Tender Papers: Public Works Region, Mumbai. Public Works Circle, Mumbai
Tender Papers: Public Works Region, Mumbai. Public Works Circle, Mumbai
Tender Papers: Public Works Region, Mumbai. Public Works Circle, Mumbai
B-1
TENDER PAPERS
e-Tendering System
FOR THE WORK OF
https://mahatenders.gov.in
EXECUTIVE ENGINEER
NORTH MUMBAI PUBLIC WORKS DIVISION,
ANDHERI, MUMBAI.
(1)
INDEX
NAME OF WORK : 332 Police Constable Quarters Building No. 17-A at
Majaswadi, Jogeshwari (E), Mumbai. Structural
Strengthening and Repairs work.
Issued to ___________________________________________________________
CERTIFICATE
Name of work : 332 Police Constable Quarters Building No. 17-A at
Majaswadi, Jogeshwari (E), Mumbai. Structural
Strengthening and Repairs work.
Certified that, all up-to date clauses along with amendments, have been
incorporated in the Tender Book for the above work.
CERTIFICATE
Certified that, Estimate and the Plan on which the Tender are based have been
carefully examined and the changes are called for.
3. Certified that, the calculations have been checked 100% and found
correct.
4. Certified that, the wording of items are as per sanctioned estimate and
there is no deviation.
5. Certified that, the work will not be held up for want of design details.
6. Certified that, the shifting / removal of electric line, telephone line, water
supply line, old structure, encroachments is not necessary.
CERTIFICATE
DETAILS OF WORK
2. Total Security Deposit (1%) = Rs. 1,88,000/- (of which 50% i.e. Rs. 94,000/- to be
paid at the time of Agreement and 50% i.e. Rs. 94,000/- to be deducted from bills).
3. Time stipulated for completion is 300 Days including monsoon.. which will include
the monsoon period.
1. Online percentage rate tenders in ‘B-1’ Form are invited by the Executive Engineer,
North Mumbai (P.W.) Division, Andheri, Mumbai for the following work from
Experienced Contractors. The name of work, estimated cost, earnest money, security
deposit, time limit for completion etc. are as under.
3. Further information regarding the work can be obtained from the above office. EMD
Exemption certificate will not be accepted. Affidavit on Rs. 100/- stamp paper in
prescribed form given in Annexure I sworn before Executive Magistrate / Notary must be
submitted online. Only L1 bidder have to submit Additional Performance Security
Deposit should be submitted in the form of FDR / Demand Draft / Bank Guarantee
only within 8 days from Financial opening to the Executive Engineer, North Mumbai
(P.W.) Division, Andheri (W), Mumbai. Hard copy of all the documents is submitted
within 72 hours from Bid lock period of tender is allowed. Bids will be opened as per
the Tender Schedule, in the presence of such intending Tenderers or his / their authorized
representatives who may be present at that time.
TENDERING PROCEDURE :
1.1. Blank Tender Forms.
1.1.1 Tender Forms can be downloaded from the eTendering portal of Public Works
Department, Government of Maharashtra i.e. https://mahatenders.gov.in after
entering the details of payment towards Tender Fees as per the Tender Schedule.
1.1.2 The tender submitted by the tenderer shall be based on the clarification, additional
facility offered (if any) by the Department, and this tender shall be unconditional.
Conditional tenders will be summarily REJECTED.
1.1.3 All tenderers are cautioned that tenders containing any deviation from the
contractual terms and conditions, specifications or other requirements and
conditional tenders will be treated as non responsive. The contractor should clearly
mention in forwarding letter that his offer (in envelope No.1& 2) does not contain
any condition, deviations from terms and conditions stipulated in the tender.
1.1.4 Tenderers should have valid Class III Digital Signature Certificate (DSC) obtained
from any Certifying Authorities. In case of requirement of DSC, interested Bidders
should go to https://mahatenders.gov.in and follow the procedure mentioned in the
document ;Procedure for application of Digital Certificate.
1.1.5 For any assistance on the use of Electronic Tendering System, the Users may call the
below
Toll Free Ph. No. 1800 30702232/7878107985-86
E-Mail : eproc.support@maharashtra.gov.in
1.2 Special Instructions to the Contractors/Bidders for the e-submission of the bids
online through this tender site :
https://mahatenders.gov.in
(1) Bidder must register themselves on https://mahatenders.gov.in portal by clicking
“Online Bidder Enrollment” and then map Digital Signature certificate.
(2) Bidder then login to the site giving user id / password chosen during registration.
(3) The e-token that is registered should be used by the bidder and should not be
misused by others.
(4) The Bidders can update well in advance, the documents such as certificates, purchase
order details etc., under My Documents option and these can be selected as per
tender requirements and then attached along with bid documents during bid
submission.
(5) After downloading / getting the tender schedules, the Bidder should go through them
carefully and then submit the documents as asked, otherwise, the bid will be rejected.
(6) If there are any clarifications, this may be obtained online through the tender site, or
through the contact details. Bidder should take into account of the corrigendum
published before submitting the bids online.
(7) Bidder, in advance, should get ready the bid documents to be submitted as indicated
in the tender schedule and they should be in PDF/xls/rar/dwf formats. If there is
more than one document, they can be clubbed together.
(8) Bidder should get ready the EMD as specified in the tender. The original should be
posted/couriered/given in person to the Tender Inviting Authority, within the bid
submission date & time for the tender.
(9) The bidder reads the terms & conditions and accepts the same to proceed further to
submit the bids.
(10) The bidder has to submit the tender document online well in advance before the
prescribed time to avoid any delay or problem during the submission process.
(11) After the bid submission, the acknowledgement number, given by the e-tendering
system should be printed by the bidder and kept as a record of evidence for online
submission of bid for the particular tender.
(12) The details of the Earnest Money Deposit document submitted physically to the Dept
and the scanned copies furnished at the time of bid submission online should be the
same otherwise the Tender will be summarily rejected
(13) The Tender Inviting Authority (TIA) will not be held responsible for any sort of
delay or the difficulties faced during the submission of bids online by the bidders.
(14) The bidder may submit the bid documents either by online mode through the site
(https://mahatenders.gov.in) as indicated in the tender.
(15) The tendering system will give a successful bid updation message after uploading all
the bid documents submitted & then a bid summary will be shown with the bid no,
date & time of submission of the bid with all other relevant details. The documents
submitted by the bidders will be digitally signed using the e-token of the bidder and
then submitted.
(16) The bid summary has to be printed and kept as an acknowledgement as a token of
the submission of the bid. The bid summary will act as a proof of bid submission for
a tender floated and will also act as an entry point to participate in the bid opening
date.
(17) Bidder should log into the site well in advance for bid submission so that he submits
the bid in time i.e on or before the bid submission end time. If there is any delay, due
to other issues, bidder only is responsible.
(18) The bidder should see that the bid documents submitted should be free from virus
and if the documents could not be opened, due to virus, during tender opening, the
bid is liable to be rejected.
(19) The time settings fixed in the server side & displayed at the top of the tender site,
will be valid for all actions of requesting, bid submission, bid opening etc., in the e-
tender system. The bidders should follow this time during bid submission.
(20) All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not viewable by
unauthorized persons during bid submission & not be viewable by any one until the
time of bid opening. Overall, the submitted tender documents become readable only
after the tender opening by the authorized individual.
(21) The confidentiality of the bids is maintained since the secured Socket Layer 128 bit
encryption technology is used. Data storage encryption of sensitive fields is done.
(22) The bidders are requested to submit the bids through online etendering system to the
TIA well before the bid submission end date & time (as per Server System Clock).
(23) The bidder should logout of the tendering system using the normal logout option available at
the top right hand corner and not by selecting the (X) option in the browser.
(24) The bidder should upload the Technical document in .rar format single file to upload in
Technical cover and then BOQ in .xls format single file to uupload in Finance cover.
(25) For any other queries, the bidders are asked to contact through Mail
: etender.maha@nic.in
1.4.5 Scan copy of Abstract of list of Machinery and plants immediately available with
the tenderer for use on this work and list of machinery proposed to be utilized on this
work, but not immediately available and the manner in which it is proposed to be
procured. (information to be given in Statement-II on page No. 26)
1.4.6 Scan copy of Valid Professional Tax Registration certificate in form PT/R/& PT/E
under section (I) & (II) of section 5 of Maharashtra Sales Tax on Profession, Trade,
Callings and employment Act,1975, rule 3(2) & 4(4) from the Professional Tax
Officer of the concerned District in Maharashtra.
1.4.7 Scan copy of Abstract of details of work done during last Seven years with the
value of work unfinished. (Information to be given in Statement No. V on Page
No.29)
1.4.8 Scan copy of Abstract of details of work of similar type and carried out by the
contractor in the VIP/Secured area such as SRPF/NSG/Force-1/Jaail Campus
(Information to be given in proforma of Statement No. III on Page No. 27) (during
last five years)
1.4.9 Scan copy of Abstract of details of list of works in hand and works tendered
for.(information to be given in proforma of Statement No. I on Page No.25)
The Certificates Sr. No. 1.4.7 to 1.4.9 should be signed by the Authority with whom
the contractor has executed the work not below the rank of Executive Engineer.
1.4.10 Scan copy of Abstract of details of Technical Personnel on the rolls of the
tenderer.(Information to be given in proforma of Statement No. IV on Page No.28)
1.4.11 Scan copy of Undertaking/ Declaration of contractor that he had studied all tender
documents, conditions and especialy work methodology given on page no. 217)
1.4.12 Scan copy of Tentative program of work in the form of Bar Chart shall be submitted.
1.4.13 a) The contractor shall submit an affidavit in original (as per format given on Page
No.33) regarding completeness, correctness and truthfulness through online in
Technical Bid. Affidavit shall be compulsorily Notarified. Affidavit not
confirming to these conditions will not be accepted and Envelope No.2 will
not be opened.
b) The Contractor shall submit accurate information on any litigation or arbitration
resulting from contracts completed or under execution by him over the last five
years. A consistent history of awards against the appliacant may result in failure
of the applicant.
1.4.14 Certified copy of Registration of Partnership Deed and Power of Attorney or copy of
Company Registration from the Competent Authority in case of a firm tendering for
work, Power of attorney shall be submitted. (True copy attested by a Gazetted
Officer.)
(a) To qualify for award of the contract, each tenderer in his name should have achieved
Maximum financial turnover of Rs 175.59 Lakhs during last Five years at the price
level of 2022-23 information should be given in Performa given. This should be
duly audited by Chartered Accountant.
(b) a) Satisfactorily completed as a contractor, Three (3) similar work Consolidated
value not less than Rs 74.92 Lakhs. Or
b) Satisfactorily completed as a contractor, Two (2) similar work Consolidated
value not less than Rs.93.65 Lacs. Or
c) Satisfactorily completed as a prime contractor, One (1) similar work
Consolidated value not less than Rs. 149.84 Lakhs at the price level of 2022-
2023 during last Five years (Information to be given only in form No.III enclosed
herewith on page No. 25)
Note :- 1)Value of completed work shall be at the price level of 2022-23 and the
similer work to be considered done during last Five years (to calculate price
level of 2022-23, 10% increase flat shall be considered every year)
(c) Satisfactorily executed as prime contractor in any one year, out of last Seven years
the following minimum quantities of work.
Minimum Qualification
Sr. No Item
Quantity
1 Removing loose rust from the reinforcement bars 84.84 Smt.
2 Providing internal cement plaster 6 mm thick Plaster 114.52 Smt.
3 Providing internal cement plaster 20 mm thick Plaster 296.42 Smt.
4 vitrified matt fininsh tiles 78.16 Smt.
5
Providing and laying vitrified mirror / glossy finish tiles 40.77 Smt.
For these, a certificate from employer shall be submitted along with application incorporating
clearly the name of the work, contract value, billing amount, date of commencement of works,
satisfactory performance of the Contractor and any other relevant information.
All the documents from Sr. No. 1.4.1 to 1.4.15 shall be correctly and completely submitted
by contractor online, otherwise his Envelope No.2 will not be opened.
d) Availability for the work of Project Manager with not less than five years experience in
construction of similar work and other two qualified Engineers having three years
experience in Structural Repair or Structural strengthening work. Out of the three
mentioned above, minimum one Engineer shall have to be available on site for full time
(Working time)
e) The tenderer shall have a proven track record of completing such work in stipulated
time.
f) The tenderer should preferably have own infrastructures for all activities for such works.
The tenderer shall submit adequate documentation about their having construction
machineries.
g) The tenderer should list the details and provide relevant information regarding sub
contractor to be employed by them.
2) The form showing the value of existing commitments and ongoing works as
well as the stipulated period of completion period of completion remaining for each of
the works listed should be countersigned by the Officer not below the rank of
Executive Engineer and Bid capacity statement of the contractor should be got
certified from the Chartered Accountant. Otherwise, his envelope No.2 will not be
opened
The Bidder should also upload Turnover Details as per Chartered Accountant
Certificate and Work Done Details for last 5 years in proforma of Statement No. IX
on Page No. 31)
2) Bidders shall fill the relevant information of Key Persons and Technical Staff
available with him in the formats and specified on link "bidcap.emahapwd.com" of
www.mahapwd.gov.in portal.
Out of the total key persons and Technical staff available with bidder, he shall upload
the staff he desires to deploy for this work. This statement shall be downloaded from
the link "bidcap.emahapwd.com". Bidder shall upload this QR based statement
downloaded on or before two days of submission of bid. If this certificates is not
uploaded then tender shall be treated as non responsive.
Bidder should also uptoad the information of list of key persons and Technical staff
available with him in proforma of Statement No. X on Page No.32)
All these statements shall be filled in and signed properly. If these Statements are
1.4.16..2
found incomplete, incorrect, kept blank or wrongly filled, Contractor’s Envelope
No.2 (financial bid) will not be opened and his offer will be summarily rejected.
The Tenderer should quote his offer only through online bidding processes in terms
of percentage of estimated rates. He should not quote his offer any where directly or
indirectly in Envelope No. 1. The contractor shall quote for the work as per details
given in the main tender made available to him on eTendering portal of Public
Works Department, Government of Maharashtra through online from Executive
Engineer. His tender shall be unconditional.
The security deposit for the due performance of the contract shall be as detailed in the
Tender Documents elsewhere. Fifty percent of the security deposit will have to be
deposited within ten days (including Government holidays) of the acceptance of the
tender and the remaining fifty percent will be recovered from the Running Bills at the
rate as specified in the tender form, on the cost of work as per SSR prevailing at the
time of acceptance of tender. Amount of total security deposit to be paid shall be 1%
of the cost of work, worked out as per SSR 2022-23 for the respective District. Initial
Security Deposit may be in Bank Guarantee form in format on Page 165 to 167 of
tender document for full period of completion of work and it should be extendable
upto expiry of valid extension if any, as directed by Engineer-in-charge
1.10.1 If the Bidder quote his offer below by more than 1.00% of the Bid cost of the
Department and found L-1 then the Bidder should submit Additional Performance
Security Deposit in the form of Demand Draft/ Fixed Deposit Receipt / Bank
Guarantee of any Nationalized or Scheduled bank within 8 days after opening
of Envelope No.2 to the Employer as mentioned below.
1.10.2 If the Bidder quote his offer below by more than 1.00% upto 10% of the estimated
cost put to bid then he should submit a Demand Draft or FDR / Bank Guarantee
amounting to 1% of the Bid Cost of the Employer towards Additional
Performance Security.
1.10.3 If the Bidder quote his offer below by more than 10.00% and upto 15% of the
estimated cost put to bid then he should submit Additional Performance Security
1.00% for every additional percentage beyond 10.00% but upto 15% below
percentage quoted, in addition to 1.00% Additional Performance Security
mentioned in clause 1.10.2 above in the form of Demand Draft or FDR / Bank
Guarantee. (e.g. if the Bidder quotes his offer 14.00% below the estimated cost put
to Bid, then he should submit 14.00% - 10.00% = 4.00% +1.00% =5.00% amount
of cost put to Bid as total additional Performance Security).
If the Bidder quote his offer below by more than 15% of the estimated cost put to
tender/bid, then he should submit Additional Performance Security 2% for every
additional percent beyond 15% below percentage quoted, in addition to 1% + 5%
Additional Performance Security mentioned in Clause 1.10.2 and 1.10.3 above in
the form of Demand Draft or FDR / Bank Guarantee.
(e.g. if the bidder quotes his offer at 19% below the estimate cost put to tender/bid,
then he should submit (19%-15%)x 2 =8% +1%+5%=14% amount of cost put to
bid as Total Additional Performance Security)
If the Additional Performance Security required above is not submitted by the L-1
Bidder within 8 days to the Employer, then the offer of L-2 Bidder will be
considerd, provided he is agrees to complete the work at less than the cost of L-1
Bidder.
1.10.12 The Additional Performance Security of the Successful Bidder shall be returned
immediately upon satisfactory completion of work, the certificate of which shall
be issued by the Engineer before releasing the Additional Performance Security.
1.15 CORRECTION
No corrections shall be made in the tender documents. Any corrections that are to be
made, shall be made by crossing the incorrect portion and writing the correct
portions above with the initials of tenderer.
incomplete in any respect are likely to be rejected without assigning any reason
therefore.
1.18 (a) The tenderers shall be presumed to have carefully examined the drawings
conditions and specifications of the work and have fully acquainted
themselves with all details of the site, the conditions of rock and its joints,
pattern, tidal pattern and condition, whether characteristics, labour conditions
and in general with all the necessary information and data pertaining to the
work, prior to tendering for the work.
(b) The data whatsoever supplied by the Department, alongwith the tender
documents is meant to serve only as guide to the tenderers while tendering
and the Department accepts no responsibility whatsoever either for the
accuracy of data or their comprehensiveness.
(c) The quarries for extraction of metal, stone etc. provided in the sanctioned
estimates are as per survey conducted by the Department. The contractor
should however, examine these quarries and see whether full quantity of
materials required for execution of the work strictly as per specification are
available in these sources before quoting the rates. In case the materials are not
available due to reasons whatsoever, the contractor will have to bring the
materials from any other sources with no extra cost to Government. The rates
quoted should therefore be for all leads and lifts from wherever the materials
are brought at site of work and inclusive of royalty to be paid to the Revenue
Department by the Contractor.
1.20 The tenderer may in the forwarding letter, mention any points he may wish to make
clear but right is reserved to reject the same or the whole of the tenders if the same
become conditional tender thereby.
1.21 The contractor or the firms tendering for the work shall inform the Department if
they appoint their authorised agent on the work.
1.22 No foreign exchange will be released by the Department for the purchase of plants
and machinery for the work by the Contractor.
1.23 Any dues arising out of contract will be recovered from the contractor as arrears of
Land Revenue if not paid amicably Moreover, recovery of Government dues from
1.25 The Income Tax at prevailing rate including surcharges or percentages in force from
time to time or at the rate as intimated by the competent Income Tax authority shall
be deducted from bill amount whether measured bill, advance payment or secured
advance.
1.26 The successful tenderer will be required to produce to the satisfaction of the
specified concerned authority a valid concurrent license issued in his favour under
the provisions of the Contract Labour (Regulation and Abolition) Act 1970 for
starting the work. On failure to do so, the acceptance of the tender shall be liable to
be withdrawn and also liable for forfeiture of the earnest money.
1.27 The tenderer shall submit the List of apprentices engaged by the Contractor under
Apprentice Act.
1.28 VALILDITY PERIOD
The offer shall remain open for acceptance for minimum period of 75 days from the
Date of opening of Envelope No. 2 (Financial Bid) and thereafter until it is
withdrawn by the contractor by notice in writing duly addressed to the authority
opening the tender and sent by Registered Post, acknowledgement due. (ref. to
memorandum on Page 37, para 2 of B-1 Form Chapter)
1.29 TESTING CHARGES
All the materials shall be tested from time to time according to frequency chart
attached in the tender. Necessary items regarding testing charges of various
construction materials are included in the tender. After producing satisfactory test
reports, contractors shall be entitled to get the necessary payment which is shown in
Schedule-B.
1.30 Contractor shall submit a certificate to the effect that “All the payments to the
labour/staff are made in bank accounts of staff linked to Unique Identification
Number (AADHAR CARD)” The certificate shall be submitted by the contractor
within 60 days from the commencement of contract. If the time period of contract is
less than 60 days then such certificate shall be submitted within 15 days from the
date of commencement of contract.
1.31 The contractor shall make all necessary arrangement required for supervising control
and data acquisition for concrete works / all cement works / masonry / plaster /
Testing Equipments items, well in advance before starting of the related items of
works and activities. All necessary arrangements be made shall be offered for
inspection to Engineer in-charge/PMC/Officer appointed by the Engineer in-charge
one month prior to the start of the related items of work. Changes if any, after his
inspection suggested by the Engineer in-charge/PMC/Officer appointed by the
Contractor No. of Corrections Executive Engineer
(23)
Engineer in-charge shall be carried out at no extra cost and within the period of
Three days. A fresh request for inspection of Engineer in-charge/PMC/Officer
appointed by the Engineer in-charge after such rectifications shall be requested by
the Contractor and final approval to the arrangements of SCADA and submission
and approval of bills/s shall be obtained.
1.32 Payment of stamp duty :
As per articles 63 Bombay stamp (Amendment) Act, 2006 and further Act, 2006
amendments in April, 2015, the contractor will have to pay stamp duty on the value
of accepted tender amount as per prevailing rate declared by the Government of
Maharashtra from time to time before work order. The stamp duty has to be paid
on GRAS online/eSBTR through net banking or any other medium as per the
direction of the Government in this regard.
1.33.1 कंत्राटदार एकमेकां विरुध्द तक्रार करत असतील अथिा हरकती (Objections) घे त असतील
तर रु. 15 कोटी ककमतीपर्यंतच्र्या कामांसा ी म्यर्य अविर्यंता ि रु. 15 कोटी पेक्षा जास्त ककमतीच्र्या
कामासा ी विविदा स्स्िकृ तीस सक्षम अविकारी र्यांचेकडे आिश्र्यक कागदपत्रासह संदिभ करुि
विर्भर्य घ्र्यािा. विविदा स्स्िकृ त प्राविकाऱ्र्याचा विर्भर्य दोन्ही बाजूस अंवतम ि बंििकारक राहील.
1.33.2 आर्थथक दे कार उघडल्र्यािंतर, विविदा प्रवक्रर्येत विविदा प्राप्त कंत्राटदारािे अथिा अन्र्य
कंत्राटदारांिी खोटी/बिािट कागदपत्रे तांवत्रक वलफाफ्र्यास जोडू ि विविदा वमळिण्र्याचे /विविदा
प्रवक्रर्येत िाग घे तल्र्याचे विदर्भिास आल्र्यास सदर कंत्राटदारास/कंत्राटदार िागीदारीस अथिा
् त कंपिी (JV/LLP/Pvt Ltd/Public Limited Company) संबिीत
कंपिीस/संर्यक्
कंपिीस प्रथम 3 िर्षाचे कालाििीकरीता काळर्या र्यादीत टाकण्र्यात र्येईल ि Web Site िर
िृत्तपत्रीर्य प्रवसध्दी दे ण्र्यात र्येईल. तसेच 3 िर्षे सािभजविक बांिकाम वििागाच्र्या विविदा प्रवक्रर्येत
िाग घे ण्र्यास प्रवतबंि राहील ही अट कंपिीचा मालक/संचालक/िागीदार र्यांिा संर्यक् ् त ि
स्ितंत्रपर्े (Combined & Several Independent liability) लागू राहील.
FORM NO. - I
Ref : Page No. 14 Clause 1.4.9
Sr. Name Agreement Tendered Date of Stipulated Value of Value Probable Remarks
No of the No. Amount comme- date of work of Date of
. work (Rs. in ncement Comple- already balance Comple-
lakhs) tion done work tion
(Rs. in (Rs. in
lakhs) lakhs)
1 2 3 4 5 6 7 8 9 10
Sr Name Name and Tendered Time Probable Date Other relevant details if
No. of Address of Amount Limit when decision is any
work client (Rs. in lakhs) expected
1 2 3 4 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 envelop No. 1.
FORM NO. - II
Ref : Page No. 14 Clause 1.4.5
Sr. Name of No. of Kind and Capacity Age and Present Remark
No. equipment Units Make Condition location
1 Precession
Drilling
Machine
2 Air
Compresso
r
3 Generator
4 Grouting
Pump
5 Hanging
Platform
and
winches
6 Rope
Access
System
PPPE
7
1.2 There will no need of fitness certificate from SE (Mechanical) for first 6
years.
1.3 After 6th year, the machinery shall be checked and certified for its fitness by
SE Mechanical/ACE (Mechanical) every 3rd year till the 15th year.
1.4 After the 15th year, the contractor will get machinery certified every year
from SE/ACE (Mechanical and produce the certificate of fitness. The
certificate will be required for machinery where it is necessary and not issued
by RTO.
Sr. Name Name and Place Agree- Date of Tendered Total Date of Principle
No of Address of the and ment commen- cost (Rs. cost Comple- Features
work organisation Country No. cement in lakhs) work tion in brief.
for whom the done (Rs.
work was done in lakhs)
1 2 3 4 5 6 7 8 9 10
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 envelop No. 1.
FORM NO. - IV
Ref : Page No. 14 Clause 1.4.10
Sr. Name Designation Qualifi- Whether Experience Period for which Remarks
No of cations working in of execution the person is
Person field or office of similar working with the
work tenderer
(1) (2) (3) (4) (5) (6) (7) (8)
FORM NO. V
Ref : Page No. 14 Clause 1.4.7
Statement showing work done in all classes of Civil Engineering works during last
Five years
Name of Contractor :-
Sr Name Amount Agree- Date of Amount of work done during Balacne Amount of
. of put to ment Commen each of last Five years. Cost work still
N Work tender / No. -cement. (201 (2019 202 202 2022 remaining to
o tendere 8- -20) 0-21 1-22 -23 be executed.
d cost. 19)
1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11.
Grand Total
(Executive Engineer)
Note :- Bidder shall upload work done certificate of Engineer –in –Charge in Support.
FORM NO. VI
Page 14 (1.4.15) (c)
Statement showing Quantities of Work Executed in any one year during last
Five years.
Name of Contractor :-
Year Name of Name of Quantity of work performed Remarks*
the work the (indicate
Employer Ref.
2018-19
2019.20
2020-21
2021-22
2022-23
परिरिष्ट-अ
Turnover Details as per Chartered Accountant Certificate (Last 5 years)
परिरिष्ट-ब
(List of Key personnel to be deployed on contract work)
Note :-Bidder shall submit the name and C.V. s of above personnel with all details in field
given in software.
Affidavit
(on Rs.100/- Stamp Paper)
authorized signatory and I am submitting the documents in envelope no.1 for the purpose of
1. I am liable for action under Indian Penal Code for submission of any false / fraudulent
paper / information submitted in envelope No.1.
2. I am liable for action under Indian Penal Code if during contract period and defect
liability period, any false information, false bill of purchases supporting proof of
purchase, proof of testing submitted by my staff, subletting company or by myself, I
will be liable for action under Indian Penal Code.
3. I am liable for action under Indian Penal Code if any paper are found false /
fraudulent during contract period and even after the completion of contract
(finalisation of final bill ).
(Signature of contractor)
(seal of company)
1 Removing loose rust Removing loose rust from the reinforcement bars
from the
2 cement plaster 6 mm Providing internal cement plaster 6 mm thick Plaster
thick Plaster
3 ement plaster 20 mm Providing internal cement plaster 20 mm thick Plaster
thick Plaster
4 vitrified matt fininsh P/ and laying vitrified matt fininsh tiles having size 590 mm to 605
tiles mm x to 605 mm of 8 to 10 mm thickness and confirming IS.
15622-2006 (Group Bla) o
5 Providing and laying Providing and laying vitrified mirror / glossy finish tiles having size
vitrified mirror / glossy 590 mm to 605 mm x 590 mm to 605 mm of 8 to 10 mm
finish tiles
FORM B-1
PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS
This 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
security deposit to be deposited by the successful tenderer, and the percentage,
if any, to be deducted from bills. Copies of the specifications, designs and
drawings, estimated rates, scheduled rates and any other documents required in
connection with the work shall be signed by the Executive Engineer for the
purpose of identification and shall also be open for inspection by contractors at
the office of the Executive Engineer during office hours.
2. In the event of the tender being submitted by a firm, it must be signed by each
partner thereof, and in the event of the absence of any partner, it shall be signed
on his behalf by a person holding a power of attorney authorising him to do so.
2(A) (i) The Contractor shall pay alongwith the tender the sum of
Rs. 1,50,000/- as and by way of earnest money. Earnest Money shall be
paid via Net Banking. The said amount of earnest money shall not carry any
interest whatsoever.
(ii) In the event of his tender being accepted, subject to the provision of
sub clause (iii) below, the said amount of earnest money shall be
appropriated towards the amount of security deposit payable by him
under conditions of General Conditions of Contract.
(iii) If, after submitting the tender, the contractor withdraws his offer, or
modifies the same or if after the acceptance of his tender the
contractor fails or neglects to furnish the balance of security deposit
without prejudice to any other rights and powers of the Government,
hereunder, or in law, Government shall be entitled to forfeit the full
amount of the earnest money deposited by him.
In the event of his tender not being accepted, the amount of earnest
money deposited by the contractor shall, unless it is prior there to
forfeited under the provisions of sub-clause (iii) above, be refunded to
him on his passing receipt therefore.
3. Receipts for payments made on account of any work, when executed by a firm,
should also be signed by all the partners except where the contractors are
described in their tender as a firm, in which case the receipt shall be signed in
the name of the firm by one of the partners, or by some other person having
authority to give effectual receipts for the firm.
4. Any person who submits a tender shall fill up the usual printed form stating at
what percentage above or below the rates specified in schedule 'B'
(memorandum showing items of work to be carried out) he is willing to
undertake the work. Only one rate or such percentage on all the Estimated
rates/Schedule rates shall be named. Tenders which propose any alteration in
the works specified in the said form of invitation to tender, or in the time
allowed for carrying out the work, or which contain any other conditions, of
any sort will be liable to rejection.
5. The Executive Engineer or his duly authorised Assistant shall open tenders in
the presence of contractors who have submitted tenders or their representatives
who may be present at the time, and he will enter the amounts of 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 in rule 1. In the event of
tender being rejected, the competent officer shall authorise the Scheduled
Bank concerned to refund the amount of the earnest money deposited to the
contractor making the tender, on his giving a receipt for the return of the
money.
6. The officer competent to dispose of the tenders shall have the right of rejecting
all or any of the tenders.
9. All work shall be measured net by standard measure and according to the rules
and customs of the Department and without reference to any local custom.
11. Every registered contractor should produce alongwith his tender valid
certificate of registration as approved contractor in appropriate class.
13. The measurements of work will be taken according to the usual method in use
in the Department and no proposal to adopt alternative methods will be
accepted. The Executive Engineer's decision as to what is the usual method in
use in the Department will be final.
14. The tendering contractor shall furnish a declaration along with the tender
showing all works for which he has already entered into contract, and the value
of work that remains to be executed in each case on the date of submitting the
tender.
15. In view of the difficult position regarding the availability of foreign exchange
no foreign exchange would be released by the Department for the purchase of
plant and machinery required for the execution of the work contracted for
(GCB/PWD/CFM/1058-62517 dt. 26.9.59)
16. The contractor will have to construct shed for storing controlled and valuable
materials at work site, having double locking arrangement. The materials will
be taken for use in the presence of the Departmental person. No materials will
be allowed to be removed from the site of works.
18. 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 breach of contract and Executive Engineer may in his
discretion cancel the contract. The contractor shall also will be liable for any
pecuniary liability arising on account of any variation by him of the provisions
of the Act.
MEMORANDUM
If several subworks are (a) General description : 332 Police Constable Quarters
included they should be Building No. 17-A at Majaswadi, Jogeshwari (E),
detailed in a separate list. Mumbai. Structural Strengthening and Repairs
work.
This deposit shall be in (i) Cash (not less than Rs. 94,000/-
accordance with paras the amount of
213 and 214 of the earnest-money)
P.W.D. Manual
(ii) To be deducted from Rs. 94,000/-
current bills
Give schedule where (f) Time allowed for the work 300 Days
necessary by which the from the date of written including monsoon
various items are to be order to commence
completed.
2. I/We agree that the offer shall remain open for acceptance for a minimum
period of 90 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 AD or otherwise delivered at
the office of such authority. The sum of Rs. 1,50,000/- representing the earnest
money is submitted online. The amount of earnest money shall not bear
interest and shall be liable to be forfeited to the Government should I/We fail to
(i) abide by the stipulation to keep the offer open for the period mentioned
above or (ii) sign and complete the contract documents as required by the
Engineer and furnish the security deposit as specified item (d) of the
memorandum contained in paragraph (i) above within the time limit laid down
in clause (i) of the annexed General Conditions of Contract. The amount of
earnest money may be adjusted to me/us if so desired by me/us in writing,
unless the same or any part thereof has been forfeited as aforesaid.
3. Should this tender be accepted I/We hereby agree to abide by and fulfill all the
terms and provisions of the conditions of contract annexed hereto so far as
applicable and in default there of to forfeit and pay to Government the sums of
money mentioned in the said conditions.
Address :
Address :
(Occupation)
CONDITIONS OF CONTRACT
Compensation for Clause 2 : The time allowed for carrying out the work as entered
delay in the tender shall be strictly observed by the contractor and shall
be reckoned from the date on which the order to commence work
is given to the contractor. The work shall through out the
stipulated period of the contract be proceeded with , with all due
diligence (time being deemed to be the essence of the contract on
the part of the contractor) and the contractor shall pay as
compensation an amount equal to one percent or such smaller
amount as the Superintending Engineer (whose decision in
writing shall be final) may decide, of the amount of the estimated
cost of the whole work as shown by the tenderer for every day
that the work remains uncommenced, or unfinished after the
proper dates. And further to ensure good progress during
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.
Contractor No. of Corrections Executive Engineer
(45)
55% Of the work in 1/2th of the time chart on Page No. 218
Clause 3 : In any case in which under any clause of this contract Action when
the contractor shall have rendered himself liable to pay whole of
compensation amounting to the whole of this security deposit security deposit
whether paid in one sum or deducted by installments or in the case is forfeited
of abandonment of the work owing to serious illness or death of the
contractor or any other cause the Engineer, on behalf of the
Governor of Maharashtra, shall have power to adopt any of the
following courses, as he may deem best suited to the interest of
Government :-
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 therefore actually performed by him under this contract
unless and until the Executive Engineer 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 clause (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 Government under the contract or
otherwise howsoever or from his security deposit or the sale
proceeds thereof provided, however the contractor shall have no
claim against Government 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 Executive Engineer, the contractor shall have no
claim to compensation for any loss sustained by him by reason of his
having purchased or procured any materials, or entered into any
engagements or made any advance on account of or with a view to
the execution of the work or the performance of the contract.
Clause 4 : If the progress of any particular portion of the work is Action when
unsatisfactory the Executive Engineer shall notwithstanding that the the progress
general progress of the work is in accordance with the conditions of any
mentioned in clause 2, be entitled to take action under clause 3(b) particular
after giving the contractor 10 day’s notice in writing. The contractor portion of the
will have no claim for compensation, for any loss sustained by him work is
owing to such action. unsatisfactory
Contractor Clause 5 : In any case in which any of the powers conferred upon
remains liable to the Executive Engineer by clauses 3 and 4 hereof shall have
pay compensation become exercisable and the same shall not have been exercised
if action not taken the non-exercise thereof shall not constitute a waving of any of
under clause 3 the conditions hereof and such powers shall not withstanding be
and 4 exercisable in the event of any future case of default by the
contractor for which under any clause hereof he is declared
Power to take
liable to pay compensation amounting to the whole of his
possession of or
security deposit and the liability of the contractor for past and
require removal of
future compensation shall remain unaffected. In the event of the
or sell
Executive Engineer taking action under sub-clause (a) or (c) of
contractor’s plant
clause 3, he may, if he so desires, take possession of all or any
tools and plant materials and stores in or upon the work of 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 or allowing for the same in account at the
contract rates, or in the case of contract rates not being applicable
at current market rates to be certified by the Executive Engineer
may, after giving notice in writing to the contractor or his clerk of
the work, foreman or other authorised agent require him to
remove such tools and 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 Executive Engineer may remove them at the
contractor’s expense of sell them by auction or private sale on
account of the contractor and at his risk in all respects and the
certificate of the Executive Engineer as to the expense of any such
removal and the amount of the proceeds and expense of any such
sale be final and conclusive against the contractor.
Clause 6 : If the contractor shall desire an extension of the time for Extension of
completion of work on the ground of his having been unavoidably time
hindered in its execution or on any other ground he shall apply in
writing to the Executive Engineer before the expiration of the
period stipulated in the tender or before the expiration of 30 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 Executive Engineer, or in the opinion of Superintending
Engineer or Chief Engineer as the case may be if in his opinion
there were reasonable grounds for granting an extension, grant such
extension as he thinks necessary or proper. The decision of the
Executive Engineer in this matter shall be final.
Payment at Clause 9 : The rates for several items of work estimated to cost
reduced rates on more than Rs. 1000 agreed to within , shall be valid only when
account of items the item concerned is accepted as having been completed fully in
of work not accordance with the sanctioned specifications. In cases where the
accepted as items of work are not accepted as so completed by the Engineer-
completed, to be in-charge may make payment on account of such items at such
at the discretion reduced rates as he may consider reasonable in the preparation of
of the Engineer- the final or on account bills.
in-charge
Contractor No. of Corrections Executive Engineer
(51)
Clause 11 : The contractor shall submit all bills on the printed Bills to be on
forms to be had on application at the office of the Engineer-in- printed form
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 pursuance of these conditions, and not
mentioned or provided for in the tender at the rates hereinafter
provided for such work.
Works to be Clause 13 : The contractor shall execute the whole and every
executed in part of the work in the most substantial and workmanlike
accordance with manner, and both as regards materials and every other respect in
specifications, strict accordance with specifications. The contractor shall also
drawings, conform exactly , fully and faithfully to the designs, drawings
orders, etc. and instructions in writing relating to the work signed by the
Engineer-in-charge and lodged in his office and to which the
contractor shall be entitled to have excess for the purpose of
inspection at such office, or on the site of work during office
hours. The contractor shall be entitled to received three sets of
contract drawings and working drawings as well as one certified
copy of the accepted tender alongwith the work order free of
cost. Further copies of contract drawings and working drawing
if required by him, shall be supplied at the rate of Rs. 100/- per
set of contract drawings and Rs.300/- per working drawing
except where otherwise specified.
Contractor No. of Corrections Executive Engineer
(53)
The time limit for the completion of the work shall be extended
in the proportion that increase in its cost occasioned by
alterations 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.
Clause 15 :
No claim to any (1) If at any time after the execution of the contract
payment or documents the Engineer shall for any reason what-so-
compensation ever (other than default on the part of the contractor for
for alteration in which the Government is entitled to rescind the contract)
or restriction of desires that the whole or any part of the work specified in
work. the tender should be suspended for any period or that the
whole or part of the work should not be carried out, at
all he shall give to the contractor a notice in writing of
such desire and upon the receipt of such notice the
contractor shall forthwith suspend or stop the work
wholly or in part as required, after having due regard to
the appropriate stage at which the work should be
stopped or suspend so as not to cause any damage or
injury to the work already done or endanger the safety
thereof provided that the decision of the Engineer as to
the stage at which the work or any part of it could be or
could have been safely stopped or suspended shall be
final and conclusive against the contractor. The
contractor shall have no claim to any payment or
compensation what- so ever by reason of or in pursuance
of any notice as aforesaid, on account of any suspension,
stoppage or curtailment except to the extent specified
hereinafter.
OR
Action and Clause 17 : If at any time before the security deposit or any part
compensatio thereof is refunded to the contractor it shall appear to the
n payable in Engineer-in-charge or his subordinate in charge of the work ,
case of bad that any work has been executed with unsound, imperfect or
work unskillful workmanship or with materials of inferior quality , or
that any materials or articles provided by him for the execution
of the work are unsound, or of a quality inferior to that
PWD Resolution
contracted for , or are otherwise not in accordance with the
No. CAT-1087/CR-
contract, it shall be lawful for the Engineer in-charge to
94/ Bldg.2 dt.
intimate this fact in writing to the contractor and then
14.6.89.
notwithstanding the fact that 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 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 be liable to pay compensation at the rate of
one percent on the amount of the estimate for every day not
exceeding 10 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
rated as he may fix therefor.
Clause 19 : The contractor shall give not less than five day’s Notice to be given
notice in writing to the Engineer-in-charge or his subordinate before work is
in charge of the work before covering up or otherwise placing covered up
beyond the reach of measurement any work in order that the
same may be measured and correct dimensions there of taken
before the same is so covered up or place beyond the reach of
measurements and shall not cover up or place beyond the
reach of measurement any work without the consent in
writing of the Engineer-in-charge or his subordinate in charge
of the work, and if any work shall be covered up or placed
beyond the reach of measurement, without such notice
having been given or consent obtained the same shall be
uncovered at the contractor’s expenses, and in default thereof
no payment or allowance shall be made for such work or for
the materials with which the same was executed.
Clause 21 : The Contractor shall supply at his own cost all Contractor to supply
material (except such special materials if any as may in plant, ladder,
accordance with the contract, be supplied from the stores), scaffolding etc.
plant, tools, appliances, implements, ladders, cordage, tackle
scaffolding and temporary works requisite or proper for the
proper execution of the work, whether, in the original altered
or substituted from, and whether included in the specification
or other documents forming part of the contract or referred to
in these conditions or not and which may be necessary for the
purpose of satisfying or complying with the requirements of
the Engineer-in-charge as to any matter as to which under
these conditions he is entitled to be satisfied, or which he is And is liable for
entitled to require together with the carriage therefore to and damages arising
from the work. The Contractor shall also supply without from non provisions
charge the requisite number of persons with the means and of lights, fencing
materials necessary for the purpose of setting out works and etc.
counting, weighing and assisting in the measurements of
examination at any time and from time to time of the work or
the materials, failing which the same may be provided by the
Engineer-in-charge at the expense of the contractor and the
expenses may be deducted from any money due to the
contractor under the contract or from his security deposits or
the proceeds of sale thereof, or of a sufficient portion thereof.
The contractor shall provide all necessary fencing and lights
required to protect the public from accident and shall also be
bound to bear the expenses of defense 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 cost which may be
awarded in any such suit action or proceedings to any such
person or which may with consent of the contractor be paid
for compromising any claim by any such person.
and
(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.
Clause 22 : The contractor shall not set fire to any standing jungle, Measure for
trees, brushwood or grass without a written permit from the prevention of
Executive Engineer. fire
When such permit is given, and also in all cases when destroying
cut or dug up trees brushwood, grass etc. by fire, the contractor
shall take necessary measure to prevent such fire spreading to or
otherwise damaging surrounding property.
Clause 26 : The contract shall not be assigned or sublet without Work not to be
the written approval of the Engineer-in-charge. And if the sublet
contractor shall assign or sublet his contract, or attempt so to do, or
become insolvent or commence any proceeding to get himself
adjudicated and insolvent or make any composition with his
creditors, or attempt so to do or if bribe, gratuity, gift, loan,
perquisite, reward or advantage, pecuniary or otherwise, shall
either directly or indirectly be given, promised or offered by the
Contract may contractor or any of his servants or agents to any public officer
be rescinded or person in the employ of Government in any way relating to
and security his office or employment, or if any such officer or person shall
deposit forfeited
become in any way directly or indirectly interested in the
for subletting it
contract, the Engineer-in-charge may thereupon by notice in
without
approval or for writing rescind the contract, and the security deposit of the
bribing a public contractor shall thereupon stand forfeited and be absolutely at
officer or if the disposal of Government and the same consequences shall
contractor ensure as if the contract had been rescinded under Clause 3
becomes hereof and in addition the contractor shall not be entitled to
insolvent recover or be paid for any work therefore actually performed
under the contract.
Change in the Clause 28 : In the case of tender by partners, any change in the
constitution of a constitution of a firm shall be forthwith notified by the
firm to be contractor to the Engineer-in-charge for his information.
notified.
Direction and Clause 29 : All works to be executed under the contract shall be
control of the executed under the direction and subject to the approval in all
Superintending respects of the Superintending Engineer of the Circle, for the
Engineer.
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 otherwise specified in the contract and subject Direction and
to the powers delegated to him by Government under control of the
the Code, rules then in force, the decision of the Superintending
Superintending Engineer of the circle for the time Engineer.
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 hereinbefore mentioned and as to the
quality or workmanship or materials used 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,
instructions, orders, or these conditions, or otherwise
concerning the works, or the execution, or failure to
execute the same, whether arising during the progress
of the work, or after the completion or abandonment
thereof.
Clause 33 : In the case of any class of work for which there is no Action where no
such specification as is mentioned in rule 1 such work shall be specifications
carried out in accordance with the specifications, and in the event
of there being no specification, then in such case the work shall
be carried out in all respects in accordance with all instructions
and requirements of the Engineer-in-charge.
Refund of quarry
Clause 36 :. All quarry fees, royalties, octroi dues and ground fees and royalties.
rent for stacking materials, if any, shall be paid by the contractor. (Govt. P.W.D.
resolution
No.Misc.02/05/
(291)/ Bldg.2
dt. 11.9.2003)
Clause 37 (C) : The contractor shall duly comply with the provisions of
'The Apprentices Act, 1961' (III of 1961 of 1961) the rules made there
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 : (1) Quantities shown in the tender are approximate and no claim
shall be entertained for quantities of work executed being either more or less
than those entered in the tender or estimate.
(2) Quantities in respect of the several items shown in the tender are
approximate and no revision in the tendered rates shall be permitted in respect
of any of the items so long as subject to any special provision contained in the
specifications prescribing a different percentage of permissible variation in the
quantity of the item does not exceed the tender quantity by more than 25
percent and so long as the value of the excess quantity beyond this limit at the
rate of the items specified in the tender, is not more than Rs.5,000/-
(3) The Contractor shall if ordered in writing by the Engineer so to do also
carry out any quantities in excess of the limit mentioned in sub clause (i) hereof
on the same conditions as and in accordance with the specifications in the
tender and at the rates (i) derived from the rates entered in the current schedule
of rates and in the absence of such rates (ii) at the rates prevailing in the market.
The said rates 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 accepted (For the purpose of operation of this clause, this cost
shall be as worked out from DSR prevailing at the time of acceptance of
tender.)
(4) claims arising out of reduction in the tendered quantity of any item beyond
25 percent will be goverened by the provision of clause 15 only when the
amount of such reduction beyond 25 percent at the rate of the item specified in
the tender is more than Rs.5,000/- (This clause is not applicable to extra items)
Clause 39 : The contractor shall employ any famine, convict or other Employment
labour of a particular kind or class if ordered in writing to do so by the of famine
Engineer-in-charge. labour etc.
Clause 40 : No compensation shall be allowed for any delay caused in Claim for
the starting of the work on account of acquisition of land or in the case of compensatio
clearance works, on account of any delay in according to sanction of n for
estimates. starting of
work.
Clause 42 : The contractor shall not enter upon or commence Entering upon or
any portion of work except with the written authority and commencing any
instructions of Engineer-in-charge or his subordinates portion of work.
incharge of the work. Failing such authority the contractor
shall have no claim to ask for measurements of or payment
for work.
Clause 43 :
(i) No contractor shall employ any person who is under Minimum age of
the age of 18 years. person employed,
the employment of
(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
contractor and his workmen on the ground that the wages
paid are not fair and reasonable, the dispute shall be
referred without delay to the Executive Engineer who
shall decide the same. The decision of the Executive
Engineer shall be conclusive and binding on the
contractor but such decision shall not in any way affect
the conditions in the contract regarding the payment to be
made by Government at the sanctioned tender rates.
Clause 47 (A) :
a) The Bidder shall quote his rate considering the provisions
contained under GST Act 2017.
d) GST shall be paid on the amount of bill of the work done as per
prevailing guidelines rate of GST during the period of work done
as applicable.
Clause 48 : Deleted
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 sales tax and the sales tax will be recovered
on such sale.
Clause 50 :
The contractor shall employ the unskilled labour to be employed by
him on the said work only from locally available labours and shall
give preference to those persons enrolled under Maharashtra
Government Employment and Self Employment Department's
Scheme.
P.W.Dept. Clause 53 : The contractor shall duly comply with all the
No.CAT/1284(12 provisions of the Contract Labour (Regulation and Abolition)
0)/ Building-2 dt. Act, 1970 (37 of 1970) and the Maharashtra Contract Labour
14.8.85 (Regulation and Abolition) Rules, 1971 as amended from time
to time and all other relevant statutes 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 worker
employed by him on the site of the work at the rates 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
Government 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 Government 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 from the amount payable by the Government to
the contractor hereunder or from any other amount/s payable to
him by the Government.
5. SCHEDULE - A
Note:- 1. Material such as steel, cement required for work shall be brought by the
contractor.
1. The materials such as Steel, Cement etc. required for execution of work shall be
brought by contractor at his own cost.
2. The contractor shall maintain the record of these materials (Cement, Steel) in
the prescribed proforma and registers as directed by Engineer in charge. The
sample of prescribed proforma is attached at the end (Page No. 170 to 172 )
These registers shall be signed by both contractors and representative of
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.
3. The material required only for this work shall be kept in the godown at site. No
material shall be shifted out side of the godown except for the work for which
this agreement is entered.. Without prior approval of the Engineer in charge.
4. The material i.e. cement, steel etc brought on the work site shall be
accompanied with the necessary company / Manufacturing firm’s test
certificates. In addition these material 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, 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 will be
allowed to be used before receipt of test results but this will be entirely at the
risk and cost of the contractor.
5. All these material i.e. cement, steel etc. shall be protected from any damages,
rains etc. by the contractor at his own cost.
6. The contractor will have to errect temporary shed of approved specifications for
storing of above materials at work site at contractors cost having double lock
arrangements (By Double lock it is meant that godown shall always be locked
by two locks, one lock being owned and operated by Contractor & other by
Engineer in charge or his authorised representative and the door shall be
openable only after both locks are opened.)
8. The contractor shall not use cement and other material for the item ot be
executed outside the scope of this contract except for such ancillary small
item as are connected and absolutely necessary for execution of this work as
may be decided by the Engineer in charge.
9. The Government shall not be responsible for the loss in cement, steel etc
during transit to work site. The cement brought by the contractor at the
work site store shall mean 50 kg. Equivalent to 0.0347 cubic meter per bag
by weight. The rate quoted should correspond to this method of reckoning in
case of ordinary / controlled concrete, if cement is found short the shortage /
shortage will be made good by the contractor at his cost.
10. The Contractor shall produce sufficient documentary evidence i.e. Bill for
the purchase, Octroi receipt, etc. for the purchase of the material brought on
the work site at once if requested by the department.
11. INDEMNITY :
The condition regarding indemnity as defined on page 103 At Sr. No. 8.6
will apply in case of material brought by contractor at the site for the
execution of the work being executed under this contract.
12. In case the materials brought by the contractor become surplus owing to the
change in the design of the work, the materials should be taken back by the
contractor at his own cost after prior permission of Engineer in charge.
13. For an other chemical required for concerned item, make and quality shall
be got approved from Engineer-in-charge. Sufficient stock considering
likely used and its shelf life of products shall be procured. Procurement of
polymer shall be intimated to Deptt. for record and verification. Register of
stock and its day to day to consumption shall be maintained jointly. The
register of stock and its day to day consumption shall be maintained jointly.
The register shall be maintained in form 1,2, and 3 for consumption of
polymer.
1. COMPETANCY OF TENDER :
The work will be awarded only to those contractors who are considered to be
substantially responsive bidders, capable of performing the class of work to be
completed. Before passing the final award any or all bidders may have to
show that they have the necessary experience, facilities, ability and financial
resources to execute the work in satisfactory manner and also within the
stipulated time.
2. PAYMENTS :
The tenderers must understand clearly that the rates quoted are for completed
work and include all costs due to labour, all leads and lifts involved and if
further necessitated, scaffolding plant, supervision, service works, power,
royalties, octroi taxes etc. and to include all to cover the cost of lighting on
night work if any and round the clock work as and when required and no
claim for additional payment beyond the prices or rates quoted will be
entertained and the tenderers shall not be entitled subsequently to make any
claim on the ground of any representation or on any promise by any person
(whether member in the employment of any Public Works Department or not )
or on the ground of any failure on his part to obtain all necessary information
for the purpose of making his tender and fixing the several prices and rates
therein relieve him from any risks or liabilities arising out of the tender. The
Engineer shall make advance payment in respect of materials intended for but
not yet incorporated in the Works in accordance with conditions stipulated as
per prevailing conditions.
b) FINAL BILL :
The contractor should submit final bill within one month after
completion of the work and the bill will be paid within 5 months if it
is in order. Disputed item and claims if any shall be excluded from
the final bill and settled seperately leter on.
“ The budget provision for this work is less at present. The payment
of bills will be made as per the availability of funds. No claims will
be entertained for delayed payments.”
“If situation arises, the work will be stopped at safe stage and will be
withdrawn under Clause 15 for which no compensation will be
allowed”
3. ERASER :
4. ACCEPTANCE :
i) No live electric lines should be allowed to run along the ground in the
blasting zone and they should be at least about 10 ft. above ground if
not more.
ii) The wiring cable should not be taken near the live electric line and it
should be preferably shot firing cable as supplied by the supplier of
explosives. If such a cable is not available a substitute cable
recommended by the explosive suppliers should only be used. Under
no circumstances should cable made up of several pieces jointed and
tapped be used.
iii) The blasting shed from where the exploder is to finally operated
should be at least 150 metre away from the area to be blasted. It
should have a strong roof which can with stand the impact of flying
stones at this range.
The contractors shall be deemed to have carefully examined the work and site
conditions including labour, the general and special conditions, the
specifications, schedules and drawings and shall be deemed to have visited the
site of the work and to have fully informed himself regarding the local
conditions and carried out his own investigations to arrive at the rates quoted
in the tender. In this regard, he will be given necessary information to the best
of the knowledge of Department but without any guarantee about it.
If he shall have any doubt as to the meaning of any portion of these general
conditions or the special condition, to the scope of working of the
specifications and drawings or any other matter concerning the contract, he
shall in good time, before submitting his tender, set forth the particulars
thereof and submit them to the Engineer in writing in order that such doubts
may be clarified authoritatively before tendering. Once a tender is submitted,
the matter will be decided in accordance with tender conditions in the absence
of such authentic pre-clarification.
(A) In case of errors, omissions and /or disagreement between written and
scaled dimensions in the drawing or between the drawings and
specifications etc., The following order of preference shall apply.
(c) The Contractor shall employ sufficient plant, equipment and labour as
may be necessary to maintain the progress schedule. The working and
shift hours restricted to one shift a day for operations to be done under
the Government supervision shall be such as may be approved by the
Engineer-in-charge. They shall not be varied without the prior approval
of the Engineer. Night work requiring supervision shall not be
permitted expect when specifically allowed by Engineer on each item,
if requested by Contractor. The Contractor shall provide necessary
lighting arrangements etc. for night work as directed by the Engineer
without extra cost to Government.
6.5 QUARRIES :
6.5.2 The quarrying operation shall be carried out by the Contractor with
proper equipment such as compressor, jack-hammers, drill bits,
explosives etc. and sufficient numbers of workmen shall be
employed so as to get the required out-turn.
6.5.3 The Contractor shall carry out the works in the quarries in
conformity with all the rules and regulations already laid down or
that may be laid down from time to time by the Government . Any
cost incurred by the Government due to noncompliance of any rules
or regulations or due to damages by the Contractor shall be the
responsibility of the Contractor. The Engineer-in-charge or his
representative shall be given full facility by the Contractor for
inspection at all times of the working of the quarry, records
maintained, the stocks of the explosives and detonators etc. So as to
enable him to check that the working records and storage are all in
accordance with the relevant rules. The Engineer-in-charge or his
representative shall at any times be allowed to inspect the work,
building and equipment at the quarters.
6.5.4 The Contractor shall maintain at his own cost the books, registers
etc. required to be maintained under the relevant rules and
regulations and as directed by the Engineer-in-charge. These books
shall be open for inspection at all times by the Engineer-in-charge or
his representative and the Contractor shall furnish the copies or
extract of books or registers as and when required.
6.5.6 The approaches to the quarrying place from the existing public roads
shall have to be arranged by the Contractor at his own cost and the
approaches shall be maintained by the Contractor at his own cost till
the work is over.
6.5.8 Since all stones quarried from Government quarry (if made
available) by the Contractor including the excavated over burden are
the property of the Government , no stones or earth shall be supplied
by Contractor to any other agencies or works and are not allowed to
be taken away for any other works. All such surplus quarried
materials not required for work under this contract shall be the
property of the Government and shall be handed over by the
Contractor to the Government free of cost at the quarry site duly
heaped at the spots indicated by the Engineer-in-charge.
6.5.11 The Contractor shall not use any land in the quarry for cultivation or
for any other purpose except, that required for breaking or stacking
or transporting stones.
(I) Where suitable and approved P.W. Department's quarries exist the
Contractor or piece worker will be allowed if otherwise there is no
objection to obtain the materials to the extent required for the work
from the quarry. He will be, however, liable to pay compensation, if
any damage caused to the quarry either deliberately or through
negligence or for wastage of materials by himself or his staff or
labour. The Contractor shall pay necessary royalty in advance and
claim refund according to rules, if admissible and shall submit
detailed accounts of materials quarried as directed.
(III) The rates in the tender, include all incidental charges such as
opening of a new quarry, opening out a new portion in an existing
quarry, removing top soil and the unsuitable material, dewatering,
quarry, cost of blasting powder and fuse, lift and lead, repairs to
existing cart tracks, making new cart tracks, control charges,
Central/State Government or Municipal Taxes, etc.
(IV) The rates in the tender are for the delivery of the approved material
on road side, properly stacked at the places specified by the
Engineer-in-charge and are inclusive of conveyance charges in
respect of the leads and lifts. No claims on account of changes in
lead will be entertained.
(V) No material shall be removed from the land within the road
boundary or from the land touching it without the written permission
of the Engineer-in-charge or his authorised agent. If any material is
unauthorisely obtained from such places, the Contractor or piece
worker shall have to make good the damages and pay such
compensation, in addition as may be decided by the Executive
Engineer and will have to stop further collection.
(VI) Any material that falls on any P.W.D. Road from the cart etc. during
conveyance shall be immediately picked up and removed by the
Contractor or piece worker, failing which it will be got removed
departmentally at his cost. No heap shall be left prior to stacking
even temporarily on the road surface or in any way so as to cause
any obstruction or danger to the traffic. The Contractor or the piece
worker shall be liable to pay for any claims of compensation etc.
arising out of any accident, etc. Any such materials causing
obstruction or danger etc. will be got removed departmentally at his
cost and no claim for any loss or damage to the material, thus
removed will be entertained. The Contractor shall also be
responsible for the damage or accident etc. arising out of any
material that falls on the road or track, not in charge of the
Department and shall attend to any complaints which may be
received.
Contractor No. of Corrections Executive Engineer
(95)
(VIII) Before stacking, the materials shall be free from all earth, rubbish,
vegetable matter and other extraneous substance and in the case of
metal, screened to gauge if so directed when ready. It shall be
stacked entirely clear of the road way on ground which has been
cleaned of vegetation and levelled. On high banks, ghat roads etc.
where it may not be practicable to stack it entirely clear of the
roadway, it may be stacked with the permission of the Engineer-in-
charge on terms in such a way as to cause minimum danger and
obstruction to the traffic or as may be directed by him.
(IX) The size of the stack of the materials other than rubble shall be 3 x
1.5 x 0.60 metre or such other size as may be directed by the
Engineer-in-charge and all but one stack in 200 metres shall be of
the same uniform size and shall be uniformly distributed over whole
lengths. One stack (at the end) in each 200 metres may be of length
different from the rest in order to adjust total quantity to be required
but its width and height will be the same as those of the rest.
The contractor shall himself engaged an authorised all time agent on the work
capable of managing and guiding the work and understand the specifications
and contract condition. A qualified and experienced, Engineer shall be
employed by the contractor as his agent for technical matters in case the
Engineer-in-charge considers this as essential for the work and so directs
contractors. He will take orders as will be given by the Executive Engineer or
his representative and shall be responsible for carrying them out.
This agent shall not be changed without prior intimation to the Executive
Engineer and his representative on the work site. The Engineer-in-charge have
the unquestionable right to ask for change in the quality and strength 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-in-charge.
A work order book shall be maintained on site and it shall be the property of
the Government and the contractor shall promptly sign orders given therein by
the Executive Engineer or his representative and his superior officers and
comply 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 with
machine numbered pages will be provided by the Department free of charge
for this purpose. The contractor will be allowed to copy out instructions
therein from time to time. The order issued by the Government in P.W.
Department from time to time regarding Construction procedure shall be
binding on the contractor in addition to the specifications contained in P.W.D.
hand book Volume I and II and book of standard specification of P.W.
Department and the specifications enumerated above.
All the works and materials before finally taken over by Government it will be
the entire liability of the Contractor to guard, maintain and make good any
damage of any magnitude. Interim payments made for such work will not
alter this position. The handing over by the Contractor and taking over by the
Executive Engineer or his authorised representative will be always in writing
copies of which will go to the Executive Engineer or his authorised
representative and the Contractor. It is however, understood that before taking
over such work, Government will not put it into regular use as distinct from
casual or incidental one, expect as specifically mentioned elsewhere in this
contract, or as mutually agreed to.
The Contractor shall have to make his own arrangement for machinery
required for the work. However if the same is conveniently available with the
Department it may be spared as per the rules in force on recovery of necessary
Security Deposit and rent at the rate approved from time to time by the
independent agreement to this contract and the supply or non supply of
machinery shall not form a ground for any claim or extension of time for this
work.
ii) The Contractor shall at his risk and cost make all arrangement and/or
shall provide for all such facilities as the Engineer-in-charge may
require for collecting, preparing required number of samples for test or
analysis at such time and to such places as may be directed by
Engineer and bear all such charges, such samples shall also be
deposited with Engineer-in-charge.
iii) The Contractor shall as and when required submit at his cost the
samples of materials to be tested or analyzed and if, so directed, shall
not make use of or incorporate in the work any material represented by
the samples until the required test or analysis have been made and
after the test of the materials, finally accepted by the Engineer-in-
charge.
iv) The contractor shall not be eligible for any claim or compensation
either rising 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.
The contractor shall at his own cost set up Laboratory at site of work
to carry out the testing of materials which are to be used for the work.
This laboratory shall be approved by the Engineer-in-charge. The
testing shall be done as per frequencies mentioned in the
specification/additional specification of each item of Schedule 'B'. The
30% of the test included in Annexure 'A' (On Page No. 127) shall be
carried out in Vigilance and Quality Control Laboratory at the cost of
contractor and balance 70% in the site laboratory. The test which are
not included in Annexure 'A' 50% test shall be carried out each in
Vigilance and Quality Control laboratory and site laboratory. The
frequency of testing of construction materials is mentioned in
Annexure-B on Page No. 128 to 129.
Contractor No. of Corrections Executive Engineer
(101)
The Contractor shall be responsible for the quality of the work in the entire
construction work within the contract. He shall, therefore, have his own
independent and adequate set up for ensuring the same. This shall include
establishing field laboratory for testing required for works. The laboratory
shall be equipped with the equipment’s and apparatus required for the testing.
The list of various equipment’s/apparatus is enclosed on Page 142 for
information and guidance of the Contractor. These equipment’s shall be
in working condition. The Engineer in charge of the work will verify these
equipment’s in the laboratory at site. The work shall not be started unless and
until the laboratory is equipped with equipment’s. (Ref. Page 142).
7.2 CO-ORDINATION :
When several agencies for different sub-works of the project are to work
simultaneously on the project site, there must be full coordination between the
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 arrangements
for water, power, housing etc. if they so desire. On the other hand the
Contractor are at liberty to come to mutual agreement in this behalf and make
joint arrangements with the approval of the Engineer. No Contractor shall
take or cause to be taken any steps or action that may cause, distruption,
discontent, or disturbance of work, labour or arrangement etc. of the
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 dealt-with accordingly.
When the Contractor desires to use any designed device, materials or process
covered by letter of patent or copy right, the right for such use should be
secured by suitable legal arrangement and agreement with patent owner and a
copy of their agreement shall be filed with the Engineer-in-charge if so desired
by the latter.
Availability of adequate water for works and sources thereof shall be confirmed
by the Contractor before submitting the tender.
The Contractor shall make his own arrangements at his own cost for entering
into contract with concerned authorities for obtaining the connection and carry
the water upto the work site as required by him. The location of the pipe line
with respect to the road shall be decided by Engineer-in-charge and shall be
binding on the Contractor.
The Contractor shall have to supply water required by the Department for its
establishment at work site. The water consumed by the Department will be
metered. For providing the meter permission, if necessary will be arranged by
the Department. Charges for the water consumed by the Department will be
paid to the Contractor at the rates of 125% of the recurring costs or actually
charged to him by concerned authorities and no other charges would be payable
by the Department.
7.6 ELECTRICITY :
The Contractor will have to make his own arrangement at his own cost for
obtaining or providing electric supply at work site.
Electrical supply for the Departments use at work site shall be provided by the
contractor. No charges would be payable by the Department.
The Contractor shall take all necessary precautions for the safety of the
workers and preserving their health while working on such job as
require special protection and precautions wherever required. The
following are some of the requirements listed, through not exhaustive.
The contractor shall also comply with the directions issued by the
Engineer in this behalf from time to time and at all times.
(iii) Taking such normal precautions like providing hand rails to the
edges of the floating platform or barges, not allowing nails or
metal parts or useless timber to spread around etc.
8.2 AMENITIES :
(vi) Providing full length gum boots, leather hand gloves, leather
jackets with fireproof aprons to cover the chest and black
reaching upto knees plain goggles for the eyes to the labour
working with hot asphalt handling vibrators in cement concrete
and also where use of any or all these items is, essential in the
interest of health and well being of the labourers in the opinion
of the Engineer.
8.3 EXPLOSIVE :
The Contractor shall at his own expense construct and maintain proper
magazines, if such are required for the storage of explosives for use in
connection with the work and such magazines, 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 Government , shall not
bear any responsibility whatsoever in connection with the storage and
use of explosives on the site or any accident or occurrence what -so-
ever in connection, therewith, all operations of the Contractor in or for
which explosives employed being at the risk of contractor and upon his
sole responsibility and the Contractor hereby gives to Government an
absolute indemnity in respect thereof.
(i) The Contractor shall comply with all rules, regulations, bye-laws
and directions given from time to time by any local or public
authority in connection with this work and shall himself pay all
charges which are leviable on him without any extra cost to the
Government.
8.6 INDEMNITY :
The Government may at its discretion and entirely at the cost of the
contractor defend such suit, either jointly with the Contractor or single
in case the latter chooses not to defend the case.
9. MISCELLANEOUS :
9.1 For providing electric wiring or water lines ete. recesses shall be
provided if necessary through walls, slabs, beams etc. and later on
refilled it with bricks or stones, chipping cement mortar without any
extra cost.
9.2 In case it becomes necessary for the due fulfillment of contract for the
Contractor to occupy land outside the Department limits, the
Contractor will have to make his own arrangements with the land
owners and pay such rents, if any, are payable as mutually agreed
between them.
9.3 The Contractor shall duly comply with the provision of the
Apprentices Act 1961 (iii of 1961) and the rules and orders made
thereunder from time to time under 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 Rules.
9.4 It is presumed that the Contractor has gone carefully through the
Standard Specification (Vol. I & II 1981 Edition) M.O.R.T. & H
specifications (edition 2001) and Schedule of Rate of the division, and
studied the site conditions before arriving at rates quoted by him. The
special provisions and detailed specification of wording of any item
shall gain precedence over the corresponding contrary provisions (if
any) in the standard specification given without reproducing the details
in contract. Decision of Engineer-in-charge shall be final in case of
interpretation of specification.
9.5 If the standard specifications fall short for the items quoted in the
schedule of this contract reference shall be made to the latest Indian
Standard specifications, I.R.C. codes. If any of items of this contract
do not fall in reference quoted above, the decision and specifications as
directed by the Engineer-in-charge shall be final.
9.6 The stacking and storage of building materials at site shall be in such a
manner as to prevent deterioration or inclusion of foreign materials and
to ensure the preservation of the quantity, properties and fitness of the
work. Suitable precautions shall be taken by Contractor to protect the
materials against atmospheric action fire and other hazards. The
materials likely to be carried away by wind shall be stored in suitable
stores or with suitable barricades and where there is likelihood of
subsidence of soil, heavy materials shall be stored on paved platforms.
Suitable separating barricades and enclosure as directed shall be
provided to separate materials brought by contractor and from different
sources of supply.
10. DEFINITIONS :
f) The expression "Contract" as used in the tender papers shall mean the
deed of contract together with or its original accompaniment and those
later incorporated in it by mutual consent.
g) The expression "Plant" as used in the tender papers shall mean very
temporary and necessary means necessary or considered necessary by
the Engineer to execute, construct, complete and maintain the works
and used in altered, modified, substituted and additional works ordered
in the time and in the manner herein provided and all temporary
materials and special and other articles of appliances of every sort,
kind and description whatsoever intended or used therefore.
j) The “Site” shall mean the land and/or other places where the work is to
be executed under the contract including any other land or places
which may be allotted by the Government or use for the purpose of
contract.
The Contractor shall be responsible for the quality of the work in the entire
construction work within the contract. He shall, therefore, have his own
independent and adequate setup for ensuring the same. This shall include
establishing field laboratory for testing required for concrete works.
The Engineer in charge shall decide all questions which may arise as to quality
and acceptability of materials furnished and work executed, manner of
execution, rate of progress of the works, interpretation of the plans and
specifications and acceptability of fulfillment of the contract on the part of the
Contractor . He shall determine the amount and quantity of work performed
and materials furnished and his decision shall be final. In all such matters, and
in any technical questions which may arise touching the contract, his decision
shall be binding on the Contractor.
The Engineer in charge shall have the power to enforce such decisions and
orders if the Contractor fails to carry them out promptly. If the Contractor fails
to execute the work ordered by the Engineer-in-charge . The Engineer in
charge may give notice to Contractor specifying a reasonable period therein and
on the expiry of that period proceed to execute such work as may be deemed
necessary and recover the cost there of from the Contractor.
12.2 The Engineer-in-charge may from time to time, in writing delegate to his
representative any of the powers and authorities vested in the Engineer-in-
charge and shall furnish to the Contractor a copy of all such delegations of
powers and authorities. Any written instruction or approval given by the
representative of the Engineer-in-charge to the Contractor within the terms of
such delegations (but not otherwise) shall bind the Contractor and the
Department as though it had been given by the Engineer-in-charge , provided
always as follows.
Layout of the work will be done by the Contractor in consultation with the
Executive Engineer of the Department or his representative, some permanent
marks should however be established to indicate the demarcation of the
structure or any component there of made to this permanent marks in
measurement books and drawing signed by the contractor and the departmental
officer, Responsibility regarding layout will be joint.
The Engineer-in-charge shall furnish the contractor with only the four corners
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
stacks, templates, level marks, profile and other similar things and shall take all
necessary precautions to prevent their removal or disturbance and shall be
responsible for the consequence of 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 center line 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 relive 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 rods, 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 center,
longitudinal or face lines and cross lines shall be marked by means of small
masonry pillars. Each pillar shall have distinct mark at the center to enable the
theodolite to be set over it. No work shall be started until all these ponts are
checked and 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.
The contractor shall be entirely and exclusively responsible for the horizontal
and vertical alignment, the levels and correctness of every part of the work and
shall rectify effectually any 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.
16.1 The stacking and storage of material at site shall be in such a manner as to
prevent deterioration or intrusion of foreign matter and to ensure the
preservation of their quality, properties and fitness for the work. Suitable
precautions shall be taken by the Contractor to protect the materials against
atmospheric action, 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 likely hood of subsidence of soil, heavy materials shall be stored
on paved platforms.
16.2 The Contractor shall at his own expense engage watchman for guarding the
materials and plant and machinery and the work during day and night against
any pilferage or damage and also for prohibiting trespassers.
16.3 No materials brought to the site shall be removed from the site without the prior
approval of the Engineer-in-charge.
17.1 The Contractor shall inform the Engineer-in-charge in writing when any
portion of the work is ready for inspection giving him sufficient notice
to enable him to inspect the same without affecting the further progress
of the work.
17.2 The Contractor shall provide at his cost necessary ladders and such
arrangements as are considered safe by the Engineer-in-charge for
proper inspection of all parts of the work.
17.3 Contractor shall extend his full co-operation and make all necessary
arrangements when needed for carrying out inspection of the work or
any part of the work by the local representatives, M.L.As, M.Ps and
officers and dignitories / delegates of various Government departments,
local bodies, private sectors etc. No compensation shall be paid to the
contractor on this account.
17.4 The work shall be carried out by the Contractor without causing
damage to the existing Government property and / or private property.
If any such damage are caused, the Contractor shall pay for restoration
of the property to the original conditions, and any other consequent
damages.
17.6 The Contractor after completion of work shall clean the site of all debris
and remove all unused materials other than those supplied by the
department and all plant and machinery, equipment, tools etc.
belonging to him within one month form the date of completion of the
work, or otherwise the same will be removed by the department at his
cost or disposed off as per departmental procedure. In case the material
is disposed off by the department, the sale proceeds will be credited to
the Contractor’s account after deducting the cost of sale incurred.
However, no claim of Contractor regarding the price or amount credited
will entertained afterwards.
17.7 All constructional plant, provided by the Contractor shall when brought
on to the site be deemed to be exclusively intended for the construction
and the contractor shall not remove the same or any part thereof (save
for the purpose of moving it from one part of the site to another)
without the consent in writing of the Engineer-in-charge who shall
record the reasons for withholding the consent.
As there is local traffic by the side of construction during construction for the
building, the Contractor will have to take proper precautions such as proper
barricading, fencing, lighting, information and cautionary boards for safe and
smooth flow of traffic, and keeping the concerned authorities informed about
the work in progress.
19.2 After the work is completed the Contractor shall give notice of such
completion to the Engineer-in-charge and within 30 days of receipt of
such a notice the Engineer-in-charge shall inspect the work and if there
is no defect in the work shall furnish the Contractor with a certificate
indicating the date of completion. However, if there are any defects
which in the opinion of the Engineer-in-charge are rectifiable he shall
inform the Contractor the defects noticed. The Contractor after
rectification of such defects shall then inform the Engineer-in-charge
and Engineer-in-charge on his part shall inspect the work and issue the
necessary completion certificate within 30 days if , the defects are
rectified to his satisfaction, and if not, he shall inform the Contractor
indicating defects yet to be rectified. The time cycle as above, shall
continue.
19.4 The issued of completion certificate shall not be linked up with the site
clearance on completion of the work.
21.1 The Contractor should ensure that all safety precautions are observed by
their laboures, working closed to the State Highway and while closing
the State Highway precautions are taken including insurance etc., for
their labour at the cost of the contractor and the contractor will bear all
the expenses, compensation etc. if any accident occurs to the labour
etc. No claim in this regard on whatsoever account shall be entertained
and this decision of the Department will be final and conclusive.
21.2 The Contractor shall observe the rules and regulation imposed by traffic
police for smooth flow of traffic on the diversion road and shall not be
entitled for claims any compensation arising thereof.
In case of delay in handing over the land required for the work, due to
unforeseen cause, the Contractor shall not be entitled for any
compensation what-so-ever form the Government on ground that the
machinery or labour was idle for certain period. Contractor may,
however apply for extension of time limit which may be granted on the
merit of the case.
Any stock or batch of material(s) of which sample(s) does not conform to the
prescribed test and quality, shall be rejected by the Engineer or his
representative and such materials shall be removed from site by the Contractor
at his own cost. Such rejected materials shall not be made acceptable by any
modifications.
The Engineer and any person authorised by him shall at all times have access to
the works and to all workshops and places (including required documents)
where work is being prepared or from where materials, manufactured articles or
machinery are being obtained for the works and the Contractor shall afford
every facility for & every assistance in or in obtaining the right to such access.
The Contractor shall arrange to provide a well furnished and fully equipped
field laboratory which shall be manned by adequately qualified technical staff.
The laboratory shall preferably be located adjacent to the plant site and shall be
provided with amenities like water supply, electric supply, toilet block etc. The
list of equipment is enclosed on Page No. 142. This shall be considered as
incidental to work and no separate payment whatsoever will be made for the
same.
The Contractor shall arrange to take dated post card size coloured photographs
at various stages/facts of the work including interesting and novel features of
the work as desired by the Engineer-in-charge and supply them in five copies
each in separate albums of appropriate size. He shall also arrange for the Video
Filming of important activities of the work during the currency of the contract
and edit it to a video film of 60 to 180 minutes playing time.
As a safety measure during the execution of work all labours, construction and
supervisory staff shall be provided with an orange colour jacket in flouroscent
blue so as to make them starkly visible from a distance even during evening
hours.
Approval of all materials for the work shall be obtained in writing from
Engineer-in-charge or his representative before its use in the Project.
Before taking up of any construction activity the construction work done earlier
shall be got approved in writing. Any failure on this account may result in the
work for which the Contractor will be solely responsible.
Materials and job mix, etc. shall be got approved in writing atleast 15 days in
advanced of the commencement of the corresponding activity. The testing
charges shall be borne by the Contractor.
Besides the prescribed tests and frequencies any other test of tests over the
prescribed frequency shall also be carried out by the Contractor at his own cost
if so directed by Engineer-in-charge or his authorised representative.
Contractor shall take out necessary Insurance Policy/ (viz. Contractors All
Risks Insurance Policy, Erection All Risks Insurance Policy etc. as decided by
the Directorate of Insurance) so as to provide adequate insurance cover for
execution of the awarded contract work for total contract value and complete
contract period compulsorily from the “Directorate of Insurance, Maharashtra
State, Mumbai only its postal address for Correspondence is “264, MHADA,
First Floor, Opp. Kalanagar, Bandra (East) Mumbai – 400051” ( Telephone
Nos. 26590403/26590690 and Fax No. 26592461/26590403) Similarly, all
workmen’s appointed to complete the contract work are required to insure
under workmen’s compensation insurance policy. Insurance policy/policies
taken out from any other Company will not be accepted. If any contractor has
effected Insurance with any insurance company the same will not be accepted
and the amount of premium calculated by the Government Insurance Fund will
be recovered directly from the amount payable to the Contractor for the
executed contract work and paid to the Directorate of Insurance Fund,
Maharashtra State, Mumbai, The Director of Insurance reserves the right to
distribute the risks of insurance among the other insurers.
30. Goods and Services Tax will be recovered from the bill of the contractor as per
GST Act.
31. DIARY :
v) Details of work executed per day. The register shall be closed on daily
basis and signature of Engineers in charge or his representative should
be taken over it.
31.1 The contractor shall have to carryout Structural Audit at his own cost after
completion of the work and the contractor shall certify that, due to execution of
this work the portion restored shall remain intact for minimum of 10 years.
Certificate shall be through reputed & empanelled structural consultant.
32.1 The work shall be carried out in the best workmanship like manner and
in strict accordance with P.W.D. hand book Volume I & II 1960.
Edition supplemented by specification attached and as per Standard
Specifications Book of Government of Maharashtra of 1979 and as per
specific order of the Executive Engineer or his representative from time
to time.
32.2 The orders issued by the Government in P.W. Department and the
Executive Engineer, North Mumbai (P.W.) Division, Andheri, Mumbai
from time to time regarding construction procedure shall be binding on
the contractor in addition to the specification contained in P.W.D. hand
book Volume I & II and book of standard specification of P.W.
Department and the specifications enumerated above.
32.3 The contractor shall submit day to day account of the materials issued
to him and its use and also monthly progress and programme of work.
32.4 (a) The concrete mix design shall be got approved from Engineer in
charge and the mix design shall give preliminary strength of
1.33 times working strength.
32.5 The items provided with watering for curing include continuous
watering operations through out the day including lunch hours and also
during holidays. For this purpose contractor shall have to construct tank
of appro. 5000 liters capacity near each building and provide necessary
Booster Pumps etc. to ensure adequate curing and wetting. Hold fasts
coming in contact with R.C.C. columns shall be of sizes 30 cm x 4 cm
to be fitted with two rows, nails fixed properly in concrete.
32.6 For all sand covering items, use of washed mixer sand (with sand
washing machine) is obligatory. No separate claim in this regard will be
entertained.
32.8 For R.C.C. centering plywood and M.S. sheet of approved quality shall
be used and adjustable props and fasteners shall be used.
32.9 The execution of any work from external side of the building 'H' frame
steel scaffolding shall be used. No separate payment for claims in this
regard shall be entertained.
32.10 The scaffolding shall not be supported on existing external walls of the
building by making holes in it and also the scaffolds shall not rest on
any part of the building.
32.12 Payments will be made as and when necessary sufficient funds are
available with the department.
32.13 The test Results of materials shall be produced with the bill and
Testing charges are borne by the contractor.
2. To discharge this responsibility the contractor shall submit the bill in electronic form.
4. In support of the bills, required measurements, drawings, quality control reports (field
lab and VQCC lab as per clause Additional General condition), site supervision data
(Scada) shall be submitted in electronic form, the data to submitted have a facility to
tightly integrate it with the contract conditions, provisions in the Maharashtra Public
Works manual, Maharashtra Public Works Account Code (updated to date of
submission of this tender) and current general engineer practices (issued through
various govt. resolutions, govt. circulars, Chief Engineer's Circulars etc. issued up to
data submission of this tender.) following in Public Works Department.
6. The offer of Contractor Shall be inclusive of all. He shall not be paid separately, his
offer shall be inclusive of all required for submitting bill in e-format mentioned in this
para and also ....
(a) The cost of procuring, establishing, running, operating & maintaining web based
system for submission and approval bill, with all instrumentation/automation/services
required to submit/ approve/store in PWD database.
(b) Web connectivity to all locations where bill and its relevant documents required
for bill are being acquired/preparation transmitted, processed, stored and retrieved
with minimum speed of 2 MPBS and 100% availability (including SCADA)
contractors shall provide the web application in such a manner that it shall first update
the above data in real time in PW Works monitoring e-governance web application
automatically. The contractor shall put his request to engineer in charge get access to
the PWD e-governance web application.
(c) Web-based application including computer Software hard ware etc. to transmit
process store and retrieve the date in format and as prescribe by the E.I.C
(e) Calibration of all accessories /attachment related to bill shall be as per the
specification
(h) Point (a) to (g) above shall be arranged and maintained during contract period and
defect liability period.
(i) Cost includes rectification, fine tuning, corrections, additions and alterations to the
system to the satisfaction of Engineer-in-charge.
(j) All dada generated as per this special condition of contract shall be the property of
PWD.
The contractor shall make all necessary arrangement required under 32 to 32.13 above
(Supervising control and dada acquisition for concrete works/all cement works/
masonry/plaster/Testing Equipments items, submission and approval of bills) well in
advance before starting of the related items of works and activities. All necessary
arrangements so made shall be offered for inspection to Engineer-in-
charge/PMC/officer appointed by the engineer – in- charge one month prior to the
start of the related items of work. Changes if any, after his inspection suggested by the
Engineer-in-charge/PMC/officer appointed by the engineer-in-charge shall be carried
out at no extra cost and within the period of three days. A fresh request for inspection,
of Engineer in charge/PMC/Officer appointed by the engineer in charge after such
rectifications shall be requested by the contractor and final approval to the
arrangements of SCADA and submissions and approval of bill/s shall be obtained.
It is mandatory on the part of contractor to carry out all the required test of
various construction materials as mentioned in Annexure "B" of the tender. If
the contractor fails to submit required test result of the various construction
materials as mentioned in the items of Annexure "B" he will be liable to
deposit the amount at penal rate of five times of the amount of particulars test
which he has not carried out. Contractor will be informed by the Engineer-in-
charge through letter. On receipt of letter, contractor will have to either deposit
the said amount or to carry out the required test within ten days. If he again
fails to carryout the required tests in stipulated time limit, the said test will be
carried out by the department and total expenditure incurred on the testing
charges plus five times amount to testing charges will be recovered from the
contractor's bill.
As this recovery is only due to the negligence on the part of contractor to carry
out work as per Tender conditions and Executive Engineer's decision will be
final and binding on the contractor and it can not be challenged by the
contractor by way of Appeal, Arbitration or on the Court of Law.
8. ADDITIONAL SPECIFICATIONS
1.1 ADMIXTURES :-
(iii) The cover must be uniform throughout and it's thickness shall be
exclusive of plaster or other decorative finishes.
1.7 BAR SPACING : As per relevant I.S. codes and as detailed design
drawing or as directed by Engineer-in-charge.
1) FORMWORK :-
2) QUALITY OF SHUTTERING :
The shuttering shall have smooth and even surface and its joints shall not
permit leakage of cement slurry.
2.2 The timber shall be accurately spawned planed on the sides and
the surface coming in contact with concrete.
3. TOLERANCE :-
a) Section = 5 mm
dimension
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 :-
5. REMOVAL OF FORMWORK :-
6. STEEL CENTERING :-
(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 Executive
Engineer from time to time whenever there is change in the
source and type of cement and aggregates and change in the
gradation of aggregates.
(b) The design of concrete mixes for various concrete items in the
work shall be obtained by the contractor at his cost from and
approved laboratory. The contractor shall submit in advance
details of such design to the Engineer-in-charge for his prior
approval.
(d) The concrete mix design shall give target strength of 1.33 times
the working strength.
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.
(6) CURING :
(8) FINISHING :
(10) DURABILITY :
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.
200 mm diameter
2 Sets
2.36 mm, 2.0 mm, 1.18 mm, 600 micron, 425 micron,
300 micron, 150 micron, and 75 micron
14. Water testing Kit 1 Set
15. Atterbergs Limits (liquid and plastic limits) Determination 1 Set
apparatus
16. Dry Bulk Density Test apparatus (sand pouring cylinder, tray,
can etc.). 1 Set
17. Speedy Moisture Meter complete with chemicals 1 Set
18. Aggregate Impact Value Test apparatus/
Los Angles Abrasion Test apparatus. 1 Set
19. Flakiness and Elongation Test Gauges 1 Set
20. Vicat apparatus for testing setting times 1 Set
21. Slump testing apparatus 4 Sets
22. Compression and Flexural strength testing machine, 200
tonne capacity with additional dial for flexural testing. 1 No.
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 Executive 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 statements detailing his exact proposals of execution of the work in
accordance with the specifications. He shall get these approved from 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 Executive Engineer-in-charge.
01. This standard covers the code of practice for corrosion protection of reinforcing steel
using cement polymer composite coating system. In this preparation assistance has
been derived from the following.
(A) ASTM A775 / A775M -94 d Standard specification for Epoxy coated
reinforcing steel bars.
02. This practice covers the various test procedures required to ensure the quality of
coated product.
1. SCOPE
This specification covers the code of practice for cement-polymer composite coating
system which will be applicable to reinforcing bars conforming to :
BIS 432 ( Part 1 ) 1982 - Specification for mild steel and medium tensile steel bars
and hard drawn steel wire for concrete reinforcement - Part 1 Mild steel and Medium
Tensile steel bars.
BIS 432 ( Part 2 ) 1982 - Specification for mild steel and medium tensile steel bars
and hard drawn steel wire for concrete reinforcement - Part 2 Hard Drawn steel.
BIS 1139 ( Part 1) 1966 - Specification for hot rolled mild steel and medium tensile
steel and high yield strength deformed bars for concrete reinforcement.
This standard specifies the recommended practice for surface preparation, method of
application, testing, inspection, handling and stacking of coated reinforcing bars.
2. SURFACE PREPARATION
2.1 Prior to blast cleaning visible deposits of oil, grease or paint shall be removed
by suitable alkaline cleaner (soak cleaning compound ) as per SSPC -
SPCOM, clause 11.1.2
2.2 The surface of the steel reinforcing bars to be cleaned by abrasive blast
cleaning using either sand or grit to the near white metal finish in accordance
with SSPC - SP 10 - / NACE No.2.1994.
2.3 The prepared surface shall meet the visual standards of comparisons as in
SSPC - VIS 2
2.4 As per SSPC - VIS 2. The cleaned surface shall conform to the rust grading
scale 9-10 ( i.e. % of area rusted 0.03 % ). 0.2 - 1994.
3. APPLICATION OF COATING
3.1 The application of the coating shall not be unduly delayed and commence
immediately after completion of surface preparation.
3.2 The coating shall be applied by an appropriate method and fully cured in
accordance with the recommendations of the supplier of the coating material.
3.3 It is advisable that severely rusted and heavily pitted reinforcements are not
accepted for treatment.
The coated rod when visually examined shall be fairly uniform in thickness
and shall be devoid of any defects such as cracks peeling, bulging etc. No
surface area shall be left uncoated. No rust spots shall be visible with the
unaided eye before embedding in concrete.
a) After curing, the minimum dry film thickness of the coated rods shall
not be less than 125 microns.
The adhesion of the coating shall be evaluated by mandrel bent test. The
coated rods shall be bent around a mandrel through 180 as per the test
procedure-A given in the Annexure. When visually examined with unaided
eye there shall not be any cracking or disbonding at the outside radius of the
bent bar.
The resistance of the coating against chloride permeation and the film
integrity on the rod shall be tested by conducting 2v. Impressed voltage test
as per the test procedure- B given in the Annexure. At the end of 1 hour,
there shall not be any evolution of hydrogen gas at the cathode or appearance
of corrosion products of iron at the anode.
Using anodic polarization technique the tolerable limit for chloride shall be
determined as per the test procedure-D given in the Annexure. For cement
polymer rod it shall not be less than 10,000 PPM.
The chemical resistance of the coated bar shall be evaluated as per the test
procedure-E by partially keeping the coated rods immersed in the following
four environments for 45 days.
(a) 3M NaOH
(b) 3M CaCl2
(c) Saturated CA (OH) 2 and
(d) Distilled water.
At the end of the test period, when visually examined there shall not be any
blistering, softening or peeling on the coated rods.
5 ACCEPTANCE / INSPECTION.
5.1 The coated rods that do not meet the requirements of the above specification
shall be rejected.
5.2 The manufacturer of the coated rebar, shall submit a certificate from an
appropriate testing agency that the coated rebars meet the requirements of the
specification.
The durability of the coated rebars is related to the coating quality. The more damage
is to the coating, it is more prone to corrosion. Good jobs site practices can minimise
the coating damage. For this reason, standards, such as ASTM, JSCE, NACE (USA)
have laid down specific procedures for stacking and transporting coated bars. Some
important guidelines are referred here.
6.1 Stacking :
(b) It is nor desirable to store coated bars by piling them on top of one
another. If they are to be stored by piling, buffer materials such as
wood, rubber, jute sack etc. , should be used to separate the layers.
However, the number of layers allowed shall be limited to a
maximum of five.
(a) The coated bars shall be securely bound together using a buffer
material ( Padding ) and it is desirable that the best bars shall be
supplied with some canvas cover.
7.1 Coating repair is required when peeling off and other damages accur during
fabrication or handling.
7.2 The patch repair shall be done at site using the same coating material as per
the manufacturer’s recommendations.
7.3. It is essential to ensure a minimum coating thickness of 150 microns at all the
repaired portions before embedding in concrete.
REFERENCE DOCUMENTS
1. ASTM G8 -90 Standard test methods for cathodic disbonding of pipeline coatings (
Method A )
2. ASTM G20-88 Standard test method for chemical resistance of pipeline coating.
4. ASTM D-4060-90 Standard test method for abrasion resistance of organic coating by
the Taber Abraser.
5. ASTM -G14-88 Standard test method for impact resistance of pipeline coating (
falling - weight test )
6. BIS - 2770 Part - I 1967 Method of testing bond in Reinforced Concrete part 1
Pullout Test ( 1967 )
ANNEXURE
TEST PROCEDURE : A
During this 60 minutes of testing, there shall not be any coating failure as evidenced by
evolution of hydrogen gas at the cathode or by appearance of corrosion products of iron at the
anode.
TEST PROCEDURE : C
Test shall be conducted as per ASTM D 4060 using Taber Abraser using CS-19
wheel under 1 kg. load per wheel. Abrasion resistance of the coating shall be
conducted on panel of size 100 mm x 100 mm in which 8 mm Dia hole shall be
drilled. The panel shall be coated as per specified procedure. After curing, thickness of
the coating shall be measured to the nearest 0.1 mg. Then the coated panel shall be
mounted on the turn table. The abrading heads shall placed on the panel and the
vacuum pickup nozzle kept in position. The counter shall be set in position. The
vacuum pickup and turn table of the abrader shall be fixed for 1000 cycles. After 1000
cycles loose abradings remaining on the test specimen shall be removed by light
brushing. The final weight of the specimen shall be measured for finding the loss in
weight. The weight loss shall not exceed 100 mg. The test shall be conducted on
duplicate specimens.
10 mm Dia cement polymer coated rod of length 10 cm. shall be used. Bottom edge of
the coated rod shall be sealed using lacquer. Then test specimen is kept immersed in
0.04N NaOH + 10,000 PPM Chloride and potential is monitored using high
impedance Multimeter against suitable reference electrode such as saturated calomel
electrode. After getting stabilized potential, using appropriate current regulator (0-100
mA), the test specimen is anodically polarized at a constant current density of 290
uA/sqcm. using a Platinum/Stainless Steel/TSIA/Polished mild steel as cathode.
Potential with time is followed for 5 minutes. At the end of 5 minutes, no rust spots
shall be observed on the coated rod.
TEST PROCEDURE : E
The coated rods ( any diameter ) of length 30 cm. shall be used in this test. The bottom
edge of the coated rods are to be sealed using lacquer. Transparent PVC cylindrical
container shall be use. 3M Cacl2 3M NaOH Saturated Ca(oh)2 and distilled water are
prepared as individual test solution and filled in the separate container up to the half of
its height. Then the coated rods are kept partially immersed in the test solution so that
they are in term contact with both the liquid and vapour phase of the test solution. The
test shall be conducted for 45 days. The coating should not blister, soften or disbond
during this period.
TEST PROCEDURE : F
d) Placing brickbats of varying size (average 80 mm thick) to proper slope and grouting
their joints with chemical process in cement mortar with 2% of waterproofing
compound.
e) Providing all around the terrace large waterproof wattas (roundings) upto a height of
30 cm in PCC or as directed above the finished level of waterproof treatment
f) Finishing : Finishing the top surface with average 20 mm thick layers of cement
mortar 1:3 added with jute fibre at one kilogram per bag, including finishing the
surface smooth with cement slurry mixed with approved waterproofing compound,
marking finished surface with false squares of 300 mm x 300 mm.
g) Curing : Curing shall be done for 14 days. Curing of top surface shall be done by
making base ( wattas ) with lean cement mortar to keep water standing on the
surface.
h) Carrying out the test. : The test shall be carried out by ponding method. Payment
for the item shall be released only after results of pond test are satisfactory.
2. Toilets :
g) Filling sunk portion with brickbats including waterproof mortar and the top surface
left rough to form a key for tiles.
3. Overhead tanks :
If the work under some items in Schedule ‘B’ of the tender pertains to construction of
overhead water tank. After completion of the work, water tank as a whole shall be tested
for water tightness and leakages if any shall be rectified forthwith without any extra cost to
the department
1. QUALITY ASSURANCE :
1.1 Submittals :
The contractor shall submit manufacturer’s certificate that the firm has manufactured
the supplied materials.
1.2 Labeling :
The contractor shall submit mixing application procedure for each of the
manufactured repair material for the approval of Engineer in-charge prior to their use
and demonstration of site before starting of work should be arranged.
Measurements for payment of the item of repair shall be done only after completion
of all steps of execution listed in the particular specification.
(a) Storage : The contractor shall get approved from the Engineer in-charge the storage
space for epoxy/polymer/patented/other manufacture of materials to insure that the
storage temperature is maintained between 50 C and 380 C unless recommended
other wise by the manufacturer.
(b) Delivery : Contractor shall deliver all materials in sealed containers in packing as
approved by Engineer in-charge with tables legible and intact.
(c) Handling : All materials shall be handled in a safe manner and in a way to avoid
breaking container seals.
2. Environmental Requirements :
The general requirement for polymer latexes as cement modifiers are as follows :
(a) Very high chemical stability towards the active cat ions, such as calcium and
aluminum, liberated during the hydration of cement.
(b) Very high mechanical stability during mixing, and in transfer pumps.
(c) Low air entrainment. The is generally achieved by addition of anti-foaming agents
during manufacture of polymer latexes. Excess of anti-foaming results into loss of
adhesion to the substrate. The balance has to be judiciously maintained.
(h) For internal works S.B.R. type polymer latexes should be used and for external
works acrylic type polymer should be used.
4 (B) Quality Requirements for latexes (polymer Dispersions for Cement Modifiers)
(a) The speed and time of mixing should be properly selected to avoid unnecessary
entrapment of air.
(b) The PMM/PMC have excellent adhesion even to metal and hence all equipments
should be washed immediately after use.
(c) For resurfacing, flooring and patching, all loose and non-durable materials including
laitance must be removed either by sandblasting, wire brushing and blowing with
compressed air. The cleaned surface should be thoroughly wetted well before
placement of PMM/PMC. Before application, surface concrete should be in
saturated dry (wet but no standing water) condition.
(e) It is advisable to finish the surface by trawling 2-3 times. Over trawling is not
advisable.
(f) PMM/PMC should never be placed below 50C and above 300C. The surface of
newly placed material should be protected from rainfall or other source of water.
The surface should be immediately covered with burlap or plastic sheet.
(i) Polymers and Latexes are non-toxic and safer for handling.
Polymers should be stored in a cool dry room and should not be kept in exposed
areas.
Photographs of area where loose concrete is removed shall be taken at contractors cost
and record should be maintained on compact disk (CD). The record entire shall be also
be taken in measurements books immediately.
Prior to preparation of concrete surfaces, exposed reinforcement should be inspected for
access clearance, cross-sectional area and location. Reinforcing bars must be further
exposed it the remaining concrete is de-bonded from the reinforcing steel. Removal
must be continued to completely expose the bar if more than half of a reinforcing bar
perimeter has been exposed. For completely exposed reinforcing bars, a minimum
average clearance of 25 mm or nominal maximum size of aggregate plus 5 mm,
whichever is greater, must be provided between the reinforcing bar and surrounding
concrete. A Structural engineer should be consulted if the cross sectional area of an
individual bar has been reduced by 15 percent or more or if two adjacent bars have been
reduced by 10 percent or more. Out of plans and loose reinforcement should be secured
in its design location.
The process of surface preparation is illustrated stepwise (Step 1 to 5) in figure. The
general procedure in preparing concrete and reinforcement surface for optimum bonding
is to sandblast the surfaces and than remove dust and debris by air blasting, low pressure
water blasting, or brooming. If the damage is due to corrosion a suitable coating may be
considered after removal of total rust from its surface to protect the exposed reinforcing
steel. Final inspection of the prepared area including remedying any deficiencies should
be complete just prior to batching the repair material.
7. General Methodology for patch repairs to RCC Slabs, Beams and Columns
with Polymer Modified Cement Mortar.
Step-2 : All loose and spelled cover concrete shall be removed including
finishing plaster wherever found loose by trapping.
Step-7 : The rusted reinforcement shall be c1eaned of rust and passivated and
applied bond coating.
Step-8 : The prepared concrete surface shall b!3 covered with appropriate
mix of polymer modified cement sand mortar in layers including
behind reinforcement over a bond coat with polymer modified
cement slurry. The mortar cover thickness shall be not less than 15
mm over the reinforcement." The maximum thickness shall be not
more than 30mm with each layer not exceeding 10 mm.
Step-9 : Batch wise consumption register shall be maintained and cubes shall
be casted and sent for testing.
Step-10 : Water spray curing shall be carried out for a minimum period of 7
days.
8.1 Skilled workers shall be employed by the Contractor. They shall be equipped with
special training in manual crafts and possessing knowledge, skills and practical
experience in respect of concrete technology and other materials appropriate to the
scope, type and difficulty of the repair measures. They must be present on each
construction site at all times. His qualification for works according to these
guidelines must be demonstrated to the external supervision agency by means of an
appropriate certificate.
8.2 The Contractor must ensure that the skilled workers employed at site, are informed
of and instructed in protection and repair measures at maximum intervals of 3 years
so as to enable them to take all measures for the proper execution of the construction
measure, including tests and internal supervision as per the latest prevalent
technology.
(a) Practical execution of the protection and repair measures according to the prescribed
planning/execution documents (directions for execution).
(b) Specifying and supervision any work delegated to other skilled site personnel,
insofar as it affects the success of the measure.
(c) Directing the other skilled site workers to whom execution of the construction
measures has been entrusted and checking their manual craft skills.
(d) Carrying out the test required as part of internal supervision and recording and
interpreting the results.
9. Safety :
Workers : Contractor shall advise all workers with epoxies to avoid contact with
eyes and skin, inhalation of vapors, and ingestion. Necessary protective and safety
equipments in the form of hand gloves, welder's goggles, shall be provided by the
contractor and used on side.
10.1 For the execution of protection and repair works, properly maintained plant and
equipment permitting adequate treatment of the concrete substrate, proper execution
of the work and determination of the required properties of the construction materials
and construction measures must be present on the construction site.
10.2 To ensure efficient and effective functioning all plant and equipment must be
checked on - site and at field material testing laboratory prior to first use and at
appropriate Intervals thereafter
11. Supervision :
1) Depending on the type and scope of the works, continuous verifiable records of all
data significant for the quality and durability of the structure and its parts are to be
made in a certifiable form, e.g. on forms (site log)., by the site contract manager, his
deputy or the skilled site personnel for construction measures according to these
guidelines. They must contain at least the following information.
(e) Records of the work procedures and checks according to the directions for work and
execution.
(g) Specimens made up, with their designations, date of making up and details of the
individual components or phases of construction for which the associated
construction material was used, test date and results and required properties.
(h) Testing of concrete substrate and, where relevant, of intermediate layers, with results
specified for each component.
(k) Names of the skilled site personnel executing and supervision the work.
2) The records must be available on the site during the construction period and must be
shown on demand to the person responsible for supervision.
1) The type, scope and frequency of the supervision measures are specified in Tables 1,
2 and 3 if the construction measure is interrupted, the test time spans are prolonged
accordingly.
2) In, case of doubt, tests which are not normally required, for example on properties of
the base materials, their composition, suitability of methods of execution and testing,
must also be performed. The qualified executive manager is responsible for ordering
such tests.
3) if test results are inadequate, the Contractor must eliminate the causes and any
defects -where necessary including defects on the structure - without delay.
Sr. Object of test Types of tests, tests on, tests Requirements Frequency, time
No. variable
Base Materials.
4. Concrete agents, Delivery note and possibly Designation, mark Each delivery
fibers, colorants sack labeling or silo lettering. of conformity or
approval and proof
of monitoring.
5. Concrete agents Delivery note and possibly Designation: mark Each delivery
sack labeling or silo lettering. of conformity or
approval and proof
of monitoring.
(a) Due performance and observance by the Contractor of terms, covenants and
conditions on the part of the Contractor contained in the said Agreement. and
(b) Due and punctual payment by the Contractor to the Government of all sums of
money, losses, damages, costs, charges, penalties and expenses payable to the
Government by the Contractor under or in respect of the said Agreement.
2. Undertake to pay to the Government on demand and without demur and not
withstanding any dispute or disputes raised by the Contractor(s) in any suit or
proceeding filed in any court of Tribunal relating there to the said sum of Rs.
................................. (Rupees .................................................... only) or such lesser
sum as may demand by the Government from us our liability hereunder being
absolute and unequivocal and agree that.
3. (a) The guarantee herein contained shall remain in full force and effect during the
subsistence of the said Agreement and that the same will be continue to be
enforceable till all the dues of the Government under or by virtue of the said
Agreement have been duly paid and its claims satisfied or discharged and till the
Government 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 liability under this Guarantee by
reasons of
ii) Any agreement entered into between the Government and the
Contractor with or without our consent.
(c) Our liability here under 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
(d) We shall not revoke this guarantee during its currency except with the previous
consent in writing of the Government.
1) -----------------------------------------------
2) -----------------------------------------------
Rs.
Dated Signature
NOT TRANSFERABLE
To
________________ [name of Employer]
________________ [address of Employer]
WHEREAS ........................................................................... [name and address of
Contractor] (hereafter called "the Contractor") has undertaken, in pursuance of Contract
No........................................................ dated................................. to
execute................................ [name of Contract and brief description of Works] (hereinafter
called "the Contract").
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee.
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you on behalf of the Contractor, up to a total of .....................................[amount of guarantee]
* .................................................(in words), such sum being payable in the types and
proportions of currencies in which the Contract Price is payable, and we undertake to pay
you, upon your first written demand and without cavil or argument, any sum or sums within
the limits of ..........................................[amount of guarantee] as aforesaid without your
needing to prove or to show grounds or reasons for your demand for the sum specified
therein.
We hereby waive the necessity of your demanding the said debt from the contractor
before presenting us with the demand.
This guarantee shall be valid until 28 days from the date of expiry of the Defect
Liability Period.
Signature and Seal of the guarantor ..............
Name of Bank ............... Address ................. Date ....................
* An amount shall be inserted by the Guarantor, representing the percentage the Contract
Price specified in the Contract including additional security for unbalanced Bids, if any and
denominated in Indian Rupees.
2)
3)
xÉÉånù´É½þÒ Gò.3
.......................... ®úÉäVÉÒ ºÉÆ{ÉhÉÉ-ªÉÉ +É`ö´Éb÷¬ÉºÉÉ`öÒ MÉÉä¹É´ÉÉ®úÉ
+. ¤ÉɤÉÒSÉä xÉÉÆ´É Eäò±É䱪ÉÉ EòɨÉÉSÉä ´ÉÉ{É®úhÉä +ɴɶªÉEò ´ÉÉ{É®úɴɪÉÉºÉ ½þ´Éä |ÉiªÉIÉ ´ÉÉ{É®ú±Éä±Éä
Gò. +ÆnùÉVÉä {ÉÊ®ú¨ÉÉhÉ +ºÉ±Éä±Éä ʺɨÉå]õSÉä +ºÉ±É䱪ÉÉ ÊºÉ¨Éå]õSÉä ʺɨÉå]õSÉä BEÚòhÉ
{ÉÊ®ú¨ÉÉhÉ BEò¨ÉÉxÉ {ÉÊ®ú¨ÉÉhÉ ¨Éä.]õxÉ. {ÉÊ®ú¨ÉÉhÉ ¨Éä.]õxÉ. {ÉÊ®ú¨ÉÉhÉ ¨Éä.]õxÉ.
1 2 3 4 5 6 7
EòɨÉÉSÉä xÉÉÆ´É:
xÉÉånù´É½þÒ Gò. 2
ÊxÉ®úÊxÉ®úɲªÉÉ ¤ÉɤÉÒ´É®ú +É`ö´Éb÷¬É¨ÉvªÉä ={ɪÉÉäMÉÉiÉ +ÉhÉhÉä +ɴɶªÉEò +ºÉ±Éä±Éä {ÉÊ®ú¨ÉÉhÉ ªÉÉÆSÉÒ iÉÖ±ÉxÉÉ
nùÉJÉÊ´ÉhÉÉ®äú EòÉä¹]õEò
1)
2)
3)
xÉÉånù´É½þÒ Gò.3
.......................... ®úÉäVÉÒ ºÉÆ{ÉhÉÉ-ªÉÉ +É`ö´Éb÷¬ÉºÉÉ`öÒ MÉÉä¹É´ÉÉ®úÉ
+. ¤ÉɤÉÒSÉä xÉÉÆ´É Eäò±É䱪ÉÉ EòɨÉÉSÉä ´ÉÉ{É®úhÉä +ɴɶªÉEò ´ÉÉ{É®úɴɪÉÉºÉ ½þ´Éä |ÉiªÉIÉ ´ÉÉ{É®ú±Éä±Éä
Gò. +ÆnùÉVÉä {ÉÊ®ú¨ÉÉhÉ +ºÉ±Éä±Éä {ÉÉä±ÉÉnùÉSÉä +ºÉ±É䱪ÉÉ {ÉÉä±ÉÉnùÉSÉä {ÉÉä±ÉÉnùÉSÉä BEÚòhÉ
{ÉÊ®ú¨ÉÉhÉ BEò¨ÉÉxÉ {ÉÊ®ú¨ÉÉhÉ ¨Éä.]õxÉ. {ÉÊ®ú¨ÉÉhÉ ¨Éä.]õxÉ. {ÉÊ®ú¨ÉÉhÉ ¨Éä.]õxÉ.
1 2 3 4 5 6 7
INTEGRITY PACT
Between
hereinafter referred to as
_________________________________________________________________________
_________________________________________________________________________
and
_________________________________________________________________________
hereinafter referred to as
"The Bidder/Contractor"
Preamble
PUBLIC WORKS DEPARTMENT intends to award, under laid-down organizational procedures,
contract(s) for,
[Insert the name of the package]
(Signature) (Signature)
(For & On behalf of PUBLIC (For & On behalf of Bidder/
WORKS DEPARTMENT) Partner(s) of Joint Venture/ Contractor)
PUBLIC WORKS DEPARTMENT values full compliance with all relevant laws and regulations, and
the principles of economical use of resources, and of fairness and transparency in its relations with its
Bidders/ Contractors.
In order to achieve these goals, PUBLIC WORKS DEPARTMENT and the above named Bidder/
Contractor enter into this agreement called 'Integrity Pact' which will form a part of the bid.
(1) PUBLIC WORKS DEPARTMENT commits itself to take all measures necessary to prevent
corruption and to observe the following principles:
b) PUBLIC WORKS DEPARTMENT will during the tender process treat all Bidder(s)
with equity and fairness. PUBLIC WORKS DEPARTMENT will in particular, before
and during the tender process, provide to all Bidder(s) the same information and will
not provide to any Bidder(s) confidential/ additional information through which the
Bidder(s) could obtain an advantage in relation to the tender process or the contract
execution.
c) PUBLIC WORKS DEPARTMENT will exclude from evaluation of Bids its such
employee(s) who has any personnel interest in the Companies/Agencies participating
in the Bidding/Tendering process.
(2) If Principle Secretary PWD, Maharashtra Government obtains information on the conduct of
any employee of PUBLIC WORKS DEPARTMENT which is a criminal offence under the
relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard,
he will inform its Chief Vigilance Officer and in addition can initiate disciplinary actions
under its Rules.
(1) The Bidder/Contractor commits himself to take all measures necessary to prevent corruption.
He commits himself to observe the following principles during his participation in the tender
process and during the contract execution:
a) The Bidder/Contractor will not, directly or through any other person or firm, offer,
promise or give to PUBLIC WORKS DEPARTMENT, or to any of PUBLIC
WORKS DEPARTMENT's employees involved in the tender process or the
execution of the contract or to any third person any material or other benefit which
he/she is not legally entitled to, in order to obtain in exchange an advantage during the
tender process or the execution of the contract.
c) The Bidder/Contractor will not commit any criminal offence under the relevant Anti-
corruption Laws of India; further, the Bidder/Contractor will not use for illegitimate
purposes or for purposes of restrictive competition or personal gain, or pass on to
others, any information provided by PUBLIC WORKS DEPARTMENT as part of the
business relationship, regarding plans, technical proposals and business details,
including information contained or transmitted electronically.
d) The Bidder/Contractor of foreign origin shall disclose the name and address of the
Agents/ representatives in India, if any, involved directly or indirectly in the Bidding.
Similarly, the Bidder/Contractor of Indian Nationality shall furnish the name and
address of the foreign principals, if any, involved directly or indirectly in the Bidding.
e) The Bidder/Contractor will, when presenting his bid, disclose any and all payments he
has made, or committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract and/ or with the execution
of the contract.
f) The Bidder/ Contractor will not misrepresent facts or furnish false/forged documents /
information's in order to influence the bidding process or the execution of the contract
to the detriment of PUBLIC WORKS DEPARTMENT.
(2) The Bidder/Contractor will not instigate third persons to commit offences outlined above or be
an accessory to such offences.
Section III- Disqualification from tender process and exclusion from future contracts
(1) If the Bidder, before contract award, has committed a serious transgression through a violation
of Section II or in any other form such as to put his reliability or credibility as Bidder into
question, PUBLIC WORKS DEPARTMENT may disqualify the Bidder from the tender
process or terminate the contract, if already signed, for such reason.
(2) If the Bidder/Contractor has committed a serious transgression through a violation of Section
II such as to put his reliability or credibility into question, PUBLIC WORKS DEPARTMENT
may after following due procedures also exclude the Bidder/Contractor from future contract
award processes. The imposition and duration of the exclusion will be determined by the
severity of the transgression. The severity will be determined by the circumstances of the case,
in particular the number of transgressions, the position of the transgressors within the
company hierarchy of the Bidder / Contractor and the amount of the damage. The exclusion
will be imposed for a minimum of 12 months and maximum of 3 years.
(3) If the Bidder/Contractor can prove that he has restored/recouped the damage caused by him
and has installed a suitable corruption prevention system, PUBLIC WORKS DEPARTMENT
may revoke the exclusion prematurely.
(1) If PUBLIC WORKS DEPARTMENT has disqualified the Bidder from the tender process
prior to the award under Section III, PUBLIC WORKS DEPARTMENT may forfeit the Bid
Guarantee under the Bid.
(1) The Bidder shall declare in his Bid that no previous transgressions occurred in the last 3 years
with any other Public Sector Undertaking or Government Department that could justify his
exclusion from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender
process or the contract, if already awarded, can be terminated for such reason.
(1) PUBLIC WORKS DEPARTMENT will enter into agreements with identical conditions as this
one with all Bidders.
(2) PUBLIC WORKS DEPARTMENT will disqualify from the tender process any bidder who
does not sign this Pact or violate its provisions.
(1) PUBLIC WORKS DEPARTMENT has appointed a panel of Independent External Monitors
(IEMs) for this Pact with the approval of Central Vigilance Commission (CVC), Government
of India, out of which one of the IEMs has been indicated in the NIT/IFB
(2) The IEM is to review independently and objectively, whether and to what extent the parties
comply with the obligations under this agreement. He has right of access to all project
documentation. The IEM may examine any complaint received by him and submit a report to
Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS DEPARTMENT, at
the earliest. He may also submit a report directly to the CVO and the CVC, in case of
suspicion of serious irregularities attracting the provisions of the PC Act. However, for
ensuring the desired transparency and objectivity in dealing with the complaints arising out of
any tendering process, the matter shall be referred to the full panel of IEMs, who would
examine the records, conduct the investigations and submit report to Principle Secretary PWD,
Maharashtra Government, PUBLIC WORKS DEPARTMENT, giving Joint findings.
(3) The IEM is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the Principle Secretary PWD,
Maharashtra Government, PUBLIC WORKS DEPARTMENT.
(4) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access without restriction to
all documentation of PUBLIC WORKS DEPARTMENT related to this contract including that
provided by the Contractor / Bidder. The Bidder / Contractor will also grant the IEM, upon his
request and demonstration of a valid interest, unrestricted and unconditional access to his
documentation. The same is applicable to Subcontractors. The IEM is under contractual
(5) PUBLIC WORKS DEPARTMENT will provide to the IEM information as sought by him
which could have an impact on the contractual relations between PUBLIC WORKS
DEPARTMENT and the Bidder/Contractor related to this contract.
(6) As soon as the IEM notices, or believes to notice, a violation of this agreement, he will so
inform the Principle Secretary PWD, Maharashtra Government, PUBLIC WORKS
DEPARTMENT and request the Principle Secretary PWD, Maharashtra Government,
PUBLIC WORKS DEPARTMENT to discontinue or take corrective action, or to take other
relevant action. The IEM can in this regard submit non-binding recommendations. Beyond
this, the IEM has no right to demand from the parties that they act in a specific manner, refrain
from action or tolerate action. However, the IEM shall give an opportunity to PUBLIC
WORKS DEPARTMENT and the Bidder/Contractor, as deemed fit, to present its case before
making its recommendations to PUBLIC WORKS DEPARTMENT.
(7) The IEM will submit a written report to the Principle Secretary PWD, Maharashtra
Government, PUBLIC WORKS DEPARTMENT within 8 to 10 weeks from the date of
reference or intimation to him by PUBLIC WORKS DEPARTMENT and, should the occasion
arise, submit proposals for correcting problematic situations.
(8) If the IEM has reported to the Principle Secretary PWD, Maharashtra Government, PUBLIC
WORKS DEPARTMENT, a substantiated suspicion of an offence under relevant Anti-
Corruption Laws of India, and the Principle Secretary PWD, Maharashtra Government,
PUBLIC WORKS DEPARTMENT has not, within the reasonable time taken visible action to
proceed against such offence or reported it to the CVO, the Monitor may also transmit this
Information directly to the CVC, Government of India.
(9) The word 'IEM' would include both singular and plural.
(*) The section shall be applicable for only those packages wherein the IEMs have been identified in
Section - I : Invitation for Bids and / or Clause ITB 9.3 in Section - III: Bid Data Sheets of
Conditions of Contract, Volume-I of the Bidding Documents.
This Pact begins when both parties have legally signed it. It expires for the Contractor after the closure
of the contract and for all other Bidder's six month after the contract has been awarded.
(1) This agreement is subject to Indian Law Place of performance and jurisdiction is the
establishment of PUBLIC WORKS DEPARTMENT. The Arbitration clause provided in the
main tender document / contract shall not be applicable for any issue/ dispute arising under
Integrity Pact.
(2) Changes and supplements as well as termination notices need to be made in writing.
(3) If the Contractor is a partnership firm or a consortium or Joint Venture, this agreement must be
signed by all partners, consortium members and joint Venture partners.
(4) Nothing in this agreement shall affect the rights of the parties available under the General
Conditions of Contract (GCC) and Special Conditions of Contract (SCC)
# CVO shall be applicable for packages wherein IEM are not identified in Section IFB / BDS of
Condition of Contract, Volume - I. IEM shall be applicable for packages wherein IEM are
identified in Section IFB/BDS of Condition of Contract, Volume - I.
(6) Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the partied will strive to come to an agreement to their
original intentions.
(Signature) (Signature)
(For & On behalf of PUBLIC (For & On behalf of Bidder/
WORKS DEPARTMENT) Partner(s) of Joint Venture/ Contractor)
Name : Name :
Designation : Designation :
Witness 1 : Witness 1 :
_____________________________ _____________________________
_____________________________ _____________________________
Witness 2 : Witness 2 :
_____________________________ _____________________________
_____________________________ _____________________________
Contract price shall be adjusted for increase or decrease in rates of labour, materials, fuels
and lubricants excluding bitumen, cement and steel in accordance with the following
principles and procedures and as per formula given in the contract data. The price variation
clause shall be read as follows: (a) The price adjustment shall apply for the work done from
the start date given in the contract data up to end of the in itial in tended completion date or
extensions granted by the Engineer in charge and shall not apply to the work carried out
beyond the stipulated time for reasons attributable to the contractor. (b)The price adjustment
shall be determined during each month from the formula given in the contract data. (c)
Following expressions and meaning are assigned to the work done during each month.
R = Total value of work done during the month. It would include the amount of secured
advance granted, if any, during the month, less the amount of secured advance recovered, if
any during the month. It will exclude value for works executed under variations for which
price adjustment will be worked separately based on the terms mutually agreed.
To the extent that full compensation for any rise or fall incosts to the contractor is not
covered by the provisions of this or other clauses in the contract, the unit rates and prices
included in the contract shall be deemed to include amounts to cover the contingency of such
other rise or fall in costs.
Vm = 0.85xPm/100xRx(M1-M0)/M0
Vm = Increase or decrease in the cost of work during the month under
consideration due to changes in rates for local materials other than
cement, steel bitumen and POL
M0 = The all India whole sale price index(all commodities)on 28day
spreceding the dat eof opening of Bids, as published by the Ministry of
Industrial Development,
Government of India,NewDelhi.
M1 = The all India whole sale price index (all commodities) for the month
under considerationas published by the Ministry of Industrial
Development,Government
of India, NewDelhi.
Pm = Percentage of local materials component (other than cement, steel
bitumen and POL of the work)
Price Adjustment of Cement Component
Price adjustment for increase or decrease in the cost Cement procured by the contractor shall
be paid in accordance with the following formula:
V1 = QC(CI1-CI0)
Where,
V1 = Amount of price variation in rupees to be allowed for cement
component
QC = Quantity of cement in metric tones used in the permanent works and
Contractor No. of Corrections Executive Engineer
(184)
approved
enabling works during the quarter under consideration
CI1 = Current, average rate of cement in rupees permetric tonn eincluding
taxes (GST) as per purchased voucher indicating name of work by
supplier produced by
contractor.
CI0 = Basic rate of cement in rupees permetric tonne as considered for
working out value of ‘R’ or averageex - factory price in rupees per
metric tonne including taxes
(GST) of cement under consideration prevailing quarter preceding the
month in
which the last date prescribe for receipt of tender falls, whichever is
higher.(-------------)
Component percentage as given below are as of the total cost of work put to tender
Sr. No. Component Percentage
1 Labour Component – Pl %
2 Materials Component – Pm %
3 POL Component – Pf %
4 Bitumen Component %
5 Steel Component %
6 Cement Component %
Total 100.00%
Name of work : 332 Police Constable Quarters Building No. 17-A at Majaswadi, Jogeshwari (E),
Mumbai. Structural Strengthening and Repairs work.
Item Description Ref. to Std. Spn. Book Additional Specification if any
No. Item No and Page No.
1 . Providing and fixing double scaffolding system (cup lock type) on the -- The work shall be carried as per wording of the
exterior side of building/structure, including additional rows of -- item and as directed by the Engineer in-charge.
scaffolding in stepped manner as per requirement of site, made with
40mm dia M.S. tube, placed 1.5 metre centre to centre, horizontal &
vertical tubes joint with cup & lock system with M.S. Tubes, M.S. tube
challis, M.S. clamps and staircase system in the scaffolding for working
platform etc. and maintaining it in a serviceable condition for execution
of work of cleaning and/ or pointing and/ or applying chemical and
removing it thereafter. The scaffolding system shall be stiffened with
bracings, runners, connecting with the building etc, wherever required, if
feasible, for inspection of work at required locations with essential
safety features for the workmen etc., complete as per directions and
approval of Engineer-in-charge. Note:- (1) The elevational area of the
scaffolding shall be measured for payment purpose. (2) The payment
will be made once only for execution of all items for such works.
2 . Providing and fixing Jute Kantan (Tarat) screen to the scaffold-ing for -- The work shall be carried as per wording of the
external guniting as directed including removing the same after the work -- item and as directed by the Engineer in-charge.
is over etc. complete.
3 . Providing and fixing construction three layer monofilament safety net -- The work shall be carried as per wording of the
including first layer of machine knotted 5mm braided Rope with 100 -- item and as directed by the Engineer in-charge.
mm x 100 mm mesh size, second layer of machine knotted 2.5 mm
braided rope with 25 mm x 25mm mesh size, third layer of
monofilament stabilizer and net with welding / grinding splatter
resistance, border rope of 12 mm maximum including the cord of 12
mm maximum at tower corners at 1.50 meter long at every 1.50 meter
distance including require size and as per specification and certification
approved including testing criteria for safety net EN1263-1 including
drop test (dynamic test) and energy absorption test (En-1263-1:2002)
and as per instructions and approved of the Engineer - In - Charge
(Horizontal Safety Net)
"It is understood and accepted by the contractor that, he has studied drawings and
information provided, and has satisfied that, information provided to him is adequate,
understood the nature and extent of work, is aware of site condition and constraints of the
site. The contractor is sufficiently experienced in the type of work undertaken by him in this
contract and has adequate financial support and has fully experienced staff to execute the
work and takes full responsibility to execute the work in time with proper safety precautions
during construction under circumstances etc. Unless the work defined, proper brief is
prepared, responsibilities specified, liquidated damages mentioned (important as there are
delays, extensions, unilateral extensions, supplementary contracts, wavers which form
important part of the contract), Indemnity in civil liability, Insurances including professional
indemnity etc. to prove the professional approach of the Engineer-in-charge. Proper
information has to be provided by the contractor about the brief of work, constraints if any
in work for execution, nothing to be withheld. It is the total responsibility of the contractor."
This declaration of the contractor on requisite stamp paper of INR 500 shall be the
Signature of Contractor
332 Police Constable Quarters Building No. 17-A at Majaswadi, Jogeshwari (E), Mumbai. Structural Strengthening
and Repairs work.
Sr. Activities 30 Days 60 Days 90 Days 120 Days 150 Days 180 Days 210 Days 240 Days 270 Days 300 Days
No.
1 Removing loose rust External plaster
Drawings
CONTRACT DRAWINGS :-
The Contract Drawings provided for tendering purpose with the tender documents shall be used as a reference only. Contractor should visualize
the nature and type of work contemplated and to ensure that the rates and prices quoted by him in the bill of quantities take due consideration of the
complexities of work involved during actual execution / construction as experienced contractors in the field.
The tendered rates / prices for the work shall be deemed to include the cost of preparation, supply and delivery of all necessary drawings, prints,
tracings and negatives which the contractor is required to provide in accordance with the contract.
DOCUMENTATION :
If so ordered by the Engineer-in-charge, the contractor will prepare drawings of the work as 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 applied in triplicate alongwith a micro-film of the same to Engineer
for record and reference purpose at the contractors cost