawing for
trerrae roofing as per instruction given by Engineer in
charge.
Sectional Engineer
Dr.B.S.K.K.V.
Dapoli
Contractor
Additional Clause and Specification in any
-- --
As directed by Engineer-in-charge
288
1) Plywood or mild steel plates shall be used for formwork.
2) The charges for mix design shall be borne by the contractor.
3) No extra payment shall be made for finishing the work in cement
mortar 1:3 if required to be executed as directed by Engineer in
charge.4) M 20 concrete shall be provided instead of cement
concrete 1:2:4 as specified in BDE – 3.
5) Use of admixture shall be permitted, however no extra payment
will be made on the account.
As directed by engineer in charge
As directed by engineer in charge
Assistant Engineer
Dr.B.S.K.K.V.
Dapoli
134
University Engineer
Dr.B.S.K.K.V.
Dapoli
University Engineer
Contractor
135
University Engineer
FORMS OF STORE
Contractor
136
University Engineer
flesVa ph vkod o [ki
;kapk fg’kksc n’kZfo.kkjh uksna ogh dz- 1
dkekps ukoa %
ekxhy lIrkgkiklwu dkekP;k fBdk.kh vlysyh f’kYyd
vkod vkf.k [ki ;kapk fg’ksc
fnukad
xkMh
dzekad
da=kVnkjkph lgh
Contractor
izkIr flesVa ps
otu
okijysY;k
flesVa ps otu
fnolkP;k v[ksjhl
f’kYyd flesVa ps
out
vfHk;aR;kph lgh
137
University Engineer
uksna ogh dz- 2
fujfujkGÓkk ckchaoj vkBoMÓkke/;s mi;ksxkr vk.k.ks vko’;d vlysys ifjek.k
;kaph rqyuk nk[ko.kkjs dks"Vd
vkBoMÓkke/;s dsysY;k dkekps ,dw.k vankts ifjek.k
1½
2½
3½
Contractor
No. of Corrections
University Engineer
----------------------------------------- jksth lai.kkÚ;k vkBoMÓkklkBh xks"kokjk
vdz-
Ckkchaps ukao
1
2
Contractor
Contractor
dsysY;k dkekps
vankts ifjek.k
okij.ks vko’;d okijko;kl izR;{k
vlysys flesVa ps
gos
okijysys
ifjek.k@iksR;ke/;s vlysY;k flesVa ps
¼iksR;kP;k izR;sd
flesVa ps
,dw.k
,dw.k
ifjek.k
ifjek.k ,deku la[;sr½ es-Vu
ifjek.k
es- Vu
es- Vu
3
4
5
No. of Corrections
6
7
University Engineer
138
University Engineer
MkW-ckGklkgsc lkoar dksd.k d`f"k fon;kihB nkiksyh rkyqdk nkiksyh ftYgk
jRukfxjh
iksyknkph vkod o [ki
;kapk fg’kksc n’kZfo.kkjh uksna ogh dz- 1
dkekps ukoa %
ekxhy lIrkgkiklwu dkekP;k fBdk.kh vlysyh f’kYyd
vkod vkf.k [ki ;kapk fg’ksc
fnukad
xkMh
dzekad
izkIr iksyknkps
otu
okijysY;k
iksyknkps otu
fnolkP;k v[ksjhl
f’kYyd iksyknkps
otu
1
2
3
4
5
,dw.k
da=kVnkjkph lgh
Contractor
vfHk;aR;kph lgh
139
University Engineer
MkW-ckGklkgsc lkoar dksd.k d`f"k fo|kihB nkiksyh
uksna ogh dz- 2
fujfujkGÓkk ckchaoj vkBoMÓkke/;s mi;ksxkr vk.k.ks vko’;d vlysys iksyknkps
ifjek.k o izR;{kkr mi;ksxkr vk.kysys ifjek.k ;kaph rqyuk nk[ko.kkjs dks"Vd
vkBoMÓkke/;s dsysY;k dkekps ,dw.k vankts ifjek.k
1½
2½
3½
Contractor
Contractor
No. of Corrections
University Engineer
140
University Engineer
MkW ckGklkgsc lkoar dksd.k d`f"k fon;kihB nkiksyh rkyqdk nkiksyh ftYgk jRukfxjh
uksanogh dz- 3
----------------------------------------- jksth lai.kkÚ;k vkBoMÓkklkBh xks"kokjk
vdz-
Ckkchaps ukao
1
2
Contractor
Contractor
dsysY;k dkekps
vankts ifjek.k
okij.ks
okijko;kl izR;{k
vko’;d
gos
okijysys
vlysys
vlysY;k iksyknkps
iksyknkps
iksyknkps
,dw.k
,dw.k
ifjek.k
ifjek.k ,deku ifjek.k es-Vu
ifjek.k
es- Vu
es- Vu
3
4
5
No. of Corrections
6
7
University Engineer
141
University Engineer
THEORETICAL
CONSUMPTION
OF
MATERIAL
Contractor
142
University Engineer
THEORITICAL REOUIREMENT OF MATERIALS BUILDINGS.
EXCAVATION
Item
Unit
Rubble in
M3
Over
Size
metal in
M3
Providing trap rubble spoiling 15
to 20 cm thick
Providing soiling using 80mm
over size trap metal
M3
1.00
--
--
0.20
M3
--
1.00
0.15
--
Sr.
No.
1
2
Sand Quarry in
in
spaul in
M3
M3
PILE FOUNDATION
Sr.
No.
1
2
Item
Unit
M25 RCC Cast in Situ Bored Piles
M30 RCC Cast in Situ Bored Piles
M3
M3
Cement
Bags
7.50
8.00
Sand in M3
0.45
0.45
PLAIN CEMENT CONCRETE AND REINFORCED CEMENT CONCRETE
Sr.
No.
1
2
3
4
5
6
7
8
9
10
11
Contractor
Item
Plain cement concrete
1:5:10
Plain cement concrete
1:4:8
Plain cement concrete
1:3:6
Plain cement concrete
1:2:4
M-10 Grade Cement
Concrete
M-15 Grade PCC
M-20 Grade PCC
M-15 Grade Cement
Concrete (RCC)
M-20 Grade Cement
Concrete (RCC)
M-25 Grade Cement
Concrete (RCC)
M-30 Grade Cement
Concrete (RCC)
Coarse Aggreate
40mm 20mm 12/10
in M3 in M3 mm in
M3
0.90
---
Unit
Cement
Bags
Screene
d Sand
in M3
M3
2.60
0.470
M3
3.40
0.470
0.90
0.00
0
M3
4.40
0.445
0.56
0.24
0.11
M3
6.27
0.445
--
0.57
0.28
M3
4.40
0.445
0.56
0.24
0.11
M3
M3
M3
6.27
7.00
6.27
0.445
0.445
0.425
0.00
0.00
0.00
0.57
0.57
0.57
0.28
0.28
0.28
M3
7.00
0.425
0.00
0.57
0.28
M3
7.50
0.425
0.00
0.57
0.28
M3
8.00
0.425
0.00
0.57
0.28
143
University Engineer
BRICK MASONARY
Item
Unit
Cement
Bags
Second class brick work in CM 1:6 in
foundation and plinth of inner wall / external
wall.
Second class brick work in CM 1:6 in
superstructure
Second class brick works in CM 1:4 with 6mm
diameter M. S. Bars in half brick walls.
masonary in CM 1:4 for pillars rectangular in
shape
Second class brick masonary in CM 1:4 for
pillars rectangular in shape
Second class brick masonary in CM 1:4 for
pillars Curved in shape
Second class brick masonary coping in in CM
1:6
M3
1.42
Screened
Sand in
M3
0.320
M3
1.42
M3
Sr.
No.
1
2
3
4
5
6
475.00
M. S.
Bars in
Kg.
0.00
0.320
475.00
0.00
0.22
0.034
475.00
1.76
M3
2.60
0.250
475.00
--
M3
2.60
0.250
475.00
--
M3
1.24
0.250
475.00
--
Trap
Rubbl
e in
Nos
1.16
Bricks
in Nos
STONE MASONARY
Sr.
No.
1
2
3
Sr.
No.
4
5
6
Contractor
Item
Unit
Cemen
t Bags
M3
1.77
Screen
ed
Sand
in M3
0.350
M3
2.05
0.350
1.16
2.00
M3
2.05
0.350
1.16
2.00
UCR Masonary in CM 1:6 in
foundation and plinth of inner walls /
external walls
UCR Masonary in CM 1:6 in Super
structure
Random rubble masonary IInd sort in
CM 1:6 in superstructure
Item
CR Masonary
2nd sort in CM
1:6 in Plinth
CR Masonary
2nd sort in CM
1:6 in
Superstructure
CR Masonary
1st sort in CM
1:6 in
Superstructure
and pillars
Corner
/ Quins
in Nos
2.00
Screened Trap
Corner Trap
Cement
Khandkis
Unit
Sand in
Rubble / Quins header
Bags
in Nos
M3
in M3 in Nos in Nos
M3
1.50
0.300
0.35
2.00
7
50
M3
1.50
0.300
0.35
2.00
7
50
M3
1.50
0.300
0.35
2.00
7
50
144
University Engineer
Contractor
145
University Engineer
Sr. No. Item
7
Laterite masonary in CM 1:6 in
foundations
Laterite masonary in CM 1:6 in
superstructures
8
M3
1.20
Screened
Sand in
M3
0.210
M3
1.20
0.210
Cement
Bags
Unit
Laterite Stone
45 x 30 x 20
cm in Nos
45.00
45.00
WATER PROOFING TREATMENT
Sr.
No.
1
2
3
4
5
6
Course
Aggtregate
12/10m
20mm
m in
in M3
M3
0.033
0.011
Unit
Cement
Bags
Screene
d Sand
in M3
50mm thick damp proof
coares in CC 1:2:4
20mm integral finishing in
CM 1:3
W.P. to terrace 112 mm
thick
M2
0.32
0.022
M2
0.20
0.020
0
0
M2
0.71
0.09
0
W.P. of BB coba to water
closet
20mm thick water proof
plaster in 1:3 for dado
25mm thick water proof
bedding in CM 1:3
M2
2.20
0.23
Brick
Bat
0.10
0
M2
0.22
0.03
0
0
M2
0.27
0.02
0
0
Item
0
PLASTERING AND POINTING
Sr.
No.
1
2
3
4
5
6
7
8
9
Contractor
Item
6mm Plaster in CM 1:4
6mm Plaster in CM 1:3
12mm plaster in single coat in CM
1:5
12mm plaster in single coat in CM
1:4
12mm plaster in single coat in CM
1:3
20mm cement plaster in CM 1:3 in
single coat
20mm cement plaster in CM 1:5 in
two coat
20mm cement plaster in CM 1:4 in
two coat
25mm cement plaster in CM 1:4 in
Screened
Fine
Sand in Aggregate
M3
in M3
0.0076
0.00
0.0076
0.00
0.015
0.00
Unit
Cement
Bags
M2
M2
M2
0.054
0.070
0.090
M2
0.110
0.015
0.00
M2
0.140
0.015
0.00
M2
0.228
0.024
0.00
M2
0.140
0.025
0.00
M2
0.170
0.025
0.00
M2
0.217
0.031
0.00
146
University Engineer
10
11
12
13
14
15
two coat
Sand faced plaster in CM 1:4 in two
coat
Rough cast plaster in two coats in
CM 1:4
Rough cast plaster in two coats in
CM 1:4 with colour pigment
Exterior Stone crete facing in CM 1:3
Flush grooved pointing CM 1:3 to
brick masonary
Flush grooved pointing in CM 1:3 to
stone masonary
M2
0.250
0.033
0.00
M2
0.250
0.021
0.012
M2
0.250
0.021
0.012
M2
M2
0.300
0.020
0.015
0.003
0.015
0.00
M2
0.040
0.003
0.00
Item
Unit
Cement
Bags
Tuck pointing in CM 1:3 in CM 1:3
to stone masonary
Weather pointing in CM 1:3 to stone
masonary
Vee pointing in CM 1:3 to stone
masonary
Flush pointing in CM 1:3 to stone
masonary
M2
0.040
Screened
Sand in
M3
0.005
Fine
Aggregate
in M3
0.00
M2
0.040
0.004
0.00
M2
0.030
0.003
0.00
M2
0.025
0.003
0.00
Sr.
No.
16
17
18
19
PAVING AND FLOORING
Sr.
No.
1
2
3
4
5
6
7
8
9
Contractor
Item
Unit
Cement
Bags
Rough shahabad flooring 25 to 30mm thick on bed
of 1:6 CM with CP 1:3
Polished shahabad / tandur / kotha stone flooring 25
to 30mm thick on bed of 1:6 CM
Polished shahabad / tandur / kotha stone flooring 25
to 30mm thick on bed of 1:6 CM with kadappa
border
Polished shahabad / tandur / kotha stone flooring 25
to 30mm thick on bed of 1:4 cement mortar plaster
Plain cement tile 25 x 25cm flooring on bed of 1:6
cement mortar
Plain cement tile for dado and skirting on 1:4
cement mortar plaster
Plain coloured cement tiles for flooring on bed of
1:6 CM
Plain coloured cement tiles for dado on plaster of
1:4 cement mortar
White / colour glazed tiles 150 x 150mm and
200mm x 100mm for flooring on 1:4 CM
M2
0.135
Screened
Sand in
M3
0.022
M2
0.135
0.022
M2
0.135
0.022
M2
0.185
0.022
M2
0.135
0.020
M2
0.185
0.020
M2
1.350
0.020
M2
0.185
0.020
M2
0.220
0.020
147
University Engineer
10
11
12
13
14
15
16
17
Sr.
No.
18
19
20
21
22
23
24
25
26
27
28
29
30
Contractor
White / colour glazed tiles 150 x 150mm and
200mm x 100mm for dado on 1:4 CM plaster
Gray / white cement based marble mosaic tiles for
flooring on 1:6 cement mortar
Gray / white cement based marble mosaic tiles for
dado on 1:4 cement plaster bed
P & L Machine cut Marble slab 60 x 45 cm flooring
on 1:6 cement mortar bed
P & L Machine cut Marble slab 60 x 45 cm dado on
1:4 cement plaster bed
Providing and laying in situ cement mosaic dado
and skirting 6mm thick on plaster in CM 1:3
Providing and laying flooring of Tukda mosaic /
china mosaic ( Broken mosaic tile pieces ) on bed
of 1:4 cement mortar
Providing and laying polished shahabad / tandur /
kotha stone / kadappa slab for treads and risers on
bed of 1:4 CM
M2
0.210
0.020
M2
0.135
0.020
M2
0.185
0.020
M2
0.135
0.022
M2
0.185
0.020
M2
0.200
0.020
M2
0.300
0.024
M2
0.185
0.02
Item
Unit
Cement
Bags
Plain cement tiles / plain coloured cement tiles for
treads and risers on bed of 1:4 cm
Marble Mosaic tiles for treads and risers on bed of
1:4 cement mortar
Marble slabs 20mm thick for treads and risers ad
sills
Polished Shahabad tandur / kotha / Kadappa stone
25 to 30mm thick sill on bed of 1:4 CM
Providing sills of precast marble mosaic tiles on
bed of 1:4 CM
White marble slabs dado and skirting
25 thick precast polished chequered tiles / coloured
cement tiles and treads and plain cement tiles for
risers.
Polished chequred marble mosaic tiles 20 x 32 cm
size for treads and risers
Marble / Kadappa / Tandur stone partition for
urinals
Vitrified flooring on bed of CM 1:4
Vitrified tiles for dado and skirting CM 1:4
30 x 30 cm Ceramic tile flooring on bed of 1:4 CM
30 x 30 cm Ceramic Tiles for dado and Skirting
M2
0.185
Screened
Sand in
M3
0.02
M2
0.185
0.02
M2
0.185
0.02
M2
0.185
0.02
M2
0.185
0.02
M2
0.185
0.02
M2
0.16
0.02
M2
0.185
0.02
M2
0.055
0.005
M2
M2
M2
M2
0.21
0.20
0.21
0.20
0.017
0.012
0.017
0.012
148
University Engineer
Sr.
No.
1
2
3
4
Sr.
No.
1
Contractor
Item
IPS Flooring in 1:11/2:3
proportion 40mm thick
IPS Flooring in 1:11/2:3
proportion 50mm thick
IPS Flooring in 1:2:4
proportion 40mm thick
IPS Flooring in 1:2:4
proportion 50mm thick
Metal
20mm 12/10mm
in M3
in M3
0.033
0.017
Unit
Cement
in Bags
M2
0.310
Screene
d Sand
in M3
0.020
M2
0.350
0.022
0.044
0.014
M2
0.300
0.020
0.033
0.017
M2
0.314
0.022
0.044
0.014
Screened
Sand in
M3
0.0136
Crushed
Sand in
M3
0.0272
Cement
Unit
in Bags
Item
Providing and laying in situ cement
marble mosaic 10mm thick for flooring
M2
0.20
149
University Engineer
Annexure „A‟
QUALITY CONTROL TESTS
(Refer Condition No. 30 on Page No. 96 )
Sr.No.
Material
1
Laterite Stone
Test
i) Compressive Strength/
ii) Water Absorption/
2
Trap Metal
i) Crushing value.
ii) Impact value.
iii) Abrasion value.
iv) Water Absorption.
v) Flakiness Index & Elongation index.
vi) Gradation.
3
Bricks
i) Crushing Strength.
ii) Water Absorption.
4
Flooring Tiles
i) Flexural strength.
ii) Water Absorption.
5
Glazed Tiles
i) Water Absorption.
6
Cement
7
Steel
8
Interlocking concrete paving block
i) Compressive Strength.
ii) Initial setting time.
iii) Final setting time.
iv) Specific Gravity.
v) Soundness
vi) Fineness
vii) Std. Consistency
i) Weight per meter.
ii) Ultimate Tensile stress.
iii) Yield stress.
iv) Elongation.
v) Bend Test.
i) Compressive Strength.
ii) Fexural Test
iii) Resistance to wear.
9
Wood work (shutters & frames)
10
Cement Concrete
11
Structural steel
Contractor
Contractor
i) End immersion test
ii) Knife test.
iii) Glue adhesion test.
i) Mix design
ii) Compressive strength.
i) Weight/Running metre
No. of Corrections
University Engineer
150
University Engineer
Annexure „B‟
Construction Material Testing & its frequency
(Refer additional general condition no 30 )
Sr.
Material
1
CEMENT
1) Consistency
2) Initial & Final Setting time
3) Fineness
4) Specific Gravity
5) Soundness
6) Compressive Strength
METEL
1) Sieve Analysis (Gradation)
(Concrete work)
2) Sieve Analysis Red Book
Specification
3) Sieve Analysis
Granular Sub Base (N.H.Work) MOST
Water Absorption
Impact (Concrete WBM/BT)
Crushing
Abrasion
Flakiness & Elongation Index
Plasticity Index for blindage used for
WBM
SAND
1) Water Absorption & Specific Gravity
2) Fineness Modulus
3) Slit Content
4) Bulkage
BRICKS
1) Water Absorption
2) Comp Strength
3) Effloresce
Flooring Tiles
1) Flexural Strength
2) Water Absorption
3) Abrasion
Glazed Tiles
1) Water Absorption
Concrete Mix Design
Compressive strength C.C.Cubes for Qty
Qty. utpo 5 m3
6-15 m3
16-30 m3
31-50 m3
Quantity above 15 m3
2
a
b
c
d
e
f
g
3
4
5
6
7
Contractor
Rate
Frequency
Test per 50 M.t. above six tests
shall be carried.
1 Test for every day work
1 Test per 100 m3
1 Test per 200 m3
1 Test per 200 m3
1 Test per 200 m3
1 Test per for Each Source
1 Test per for Each Source
1 Test per 200 m3
1 Test per 25 m3
1 Test per for Each Source
1 Test per for Each day
1 Test per for Each day work
1 Test per for Each day work
For each 50000 Nos bricks above
three test are to be carried out
For 2000 Nos of Tiles above three
tests are to be carried out
1 Test- 6 Tiles per 2000 Nos.
1 Concrete Mix Design for each
grade of concrete per every per hour
1 Set (3 Nos.)
2 Set (3 Nos.)
3 Set (3 Nos.)
4 Set (3 Nos.)
4+1 additional set per 50 m3
151
University Engineer
Contractor
8
9
10
11
University Engineer
MURUM/SOIL for earth work
1) Optimum Dry Density
2) C.B.R.
3) Liquid & Plastic Limit/Plasticity
index
4) Field Density 100% P.D
5) Filed Moisture Content
2 Test per 3000 m3
1 Test per 3000 m3
1 Test per 3000 m3
1 Test per 3000 m3
1 Test per 3000 m3
WOOD
1) Moisture Content
2) Density
1 Test per Source
1 Test per Source
WATER
1) P.H. Value for water and sand
2) Chloride & Sulphate content
1 Test per Source
2 Test per Source
STEEL/ STRUCTURAL STEEL
1) Wt. per meter
2) Ultimate Tensile Stress
3) Yield stress
4) Elogation
Contractor
Contractor
No. of Corrections
One test for every 5.0 MT or part
thereof for each diameter
No. of Corrections
University Engineer
152
University Engineer
LIST OF APPARTUS REQUIRED FOR BUILDING WORK
Name of Apparatus
Sr.
1 30 m and 50 m chain / tape
2 Automatic leveling instrument / Tachometer with all accessories
like 5.00 metre staff
3 Vernier calipers
4 Cube moulds for concrete / Cube moulds for cement mortar
5 Silt jar for sand silt testing
6 Oven – Electrically operated, thermostatically controlled, range
upto 200 0C sensitivity 10C.
7 Platform balance 300 kg capacity
8 Balance 20 kg capacity – self indicating type
9 Electronic Balance 5 kg capacity, accuracy 0.5 gm
10 Water bath – electrically operated and thermostatically controlled
with adjustable shelves, sensitivity 10C.
11 Thermometers : Mercury-in-glass thermometer, range 00 to 250 0C
Mercury-in-steel thermometer with 30 cm stem, range upto 300 0C
12 Kerosene or gas stove or electric hot plant.
13 Set of IS sieves with lid and pan:
Nos (min)
required
2 Nos.
2 Nos.
1 No.
6 Sets
4 Sets
1 No.
1 No.
2 Nos.
1 No.
4 Nos.
1 No.
450 mm diameter
63 mm, 53 mm, 37.50 mm, 26.50 mm, 13.20 mm,
9.50 mm, 6.70 mm, and 4.75 mm size
1 Sets
200 mm diameter
14
15
16
17
18
19
20
21
22
2.36 mm, 1.18 mm, 600 micron, 425 micron, 300 micron,
150 micron and 75 micron
Water testing Kit
Atterbergs Limit (liquid and plastic limits) Determination
apparatus
Dry bulk density test apparatus (sand pouring cylinder, tray, can
etc.)
Speedy Moisture Meter complete with chemicals
Aggregate Impact Value Test apparatus/ Los Angles Abrasion test
apparatus.
Flakiness and Elongation Test Gauges
Vicat apparatus for testing setting times
Slump testing apparatus
Compression and Flexural strength testing machine, 200 tone
capacity with additional dial for flexural testing.
Contractor
Contractor
No. of Corrections
2 Sets
1 Sets
1 Sets
1 Sets
1 Sets
1 Sets
1 Sets
1 Sets
4 Sets
1 No.
University Engineer
153
University Engineer
LIST OF APPROVED MAKES
SR.
DESCRIPTION
NO.
1. Transformer
APPROVED MAKES
/ MANUFACTURERS
CG / HUPHEN / KIRLOSKAR /
VOLTAMP
/
UNIVERSAL
/
APPROVED BY MSEDCL
2.
Armoured, Aluminium /
Copper Conductor cables
POLYCAB / RR KABELS / CCI /
FINOLEX / RALLISON/ HAVELLS.
3.
Low Tension, TPN SFU with HRC
SIEMENS / L&T / ABB/ SCHNEIDER
4.
Low Tension, 3/4 Pole, Air Circuit Breakers, &
Moulded Case Circuit Breakers, 415 Volts AC,
3 Phase , 50Hz.
fuses, 415 Volts, AC, 3 Phase, 50 Hz.
SIEMENS / L&T / ABB/ SCHNEIDER
5.
Low Tension, Capacitors 440 Volts, 50 EPCOS / L&T MIHIR / VISHAY /
Hz, 3 Phase
POWER MATRIX / UNISTAR /
MALDE
TEKNIC / SIEMENS / L&T
6.I Indicating Lamps Holders with
LED Type lamps
7.
Selector Switches for Ammeter /
Voltmeter
SULZER / THAKOOR / KAYCEE
8.
Digital Meters : Ammeters, Voltmeters, CONZERVE / HPL / TRINITY
PF meters, Frequency Meters
/NIPPEN / ENERCON / SCHNEIDER
9.
Energy Meters – Digital
SIMCO / JAIPUR / SECURE
10. Panel wires, Gray/Black
colour in 660/1100 grade
FINOLEX / POLYCAB / RR KEABELS
15.
COMMET / BRACO / HMI
Cable Glands
Siemens Double Compression type.
12. Lugs, Crimping type,
DOWELL'S OR APPOROED BY U.E.
13. Push Button Stations type,
TECHNIK / SIEMENS / VAISHNAV
14. Terminal Blocks, Clip-on type
ELMEX / CONNECTWELL
15. MS fabricated Panels
CPRI Approved
16. Starters / Contactor/ Timers
17. Miniature Circuit Breaker of 9 KA
GE POWER/ SIEMENS / L&T
L&T (HAGER) / LEGRAND (MDS)/
SCHNEIDER / SIEMENS / ABB
tinned copper heavy duty only.
in différent colour codes.
Breaking Capacity & Distribution Boards.
Contractor
154
University Engineer
18. CTs 1100 Volts grade
AUTOMATIC ELECTRIC /
KAPPA / RECO
ALACRITY / ENERCON
19. Automatic Power Factor
Relay and Load Managers
20. Internal Light fixtures
21. External Light fixtures
22. Lamps / Tubes.
23. PVC Trunking
ACCESSORIES
/
Conduits
GE / PHILIPS / CROMPTON /
FIXOLITE / WIPRO / BAJAJ
GE / PHILIPS / CROMPTON /
SCHREDER / BAJAJ / WIPRO
GE / PHILIPS / CROMPTON / WIPRO
/ OSRAM
& PRECISION / MODI / PRESS FIT
PESTOPLAST
24. FR Wires in 660/1100 Volts grade
FINOLEX / POLYCAB /RR KABLES
for light / power point wiring.
25. Switches & sockets, Industrial Socket, ANCHOR / LEGRAND / HAVELLS/
Metal Clad Switches
CLIPSAL / ELLE / AERILIGHT
26. Exhaust & Ceiling Fan
AS PER BOQ
27. Telephone cables & wires
DELTON / FINOLEX / ITL
28. Telephone Tag Block.
29. Solar Water Heating & Street Lighting
KRONE / ITL
30.
35.
32.
33.
VOLTAS / BLUE STAR / CAREER
Water Cooler
Industrial metal clad Switch Sockets
MS / GI Conduits
Street Light Pole
34. EPABX
35. CEILING ROSE / ANGLE &
HOLDER
36. AIR CONDITION
37. WATER PURIFIER
MEDA APPROVED VENDOR
GEWISS / HAVELLS / CLIPSAL
VIMCO / BEC /AKG
SHIVAM / BOMBAY TUBES CO./ ITC /
NATIONAL
/
HINDUSTAN
POWER
CONTROL CO. /SCHREDER
SIEMENS / D-LINK
ANCHOR /PRESSFIT / PRECISION
BATTEN
VOLTAS / BLUE STAR / CAREER / LG
EUREKA FORBES / GODREJ / ANY OTHER
APPROVED BY KKV ENGINEER-INCHARGE.
MICROTEK / NUMERIC/LUMINICS
EXCIDE / OKAYA / AMAR RAJA / YUASA/
AUTOBAT
SYSTEM SENSOR / APOLLO / COOPER
38. INVERTER
39. BATTERY
40. FIRE ALARM SYSTEM
Note:
Contractor
Any other item not mentioned but required at site will be as per the final approval of
Client / Consultant.
155
University Engineer
DECLARATION OF THE CONTRACTOR
I/ We herby declare that I/we have made myself /ourselves thoroughly conversant with the local
conditions regarding all materials and labour on which I/we have based my/our rates for this tender.
The specification and lead of material on this work have been carefully studied and understood by
me /us before submitting this tender . I/we undertake to use only the best materials approved by the
University Engineer, Dr Balasaheb Sawant Konkan Krishi Vidyapeeth Dapoli or his duly
authorized re-penetrative before starting the work and to be abide by his decision
I/we hereby undertake to pay the labourers engaged on the work as per minimums wages ACT
1948 applicable to the zone concerned
SIGNATURE OF CONTRACTOR
Contractor
156
University Engineer
DRAWINGS
Contractor
157
University Engineer