26.07.2014 Views

TENDER - IGRMS

TENDER - IGRMS

TENDER - IGRMS

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

INDIRA GANDHI RASHTYRIYA MANAV<br />

SANGRAHALAYA<br />

POST BOX-2, SHAMLA HILLS,<br />

BHOPAL 462 013<br />

<strong>TENDER</strong><br />

NAME OF WORK: - Construction of Third Phase of CR<br />

Masonry Boundary Wall including<br />

Check Posts/Watch Towers of 1.80 m<br />

height average from Ground Level &<br />

Barbed wire fencing on M.S. Angles over<br />

it in the <strong>IGRMS</strong>, Bhopal for total length<br />

app. 500 Mt. Starting from the edge of<br />

existing constructed CR Masonry wall<br />

toward SAF Area.<br />

ESTIMATED COST : Rs. 19,78,018/-<br />

EARNEST MONEY : Rs. 39,600/-<br />

ISSUED TO :<br />

1


No.: - F-10-06/10-Constt. Dated: 13 th August, 2010<br />

Name of Work: Construction of Third Phase of CR Masonry Boundary Wall<br />

including Check Posts/Watch Towers of 1.80 m height average<br />

from Ground Level & Barbed wire fencing on M.S. Angles over it<br />

in the <strong>IGRMS</strong>, Bhopal for total length app. 500 Mt. Starting from<br />

the edge of existing constructed CR Masonry wall toward SAF<br />

Area.<br />

Estimated Cost of Work: Rs. 19,78,018/-<br />

<strong>TENDER</strong> FORM<br />

Date of Publication of the Tender 13/08/2010<br />

Published in (1) Dainik Bhaskar (2) Nav Bharat<br />

Last date of application for purchase of tender form 06.09.10 (14.00 Hrs.)<br />

2. Last date for sale of tender form 06.09.10 (14.00 Hrs.)<br />

3. Last date for submission of sealed tenders 08.09.10 (15.30 Hrs.)<br />

4. Date of opening of the tender in the presence of the 08.09.10 (16.00 Hrs.)<br />

Tenderness or their representatives<br />

5. EMD to be enclosed with quotation Rs. 39,600/-<br />

6. Cost of Tender Form. Rs. 1,000 /-(Non-refundable)<br />

I/We hereby agree to undertake the work of Construction of Third Phase of CR<br />

Masonry Boundary Wall including Check Posts/Watch Towers of 1.80 m height<br />

average from Ground Level & Barbed wire fencing on M.S. Angles over it in the<br />

<strong>IGRMS</strong>, Bhopal for total length app. 500 Mt. Starting from the edge of existing<br />

constructed CR Masonry wall toward SAF Area at the rates/amount quoted by me/us in<br />

the attached schedule. I will abide by all the prescribed rules and regulations supplied by the<br />

Sangrahalaya. The Earnest Money Deposit for Rs. 39,600/-(Rupees thirty nine thousand six<br />

thousand only) drawn on………….......................…...………bearing No………………………<br />

dated……………………..is enclosed.<br />

Signature of Contractor<br />

Name of the Contractor/Firm<br />

Seal<br />

Bhopal<br />

Dated<br />

……………………………………………………………………………………………...………<br />

Form No…………..has been issued to Shri/M/S…………………………………...………../The<br />

cost of the tender form has received vide M.R. No………...........…………………………..<br />

dated……….…..……..<br />

Accounts officer<br />

Indira Gandhi Rashtriya Manav Sangrahalaya<br />

Bhopal<br />

The tender detail is also available at Website www.igrms.com<br />

2


INDIRA GANDHI RASHTYRIYA MANAV SANGRAHALAYA<br />

POST BOX-2, SHAMLA HILLS,<br />

BHOPAL 462 013<br />

INDEX<br />

Name of Work: Construction of Third Phase of CR Masonry Boundary Wall including Check<br />

Posts/Watch Towers of 1.80 m height average from Ground Level & Barbed<br />

wire fencing on M.S. Angles over it in the <strong>IGRMS</strong>, Bhopal for total length<br />

app. 500 Mt. Starting from the edge of existing constructed CR Masonry wall<br />

toward SAF Area<br />

-------------------------------------------------------------------------------------------------------------------<br />

Serial No. Contents Page No.<br />

-------------------------------------------------------------------------------------------------------------------<br />

1 INDEX 1<br />

2. Press Notice 2<br />

3. Notice inviting tenders 3 - 5<br />

(PWD - 6)<br />

4. Tender and contract 6 - 10<br />

5. Particular specification &<br />

Special conditions 11 - 15<br />

6. Correction slips to the general conditions 16 - 18<br />

of the contract<br />

7. List of Approved materials & 19<br />

specialized agencies<br />

8. Schedule of quantities 20 - 22<br />

-------------------------------------------------------------------------------------------------------------------<br />

Certified that this tender contains pages 1 to 22<br />

Director/officer authorized by the<br />

Director for & on Behalf of President,<br />

RMSS<br />

3


NOTICE INVITING <strong>TENDER</strong><br />

bfUnjk xkWa/kh jk"Vªh; ekuo laxzgky;] Hkksiky<br />

fufonk lwpuk Øa- ,Q 10&06@10&fuekZ.k<br />

funs'kd] bafnjk xka/kh jk"Vªh; ekuo laxzgky;] Hkksiky v/;{k] jk"Vªh; ekuo laxzgky;] lfefr dh vksj ls ik= Bsdsnkj<br />

tks dsUnzh; yksd fuekZ.k foHkkx ls vuqeksfnr vFkok ftUgsa nwjlapkj foHkkx ,e-bZ-,l-] jsyos ,oa e-iz- jkT; ih MRY;w-Mh- ls<br />

lwphc) fd;k x;k gS ls fuEufyf[kr dk;Z gsrq fn 08.09.10 nksigj 15-30 cts rd en nj eqgjcan fufonk,a vkeaf=r djrs<br />

gSa &<br />

dk;Z dk uke vuqekfur /kjksgj le;of/k vkosnu izkfIr dh fufonk nLrkost fufonk [kksyusa-<br />

,oa LFkku jkf’k jkf’k vafre frfFk tek djus dh dh frfFk<br />

:- :- o le; vafre frfFk o le; o le;<br />

lh-vkj- eslujh o ,e-,l- ,afxy] dVhys 19]78]018@& 39]600@& 6 ekg 06-09-10 08-09-10 08-09-10<br />

rkj }kjk ckÅaMªhoky ds rhljs Hkkx dk ¼N% ekg½ ¼14-00 cts½ ¼15-30 cts½ ¼16-00 cts½<br />

fuekZ.k<br />

1- fufonk nLrkost dk;kZy;] funs’kd] bafnjk xka/kh jk"Vªh; ekuo laxzgky;] Hkksiky ij lqcg 11-00 cts ls lk;a 4-00 cts<br />

ds e/; jfookj ,oa lkoZtfud vodk’kh; fnolksa dks NksMdj :-1]000@&¼okilh ;ksX; ugha½ uxn nsdj laxzgky; ls<br />

izkIr dh tk ldrh gSA<br />

2- /kjksgj jkf’k tks vuqlwfpr cSad ds fMekaM MªkV ds :i esa funs’kd] bafnjk xka/kh jk"Vªh; ekuo laxzgky;] Hkksiky dks<br />

ns; gksxhA<br />

fufonk fuxZe gsrq /kjksgj jkf’k ,oa fufonk ykxr vkosnu ds lkFk tek djsaA<br />

fufonk Js.kh III lhihMCY;wMh Bsdsnkj ,oa xSj lhihMCY;wMh Bsdsnkj Hkh ;ksX; gksaxs c’krsZ mUgksaus mi;qDr izf/kdj.k }kjk tkjh<br />

fuf’pr izek.k] tks l{ke vf/kdkjh dks larks"ktud yxs] izLrqr fd;k gks] fd mUgksaus rhu leku dk;Z izR;sd dh ykxr<br />

10-00 yk[k ls de u gks tqykbZ] 2010 esa lEiUu gksus okys foxr ikap o"kksZ ds nkSjku iw.kZ fd;s gksA leku dk;Z ls vk’k;<br />

lh-vkj- eSlujh ,ao Qsfczds’ku dk;Z ls gSA<br />

Bsdsnkjksa dh lwphc)rk dh oS/krk fufonk foØ; dh vafre frfFk foyafcr gksrh gS rks Bsdsnkjksa dh lwphc}rkdh oS/krk fufonk<br />

foØ; dh ewy frfFk gksxhA ;fn vkosnu izkfIr vkSj fufonk foØ; dh vafre frfFk nksuksa foyafcr gksrh gS rks Bsdsnkjksa dh<br />

lwphc)rk dh oS/krk fufonk foØ; dh ewy frfFk o foyafcr frfFk nksuksa gksxhA vkosnd iath;u izek.k i=] dk;kZuqHko izek.k<br />

i= vkfn dh vfHkizekf.kr izfrfyfi tek djsaA<br />

fufonk lwpuk ekuo laxzgky; dh osclkbM www.igrms.com ij ns[kh tk ldrh gSaA fufonk izi= osclkbM ls Mkmu<br />

yksM dj izLrqr djus ij izi= dh dher :- 1000@& uxn ;k funs’kd] ba-xk-jk-ek-la-] Hkksiky ds uke fMek.M MªkV<br />

ds :i es fufonk ds lkFk laxzgky; esa vfrfjDr tek djuh gksxhA<br />

funs’kd<br />

Director/officer authorized by the<br />

Director for & on Behalf of President,<br />

RMSS<br />

4


INDIRA GANDHI RASHTYRIYA MANAV SANGRAHALAYA<br />

POST BOX-2, SHAMLA HILLS,<br />

BHOPAL 462 013<br />

Notice Inviting Tenders<br />

Tender No.F-10-06/10-Constt.…………………..……….....…………Dated: 13 th Aug., 2010<br />

Last date of receipt of tenders: ………………………….…….…..…...08.09.2010 (15.30 Hrs.)<br />

1. Tenders are invited on behalf of the President, Rashtriya Manav Sangrahalaya Samiti from<br />

approved and eligible contractors of CPWD and those of appropriate list of P&T, MES and<br />

M.P. State PWD for the work of Construction of Third Phase of CR Masonry<br />

Boundary Wall including Check Posts/Watch Towers of 1.80 m height average<br />

from Ground Level & Barbed wire fencing on M.S. Angles over it in the<br />

<strong>IGRMS</strong>, Bhopal for total length app. 500 Mt. Starting from the edge of existing<br />

constructed CR Masonry wall toward SAF Area.<br />

2. The work is estimated to cost Rs.19,78,018 19,78,018/- (Rupees nineteen lacs seventy eight thousand<br />

eighteen only) the estimate, however, is given merely as a rough guide.<br />

3. Tenders will be issued to eligible CPWD as well as non CPWD contractors provided they<br />

produce definite proof from the appropriate authority which shall be to the satisfaction of<br />

the competent authority of having completed similar works of magnitude specified below:<br />

Criteria of eligibility for issue of tender documents: -<br />

(i) Conditions for Class-II I CPWD &<br />

Non-CPWD Contractors only<br />

(ii) For works estimated to cost above<br />

Tenders shall be issued to Non-CPWD contractors,<br />

Rs.15 lac but upto Rs. 50 lac provided they have<br />

satisfactorily completed three Similar works,each<br />

of value not less thanRs.10 lacs (Similar works<br />

means building work )<br />

4. Agreement shall be drawn with the successful tendered on prescribed CPWD form No. 8<br />

which is available as a Govt. of India publication (print edition-2005). Tenderer shall<br />

quote his rates as per various terms and conditions of the said form, which will form part of<br />

the agreement.<br />

5. The time allowed for carrying out the work will be 6 Months from the 10 th day after the<br />

date of written order to commence the work or from the first date of handing over of the site,<br />

whichever is later, in accordance with the phasing, if any, indicated in the tender document.<br />

6. The Site for the work is available.<br />

7. Receipt of applications for issue of forms will be stopped by 16.00 Hrs. four days before the<br />

date fixed for opening of tenders. Issue of tender forms will be stopped three days before the<br />

date fixed for opening of tenders.<br />

Tender documents consisting of plans, specifications, the schedule of quantities of the<br />

various classes of work to be done and the set of terms & conditions of contract to be<br />

complied with by the contractor whose tender may be accepted and other necessary<br />

documents can be seen in the office of the Director/ Officer In Charge, Indira Gandhi<br />

Rashtriya Manav Sangrahalaya, Post Box 2, Shamla Hills, Bhopal between hours of 11.00<br />

AM & 5.00 PM everyday except on Sundays and Public Holidays. Tender documents,<br />

excluding standard form, will be issued from his office, during the hours specified above, on<br />

payment of the following: ----<br />

i) Rs. 1000/- in cash as cost of tender and<br />

ii)<br />

Earnest Money of Rs. 39,600/- of scheduled bank issued in favour of Director,<br />

5


Indira Gandhi Rashtriya Manav Sangrahalaya, Bhopal.<br />

8. The tenderer must produce an Income-Tax clearance certificate in the revised form as<br />

modified under Ministry of Finance O.M. No. 67/30/69/ITAL dated 2/7/1970 as amended<br />

from time to time before tender papers can be sold to him.<br />

9. Tenders, which should always be placed in sealed envelope, with the name of work and<br />

due date written on the envelopes, will be received by the Director, <strong>IGRMS</strong> or his<br />

authorized representative up to 15.30 Hrs on 08.09.2010 and will be opened by him or<br />

his authorized representative in his office on the 08.09.2010 at 16.00 Hrs.<br />

10. The Tender will be accompanied by earnest money (unless exempted), of Rs. 39,600/-<br />

(Rupees thirty nine thousand six hundred only) in the form of Demand Draft/ Pay order<br />

of a scheduled Bank issued in favor of the Director, Indira Gandhi Rashtriya Manav<br />

Sangrahalaya, Bhopal. The Fixed Deposit Receipt shall be accepted only if it is valid for<br />

six months or more after the last date of receipt of tenders and is pledged in favour of the<br />

Director, Indira Gandhi Rashtriya Manav Sangrahalaya, Bhopal.<br />

11. The tenders and the Earnest money shall be placed in separate sealed envelopes each<br />

marked “Tender” and “Earnest Money” respectively. In cases where earnest money in<br />

cash is acceptable, the same shall be deposited with the Cashier of the Division and the<br />

receipt placed in the envelope meant for earnest money. Both the envelopes shall be<br />

submitted together in another sealed envelope. The envelope marked “Tender” of only those<br />

tenderers shall be opened, whose earnest money placed in the other envelope is found to be<br />

in order.<br />

12. The description of the work is as follow: Construction of Third Phase of CR<br />

Masonry Boundary Wall including Check Posts/Watch Towers of 1.80 m<br />

height average from Ground Level & Barbed wire fencing on M.S. Angles<br />

over it in the <strong>IGRMS</strong>, Bhopal for total length app. 500 Mt. Starting from the<br />

edge of existing constructed CR Masonry wall toward SAF Area.<br />

Copies of other drawing and documents and specifications, sample of roof tile<br />

pertaining to the works will be open for inspection by the tenerers at the office of the<br />

above mentioned officer. Tenderer are advised to inspect and examine the site and its<br />

surroundings and satisfy themselves before submitting their tenders as to the nature of<br />

the ground and sub-soil (so far as is practicable), the form and the nature of the site,<br />

the means of access of the site, the accommodation they may requisite and in general<br />

shall themselves obtain all necessary information as to risks, contingencies and other<br />

circumstances which may influence or affect their tender. A tenderer shall be deemed<br />

to have full knowledge of the site whether he inspects or not and no extra charges<br />

consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall<br />

be responsible for arranging and maintaining at his own cost all materials, tools, and plants,<br />

water, electricity access, facilities for workers, specifically provided for in the contract<br />

documents. Submission of a tender by a tenderer implies that he has read this notice and all<br />

other contract documents and has made himself aware of the scope and specifications of the<br />

work to be done and of conditions and rates at which stores, tools and plant, etc. will be<br />

issued to him by the <strong>IGRMS</strong> and local conditions and other factors having a bearing on the<br />

execution of the work..<br />

13. The competent authority on behalf of the President, RMSS does not bind himself to the<br />

tenderers received without the assignment of a reason. All tenderers in which any of the<br />

prescribed conditions is not fulfilled or any condition including that of conditional rebate is<br />

put forth by the tenderer shall be summarily rejected.<br />

14. Canvassing whether directly or indirectly in connection with tenders is strictly prohibited<br />

and the tenders submitted by the contractors who resort to canvassing will be liable to<br />

rejection.<br />

6


15. The competent Authority on behalf of the President, RMSS reserves to himself the right of<br />

accepting the whole or any part of the tender and the tenderer shall be bound to perform the<br />

same at the rate quoted.<br />

16. The Contractor shall not be permitted to tender for works in the Section of <strong>IGRMS</strong><br />

(responsible for award and execution of contracts) in which his near relative is posted as<br />

Accounts officer/ or as an officer in any capacity between the grades of Adviser (E)/Chief<br />

Engineer, and Assistant Engineer (both inclusive). He shall also intimate the names of<br />

persons who are working with him in any capacity or are subsequently employed by him<br />

and who are near relative of any group B and A officers in the <strong>IGRMS</strong> or in the Department<br />

of Culture, Ministry of Tourism and Culture. Any breach of this condition by the contractor<br />

would render him liable to be removed from the approved list of contractors of this<br />

Department.<br />

17. No Engineer of gazetted rank or other Gazetted officer employed in <strong>IGRMS</strong> is allowed to<br />

work as a contractor for a period of two years after his retirement from Government Service,<br />

without the previous permission of the Govt. of India in writing. This contract is liable to be<br />

cancelled if either the contractor or any of his employees found any time to be such a person<br />

who had not obtained the permission of the Government of India as aforesaid before<br />

submission of the tender or engagement in the contractor’s service.<br />

18. The Tender for works shall remain open for issue of letter of acceptance for a period of<br />

ninety days (90 days) from the date of opening of tenders. If any tenderer withdraws his<br />

tender before the said period or makes any modifications in the terms and conditions of the<br />

tender which are not acceptable to the department, then the Government shall without<br />

prejudice to any other right or remedy be at liberty to forfeit 50% of the said earnest money<br />

as aforesaid.<br />

19. If the tenderer does not quote the rate for any item (s), it shall be presumed that the tenderer<br />

has loaded the cost of this/these item(s) on the rest items & he/they shall execute this/these<br />

items at Zero cost & tender shall be evaluated accordingly.<br />

20. Receipts of payment made on account of work, or by some other person having due authority<br />

to give effectual receipt for the firm.<br />

21. This Notice Inviting Tender shall form a part of the contract document. The successful<br />

tenderer/contractor, on acceptance of his tender by the Accepting authority, shall within 15<br />

days from the stipulated date of start of the work sign the contract consisting of;<br />

(a) The Notice Inviting Tender, all the documents including additional conditions,<br />

specifications and drawings, if any, forming the tender as issued at the time of invitation<br />

of tender and acceptance thereof together with any correspondence leading thereto.<br />

(b)<br />

Standard CPWD form 8 (print edition-2005) as referred to at Sl. No. 2(xiii) of schedule<br />

‘F’ at page-15 hereof.<br />

Director/officer authorized by the Director<br />

for & on Behalf of President, RMSS<br />

Note:<br />

The tenderer while submitting their tender must see that all columns and space left for<br />

them / should invariable by filled up and signed as and where required. Incomplete tender<br />

forms will liable to be rejection .<br />

7


Text of form CPWD 8<br />

Item Rate Tender & Contract for works<br />

Tender for the work of:<br />

Construction of Third Phase of CR Masonry Boundary Wall<br />

including Check Posts/Watch Towers of 1.80 m height average from<br />

Ground Level & Barbed wire fencing on M.S. Angles over it in the<br />

<strong>IGRMS</strong>, Bhopal for total length app. 500 Mt. Starting from the edge<br />

of existing constructed CR Masonry wall toward SAF Area.<br />

(i)<br />

(ii)<br />

To be submitted by 15.30 hours on 08/09/10 to The Director, Indira Gandhi Rashtriya<br />

Manav Sangrahalaya, Post Box-2, Shamla Hills, Bhopal or his Authorized representative.<br />

To be opened in present of tenderers who may be present at 16.00 Hrs on 08/09/10 in the<br />

Office of the Director, Indira Gandhi Rashtriya Manav Sangrahalaya, Shamla Hills, Bhopal.<br />

Issued to (Contractor)<br />

M/S<br />

…………………………………....……<br />

.………………………………………...<br />

…………………………..……………..<br />

.………………………………………...<br />

Signature of officer issuing the documents....................................<br />

Designation ....................................................................................<br />

Dated of issue………………….....................................................<br />

Tender<br />

I/we have read and examined the Notice inviting tender, specifications applicable, drawings &<br />

Designs, General rules and Directions, Condition of Contract, Clauses of contract, Special conditions,<br />

annexure-1 and all other contents in the tender document for the work.<br />

I/We hereby tender for execution of the work specified for the President of RMSS within the<br />

time specified and in accordance in all respects with the specifications, designs, drawing and instructions<br />

in writing referred to in Rule-1 of General Rules and Directions and in Clauses of the conditions of<br />

Contract and with such material are as provided for, by, and in respect in accordance with, such<br />

conditions so far as applicable.<br />

We agree to keep the tender open for ninety days from the due date of submission and not to<br />

make any modifications in its terms and conditions.<br />

A sum of Rs. 39,600/- (Rupees thirty nine thousand six thousand only) is hereby forwarded<br />

in Demand Draft issued by.……......………............................................................................Bearing<br />

No..................................................…dated…...............................as EARNEST MONEY. If I/We fail to<br />

commence the work specified, I/We agree that the said President of RMSS or his successors in office<br />

shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money<br />

absolutely otherwise the said earnest money shall be retained by him towards security deposit to execute<br />

all the works referred to in the tender documents upon the terms and conditions contained or referred to<br />

therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned<br />

in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the<br />

8


provision contained in clause 12.2 and 12.3 of the tender form.<br />

I/We hereby declare that I/We shall treat the tender documents drawings and other records<br />

connected with the work as secret/confidential documents and shall not communicate<br />

information/derived there from to any person other than a person to whom I/We am/are authorized to<br />

communicated the same or use the information in any manner prejudicial to the safety of the State.<br />

I/We agree that should I/We fail to commence the work specified in the above memorandum, an<br />

amount equal to the amount of the earnest money mentioned in the form of invitation of tender shall be<br />

absolutely forfeited to the President of RMSS be recovered without prejudice to any other right or<br />

remedy available in law out of the deposit in so far as the same may extend in terms of the said bond and<br />

in the event of deficiency out of any other money due to me/us under this contract or otherwise.<br />

Dated......................... Signature of the Contractor<br />

Postal Address<br />

Witness…………………………………<br />

Address…………………………………<br />

Occupation: ……………………………<br />

Acceptance<br />

The above tender (as modified by you as provided in the letters mentioned hereunder) is<br />

accepted by me for and on behalf of the President, RMSS for a sum of Rs..............................................<br />

(Rupees..........................................................................................)<br />

The letters referred to below shall for part of this contract Agreement:<br />

1 INDEX<br />

2. Press Notice<br />

3. Notice inviting tenders<br />

4. Particular specification & Special conditions<br />

5 Correction slips to the general conditions of the contract<br />

6. List of Approved materials & specialized agencies<br />

7. Schedule of quantities<br />

8. Standard CPWD contract form 8 as modified & corrected upto..2005.<br />

9. …………………………………………………..<br />

Dated:<br />

Director or his representative<br />

For & on behalf of President RMSS<br />

Schedule A<br />

Schedule of quantity (Enclosed) Page No. 20 to 22<br />

Schedule B<br />

Schedule of materials to be issued to the Contractor:<br />

Sr. No Description of Items Quantity Rates in figures & words at which the Place of Issue<br />

material will be charged to the<br />

contractor<br />

1 2 3 4 5<br />

9


Schedule C<br />

Tools and plants to be hired to the contractor<br />

Sr. No Description Hire charges per day place of issue<br />

1 2 3 4<br />

Schedule D<br />

Extra schedule for specific requirements/document for the work if any -----Nil------<br />

Schedule E<br />

Schedule of component of Materials, Labor etc. for escalation<br />

Clause 10CC<br />

Component of materials expressed as per cent to totalValue of work<br />

Cancelled.........................%<br />

Component of labor expressed as percent of total<br />

Value of work “Y” ........................%<br />

Component of POL expressed as percent of total<br />

value of work “Z” .........................%<br />

Schedule F<br />

Reference to General Conditions of contract<br />

Name of work: Construction of Third Phase of CR Masonry Boundary Wall including<br />

Check Posts/Watch Towers of 1.80 m height average from Ground<br />

Level & Barbed wire fencing on M.S. Angles over it in the <strong>IGRMS</strong>,<br />

Bhopal for total length app. 500 Mt. Starting from the edge of existing<br />

constructed CR Masonry wall toward SAF Area.<br />

Estimated cost of work….... Rs. 19,78,018/-<br />

Eernest Money……………<br />

Rs. 39,600/- (Rupees thirty nine thousand six thousand only)<br />

Security Deposit:<br />

A sum @ 10% of gross amount of the bill shall be deducted from<br />

each running bill of contractor till the sum along with sum already<br />

deposited as earnest money shall amount to security deposit of<br />

5% of the tendered value of the work. In any case Bank<br />

guarantee shall not be accepted as security deposit.<br />

Performance guarantee: The contractor shall be required to deposit an amount equal to 5%<br />

of the tendered value of work as performance guarantee in the form of an irrevocable Bank<br />

guarantee bond of any scheduled bank or State Bank of India in accordance with the form<br />

prescribed or in cash or in the form of Govt. security, Fixed deposit receipt etc., within 15 days of<br />

the issue of letter of acceptance. This period can be further extended by Engineer-in-chagrge upto a<br />

maximum of 7 days on written request of the contractor.<br />

10


General Rules & Directions<br />

Officer inviting tender: Director, Indira Gandhi Rashtriya Manav Sangrahalaya, Bhopal<br />

Maximum percentage for quantity of items of<br />

work to be executed beyond Which rates are to<br />

be determined in accordance with Clauses 12.2. & 12.3: See below<br />

Definitions:<br />

Clause 1<br />

(i) Time allowed for submission of performance guarantee<br />

From the date of issue of letter of acceptance in days<br />

: 15 days<br />

(ii) Maximum allowable extension beyond the period as<br />

Provided in (i) above in days<br />

: 7 days<br />

2(v) Executive Engineer: Adviser (E)/Officer In Charge<br />

2(vii) Accepting Authority Director, Indira Gandhi Rashtriya Manav Sangrahalaya, Bhopal<br />

2(x) Percentage on cost of materials and labor to cover all over-head and profits. -- 10 %<br />

2(xi) Standard Scheduled of Rates DSR 2007 (CPWD) ammended from time to time<br />

2(xii) Department<br />

Indira Gandhi Rashtriya Manav Sangrahalaya, Bhopal<br />

9(xiii) Standard CPWD contract form 8 as modified & corrected upto..2005.<br />

(The CPWD Form 8 will be the part of the agreement, which can be seen in the office of the Director,<br />

<strong>IGRMS</strong> Bhopal).<br />

Clause 2<br />

Authority or fixing compensation under Clause 2 : Director, <strong>IGRMS</strong>, Bhopal<br />

Clause 2A<br />

Whether clause 2A shall be applicable : YES<br />

Clause 5<br />

Time allowed for execution of work..... : 6 Months<br />

Authority to give fair & reasonable extension of<br />

Time for completion of work Director, <strong>IGRMS</strong> Bhopal<br />

Clause 7<br />

Gross work to be done together with net payment/adjustment<br />

of advance for material collected, if any, since the last such<br />

Payment for being eligible to interim payment ……. 75% of the assessed value<br />

Clause 11<br />

Specifications to be allowed for Execution of work CPWD Specification 1997<br />

Clause 12<br />

12.1.2(iii) Schedule of rates determining rates for As per schedule ‘F’<br />

Additional, altered or substituted<br />

Items that cannot be determined under 12.1.2(i) & (ii)<br />

12.1.2(iii) Plus/minus the% over the rates<br />

Entered in the Schedule of rates<br />

12.1.2(vi) A. Deviation Limit beyond which sub-clauses<br />

(i) to (v) shall not apply and clauses12.2 & 12.3 shall apply<br />

12.1.2(vi) B(a) Limit for value of any item of any individual trade<br />

beyond which sub clauses (i) to (v) shall not apply<br />

and clauses 12.2 & 12./3 shall apply<br />

11


Clause 16<br />

Competent Authority for deciding reduced rates: Director, <strong>IGRMS</strong>, BHOPAL.<br />

Clause 36(i)<br />

S.No. Minimum<br />

Qualifications<br />

of Technical<br />

Representative<br />

Discipline<br />

Designation<br />

(Principal<br />

Technical/<br />

Technical<br />

representative)<br />

Minimum<br />

experience<br />

Number<br />

Rate at which recovery shall<br />

be made from the contractor in<br />

the event of not fulfilling<br />

provision of clause 36(i)<br />

Figures Words<br />

1. Graduate<br />

Engineer<br />

CIVIL<br />

Principal<br />

Technical<br />

representative<br />

5-years ONE Rs.15000/- PM Rupees fifteen<br />

Thousand Per<br />

Month<br />

“Assistant Engineer retired from Government services that are holding Diploma will be treated at per<br />

with Graduate Engineers.”<br />

Clause 42<br />

(i) (a) Schedule/statement for determining theoretical quality or<br />

Cement & bitumen on the basis of Delhi Schedule of<br />

Rates 2002 printed by CPWD<br />

(ii) Variation permissible on theoretical quantities.<br />

(a) Cement for works with estimated cost put to<br />

Tender not more than Rs.5 lakhs<br />

3% plus/minus<br />

For works with estimated cost up to tender<br />

More than Rs. 5lakhs 2% plus/minus<br />

(b) Bitumen for all/works 2.5% plus only &Nil on minus side<br />

(c) Steel reinforcement and structural steel<br />

Sections for each diameter, section and category 2% plus/minus<br />

(d) All other materials NIL.<br />

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION<br />

Rates in figures and words at which<br />

Sr.<br />

No.<br />

Description of items<br />

recovery shall be made from the contractor<br />

Excess beyond<br />

permissible<br />

variation<br />

Less use beyond the<br />

permissible variation<br />

1.<br />

Cement<br />

………<br />

…………<br />

2.<br />

Steel reinforcement<br />

………<br />

…………<br />

3.<br />

Structural sections.<br />

………<br />

…………<br />

4.<br />

Bitumen issued free<br />

………<br />

…..…..<br />

5.<br />

Bitumen issued at stipulated fixed price<br />

……....<br />

12


PARTICULAR SPECIFICATION & SPECIAL CONDITIONS<br />

1. General<br />

1.1 Wherever any reference to any Indian Standard Specification occurs in the documents relating to<br />

this contract, the same shall be inclusive of all amendments issued there-to or revisions thereof, if any, up to<br />

the date of receipt of tenders.<br />

1.2 The contractor shall work according to the programme of work as approved by the Engineer-incharge,<br />

for which purpose, the contractor shall submit a tentative programme of the work within 15 days form<br />

the stipulated date of start of the work.<br />

1.3 The contractor shall take instructions from the Engineer-in-charge for stacking of materials at site.<br />

No excavated earth or building materials shall be stacked on areas where the buildings, roads, services or<br />

compound walls are to be constructed.<br />

1.4 If as per municipal rules the huts for labour are not to be erected at the site of work by the<br />

contractors, the contractors shall provide such accommodation at such locations as are acceptable to local<br />

bodies, for which nothing shall be payable.<br />

1.5 Unless otherwise provided in the Schedule of quantities, the rates tendered by the contractor shall<br />

be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing shall be<br />

payable to him to his on this account. However, payment for centering, shuttering, if required to be done for<br />

floor heights greater than 3.5 m, shall be admissible at rates arrived at, in accordance with clause 12 of the<br />

agreement, if not already specified otherwise.<br />

1.6 The working drawings appearing at Para 8.1 (iii) of conditions of contract in the form CPWD-8,<br />

shall mean to include both architectural and structural drawings respectively. The structural and difference<br />

noticed between architectural and structural drawings, final decision, in writing of the Engineer-in-charge shall<br />

be obtained by the contractor before proceeding further.<br />

1.7 Samples for particular items of work shall be prepared, for prior approval of the Engineer-incharge<br />

before taking up the same on mass scale and nothing shall be payable on this account.<br />

1.8 The contractor shall use material as specified in the schedule of quantity and that given in the list<br />

of approved materials. (Appendix-I page 35-38). For other materials if ISI marked products are available, the<br />

contractor shall use only ISI marked product. In other case, the materials shall conform to CPWD<br />

specifications. In case a materials/product is neither covered by ISI nor by CPWD specification, the work shall<br />

be carried out as per sound engineering practice, in which case the decisions of the Engineer-in-charge shall be<br />

final & binding.<br />

1.9 Some restrictions may be imposed by imposed by the security staff etc. on the working and for<br />

movement of labour, materials etc. The contractor shall be bound to follow all such restriction/ instructions<br />

and nothing extra shall be payable on this account.<br />

1.10 Unless otherwise specified all materials (e.g. stone and other materials) obtained in the work of<br />

dismantling, excavation etc. shall be considered Government’s property and shall be neatly stacked at site & in<br />

the manner as decide by the Engineer-in-charge.<br />

1.11 The contractor shall make his own arrangements for obtaining electric connections, if required,<br />

and make necessary payments directly to the department concerned.<br />

1.12 Other agencies may also be executing simultaneously on some other related works such as<br />

electrical cable laying, street lighting and horticulture works for the same project. The contractor shall extend<br />

necessary co-operation to them without any claim on this account.<br />

1.13 Cast iron pipes and fittings without ear shall be used. However, pipes and fittings with ears may<br />

be accepted without any extra payment. In such cases, clamps are not required and no extra payment shall be<br />

13


made for fixing the pipes in a different manner.<br />

1.14 Any cement starry added over base surface for bond or for continuation of concreting, its cost<br />

shall be deemed to have been included in the respective items, unless specified otherwise and nothing extra<br />

shall be payable nor extra cement shall be considered in the cement consumption on this account.<br />

1.15 Stacking of materials and excavated earth including its disposal shall be done as per the directions<br />

of the Engineer-in-charge. Double handling of materials or excavated earth if required shall have to be done by<br />

the contractor at his own cost.<br />

1.16 No claim for idle establishment & labour, machinery & equipments, tools & plants and the like,<br />

for any reason whatsoever, shall be admissible during the execution of work as well as after its completion.<br />

1.17 TESTING OF MATERIALS<br />

Samples of various materials required for testing shall be provided free of charge by the<br />

contractor. Testing charges, if any, shall be borne by the contractor. All other expenditures required to be<br />

incurred for taking the samples; conveyance, packing etc. shall be borne by the contractor himself. (This<br />

supersedes provision of clause 10A of General Conditions of Contract for CPWD works (CPWD-8).<br />

2.0 FLOORING, SKIRTING, VENEERING, DADO, RISERS & STEPS, JAMBS SILLS &<br />

SOFFITS<br />

2.1 Nothing extra shall be payable for using combination of marble, granite, kota, sand stone slabs &<br />

ceramic tiles etc. in the required pattern at various locations.<br />

2.2 Nothing extra will be paid for the additional thickness of bed mortar that will be required to<br />

achieve uniform finished surfaces on account of difference inspecified thickness of marble,<br />

granite, kota stone, and stone & ceramic tiles etc.<br />

2.3 Flooring in toilets verandah, kitchen, courtyard etc. shall be laid to the required slope/gradient as<br />

per the directions of the Engineer-in-charge.<br />

2.4 The pattern, spacing and locations of joints shall be as per drawings and direction of the<br />

Engineer-in-charge.<br />

3.0 STEEL WORK<br />

3.1 The rate of T/L iron frame shall include the cost of materials & labour of the following.<br />

(a)<br />

M.S. tie of 16 mm dia. bar shall be welded to M.S. frames at<br />

the bottom to keep the frames in vertical position. The tie shall be embedded in floor concrete. No<br />

tie shall be necessary for window frames.<br />

(b)<br />

M.S. frame for doors shall have 4 Nos. M.S. lugs 15 x 3 mm.,<br />

10 cm long, welded to each vertical member of the frame.<br />

(c)<br />

The M.S. plate cramps 15 x 6 mm thick for holding<br />

arrangements shll be provided and welded as per site conditions.<br />

4.0 WATER PROOFING TREATMENT<br />

The water proofing items shallbe got done through the firms approved by the Director, Indira<br />

Gandhi Rashtriya Manav Sangrahalaya, Bhopal.<br />

14


4.1 INTEGRAL CEMENT BASED WATER PROOFING TREATMENT<br />

4.1.1 The proprietary waterproofing compound shall preferably bear ISI mark or shall conform to I.S.<br />

2645-1975. Water proofing compound shall be brought to site prior to commencement of work,<br />

from which random sample would be got tested to ascertain its conformity to the relevant I.S.<br />

code. The proprietary water proofing compound shall be added at the rate recommended by the<br />

manufacturing firm, but not exceeding 3 percent by weight of cement. Water proofing compoun<br />

shall be kept under double lock & key & record of its issue shall be kept in the same manner as<br />

for issue of cement.<br />

4.1.2 While doing treatment of roof surface, it shall be ensured that the outlet drain pipes have been<br />

fixed and mouths at the entrance have been eased and rounded off properly for easy flow of<br />

water.<br />

4.1.3 The surface where the water proofing is to be done shall be thoroughly cleaned with wire brushes.<br />

All loose scales shall be removed and dusted off. The surface shall be treated with neat cement<br />

slurry admixed with proprietary water proofing compound, to penetrate into crevices and fill up<br />

all the pores in the surface. This cement slurry shall also be applied at the junction of parapet and<br />

terrace slab including the vertical face of the parapet.<br />

4.1.4 After the slurry coat is laid, layer of well burnt brick bats shall be laid to required gradient and<br />

joints filled to falf the depth, in cement mortar of mix as specified by the manufacturing firm, but<br />

not leaner than 1:5 (1 cement : 5 coarse sand) duly admixed with proprietary waterproofing<br />

compound . The brickbat layer shall be rounded at the junction with parapet and merged with the<br />

treatment to be provided on the parapet up to 300mm height. Curing of this layer shall be done for<br />

3 days.<br />

4.1.5 After curing, the surfaces shall be applied with a coat of cement slurry admixed with proprietary<br />

water proofing compound.<br />

4.1.6 Joints of brick bats layer shall be filled fully with cement mortar of mix as specified by the<br />

specialist firm but not leaner than 1:4 (1 cement : 4 coarse sand) admixed with proprietary water<br />

proofing compound and finally top finished with average 20 mm thick layer of same mortar and<br />

finished smooth with cement slurry admixed with proprietary water proofing compound. The<br />

finished surface shall have marking of 300 x 300 mm false squares.<br />

4.1.7 Curing of water proofing treatment, thus completed, shall be done for a minimum period of ten<br />

days.<br />

4.1.8 The finished surface, after water proofing treatment, shall have minimum slope of 1 in 80. At no<br />

point, shall the thickness of water proofing treatment, be less than 65 mm.<br />

4.1.9 The measurements shall be taken along the finished surface of treatment including the rounded<br />

and tapered portion at junction of parapet wall. Length and breadth shall be measured correct to<br />

one centimeter and area shall be worked out to nearest 0.01 sqm. No deduction in measurements<br />

shall be made for either openings or recesses for chimneys, stacks, roof lights and the like for<br />

areas up to 0.40 sqm. Nothing extra shall be paid, for forming such openings. For similar areas<br />

exceeding 0.04 sqm. Deduction shall be made in measurements for full openings and nothing<br />

extra shall be paid making such openings.<br />

4.1.10 The rate shall include the cost of all labour and materials involved in all the operations described<br />

15


above.<br />

4.1.11 GUARANTEE FOR WATER PROOFING TREATMENT<br />

The contractor shll give Ten years performance guarantee in the prescribed proforma (specimen<br />

appended) for the water proofing treatment. In addition 10% (Ten percent) of the cost of these<br />

items shall be retained as security, to watch the performance of the work execute. However, half<br />

of this amount (withheld) shall be released after five years, after the completion of the work, if no<br />

defect comes to the notice. If any defect is noticed during the guarantee period, it shall be got<br />

done by other agency at the risk and cost of the contractor. In any case the guaranteeing firm<br />

during the guarantee period shall inspect and examine the treatment once every year and make<br />

good any defect observed. However, the 10% security deposit referred above can be replaced with<br />

bank guarantee of equivalent amount for relevant period.<br />

5.0 CUT BRICK (MARUKONA)<br />

Wherever cut brick (Marukona), as required under para 6.24.7 of C.P.W.D. Specifications 1996<br />

Vol.II, is not feasible, on account of available quality of bricks, the same shall be replaced by<br />

cement concrete 1:2:4 and no extra payment for the provisions of C.C. 1:2:4 shall be made nor<br />

would the quantity of C.C. 1:2:4 thus provided be deducted from measurements of brick work.<br />

7.0 VARIATION IN CONSUMPTION OF PIG LEAD<br />

The pig lead for caulking of joints of SCI pipes shall be issued as per theoretical consumption for<br />

SCI pipes of size 100 mm, 75 mm & 50 mm, @ 0.98 kg. , 0.88 kg and 0.77 kg. per joint<br />

respectively. Over and above the theoretical quantities of lead as worked out, a variation of 5%<br />

shall be allowed for wastage etc. Any difference between the actual consumption of pig lead and<br />

theoretical consumption worked out on the above basis, including the authorised variation shall be<br />

recovered at the rate mentioned under schedule “F”. Where the pig lead is arranged by the<br />

contractor, variation of 5% will be allowed. In case variation is no lesser side, the quantity of less<br />

pig lead used shall be whose decision in the matter shall be final & binding.<br />

8.0 PAINT BROUGHT BY THE CONTRACTOR<br />

8.1 The contractors shall bring sufficient quantity of paint of brand & a shade approved by Engineerin-charge<br />

prior to the commencement of work & keeps it in his stores at site.<br />

8.2 The paint shall be issued to the contractor from time to time according to requirements for the<br />

work in the same manner as followed for issue of cement.<br />

8.3 Expty containers shall not be removed without the written permission of the Engineer-in-charge.<br />

9.0 FIXING OF SCI/CI PIPE<br />

The SCI/CI pipes and G.I. pipes, wherever necessary, shall be fixed to RCC columns, beams etc.<br />

with rawl plugs, or appropriate fasteners as approved by Engineer-in-charge, and nothing shall be<br />

payable on this account.<br />

CONDITIONS FOR STEEL: -<br />

1. The contractor shall procure steel reinforcement bars, conforming to relevant BIS codes from main<br />

producers (i.e. SAIL/RINL/TISCO/IISCO) as approved by the Ministry of Steel and Secondary<br />

producers or re-rollers having valid BIS licence. For TMT bars conforming to relevant BIS code,<br />

procurment shall be made from main producers and secondary producers having valid BIS licence.<br />

The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of all<br />

supplies of steel brought by him to the site of work. Samples shall also be taken and got tested by the<br />

Engineer-in-charge as per the provisions in this regard in relevant BIS codes. In case the test results<br />

16


indicate that the steel arranged by the contractor does not conform to BIS codes, the same shall stand<br />

rejected and shall be removed from the site of work by the contractor at his cost within a week’s time from<br />

written orders from the Engineer-in-charge to do so..<br />

2. The steel reinforcement shall be brought to to the site in bulk supply of 10 tones or as decided by the<br />

Engineer-in-charge.<br />

3. Bars of different size and length shall be stored separately to facilitate easy counting and checking.<br />

4. For checking nominal mass tensile strength, bend test, re-bend test etc. specimen of sufficient length shall<br />

be cut from each size of the bar at random at frequency not less that specified below:<br />

Size of Bar For consignment below 100 tones For consignment over<br />

100 tones<br />

Under 10 mm dia<br />

One sample for each 25 tones or<br />

part thereof<br />

One sample for each 40 tones<br />

or part thereof<br />

Under 16 mm dia<br />

Over 16 mm dia<br />

One sample for each 35 tones or<br />

part thereof<br />

One sample for each 45 tones or<br />

part thereof<br />

One sample for each 45 tones<br />

or part thereof<br />

One sample for each 50 tones<br />

or part thereof<br />

5. The contractor shall supply free of charge the steel required for testing. Thew cost of tests shall be born by<br />

the contractor /Department in the manner indicated below:<br />

(a) By the contractor, if the results show that the steel does not conform to relevant BIS codes.<br />

(b) By the Department, if the results show that the steel conforms to relevant BIS codes.<br />

6. The actual issue of consumption of steel on work shall be regulated and proper accounts maintained as<br />

provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as per<br />

procedure prescribed in clause 42 the contract and shall be governed by conditions laid therein.<br />

7. Steel bought to site and steel remaining unused shall not be removed from site without the written<br />

permission of the Engineer-in-charge.<br />

8. For the purpose of payment the actual weight of the steel reinforcement / structural steel sections / plates /<br />

bolts & nuts shall be measured as follows:<br />

For arriving at the unit weight, the actual weight per metre of each steel section and the<br />

reinforcement of the various steel diameters shall be measured for three random samples collected (for<br />

each type of steel section and each diameter of the steel reinforcement) from each lot of particular steel<br />

section and particular diameter of steel reinforcement brought to site for use in the work. For this, each<br />

sample (one sample consisting of three specimens) of steel section and sample for each diameter of the<br />

steel reinforcement shall be cut to required length and weighted and average weight calculated and<br />

recorded. The average weight for each type of steel section and steel reinforcement of each diameter shall<br />

be taken as actual weight per metre of that steel section and that diameter of the steel reinforcement.<br />

For MS plates the weight per square metre shall be calculated from three random samples, as per<br />

other steel sections. The weighted average shall than be calculated for each lot of material received at site<br />

of work and used in the work and unit weight shall be modified accordingly. However for the purpose of<br />

payment the weighted unit weight (calculated as described above) and the unit weight as per the standard<br />

catalogue/table in the IS Code which ever is less shall be adopted. The decision of the engineer-in-charge<br />

qas regards the random samples and average weight shall be final and bindking on the contractor and no<br />

claim o any kind shall be entertained from the contractor in this regard.<br />

17


CORRECTION SLIPS TO GENERAL CONDITIONS OF CONTRACT<br />

FORCENTRAL P.W.D. WORKS-2005<br />

CLAUSE/SUB PAGE New/modi<br />

MODIFIED TEXT<br />

CLAUSE -NO fied para<br />

2 A<br />

Incentive<br />

For early<br />

Completion<br />

17 New In case, the contractor completes the work ahead of scheduled<br />

completion time, a bonus @ 1% (one percent) of the tendered<br />

value per month computed on per day basis, shall be payable to<br />

the contractor, subject to a maximum limit of 5% (five percent)<br />

of the tendered value. The amount of bonus, if payable, shall be<br />

paid along with final bill after completion of work.<br />

Completion of work for above purpose would mean completion of<br />

work in all respects as per agreement including removal /<br />

rectification of defects / deficiencies.<br />

If a provisional completion certificate has been recorded with<br />

certain defects and deficiencies yet to be removed / rectified, the<br />

contractor shall take prompt action on the same and intimate to the<br />

Engineer-in-charge the date on which such removal / rectification<br />

has been completed.<br />

The Engineer-in-charge, after inspection shall record a certificate<br />

in MB to this effect indicating therein the date on which the<br />

removal / rectification of the defects / deficiencies was completed by<br />

the contractor. Only this certified date shall be taken as effective<br />

date of completion for the purpose of ‘bonus’ clause.<br />

Provided always that provision of the Clause 2 A shall be<br />

applicable only when so provided in “Schedule F’.<br />

Para 10 Modified Applicable for item Rate Tender only (CPWD-8) – In the case of<br />

item Rate Tenders, only rates quoted shall be considered.<br />

Any tender containing percentage below / above the rates<br />

quoted is liable to be rejected. Rates quoted by the<br />

contractor in item rate tender in figures and words shall be<br />

accurately filled in so that there is no discrepancy in the rates<br />

written in figures and words. However, if a discrepancy is<br />

found, the rates which correspond with the amount worked<br />

out by the contractor shall unless otherwise proved be taken<br />

as correct. If the amount of an item is not worked out by the<br />

contractor or it does not correspond with the rates written<br />

either in figures or in words, then the rates quoted by the<br />

contractor in words shall be taken as correct. Where the<br />

rates quoted by the contractor in figures and in words tally<br />

but the amount is not worked out correctly, the rates quoted<br />

by the contractor will unless otherwise proved be taken as<br />

correct and not the amount. In event no rate has been quoted<br />

for any item(s), leaving space both in figure(s), word(s) and<br />

amount blank, it will be presumed that the contractor has<br />

included the cost of this / these item(s) in other items and rate for<br />

such item(s) will be considered as zero and work will be required<br />

18


to be executed accordingly.<br />

Clause 36 Modified Contractors Superintendence, Supervision, Technical staff &<br />

Employees<br />

(i) The contractor shall provide all necessary superintendence<br />

during execution of the work and all along thereafter as may be<br />

necessary for proper fulfilling of the obligations under the<br />

contract.<br />

The contractor shall immediately after receiving letter of<br />

acceptance of the tender and before commencement of the work,<br />

intimate in writing to the Engineer-in-Charge the name(s),<br />

qualifications, experience, age, address(s), and other particulars<br />

alongwith certificates of the principal technical representative to<br />

be in charge of the work and other technical representative(s)<br />

who will be supervising the work. Minimum requirement of<br />

such technical representative(s) and their qualifications and<br />

experience shall not be lower than specified in Schedule-F. The<br />

Engineer-in-Charge shall within 3 days of receipt of such<br />

communication intimate in writing his approval or otherwise of<br />

such representative(s) to the contractor. Any such approval may<br />

at any time be withdrawn and in case of such withdrawal the<br />

contractor shall appoint another such representative(s) according<br />

to the provisions of this clause. Decision of the tender accepting<br />

authority shall be final and binding on the contractor in this<br />

respect. Such a principal technical representative and other<br />

technical representative(s) shall be appointed by the contractor<br />

soon after receipt of the approval from Engineer-in-Charge and<br />

shall be available at site before start of work.<br />

All the provisions applicable to the principal technical<br />

representative under the Clause will also be applicable to other<br />

technical representative(s). The principal technical<br />

representative and other technical representative shall be<br />

present at the site of work for supervision at all times when<br />

any construction activity is in progress and also present<br />

himself / themselves, as required, to the Engineer-in-Charge and<br />

/ or his designated representative to take instructions.<br />

Instructions given to the principal technical representative or<br />

other technical representative(s) shall be deemed to have the<br />

same force as if these have been given to the contractor. The<br />

principal technical representative and other technical<br />

representative(s) shall be actually available at site fully during<br />

all stages of execution of work, during recording / checking /<br />

test checking of measurements of works and whenever so<br />

required by the Engineer-in-Charge and shall also note down<br />

instructions conveyed by the Engineer-in-Charge or his<br />

designated representative(s) in the site order book and shall affix<br />

his /their signature in token of noting down the instructions and<br />

in token of acceptance of measurements / checked<br />

measurements / test checked measurements. The<br />

representative(s) shall not look after any other work.<br />

Substitutes, duly approved by Engineer-in-Charge of the<br />

work in similar manner as aforesaid shall be provided in<br />

event of absence of any of the representative(s) by more than<br />

two days.<br />

19


If the Engineer-in-Charge, whose decision in this respect is final<br />

and binding on the contractor, is convinced that no such technical<br />

representative(s) is / are effectively appointed or is/ are<br />

effectively attending or fulfilling the provision of this clause, a<br />

recovery (non-refundable) shall be effected from the contractor<br />

as specified in Schedule ‘F’ and the decision of the Engineer-in-<br />

Charge as recorded in the site order book and measurements<br />

recorded checked / test checked in Measurement Books shall be<br />

final and binding on the contractor. Further if the contractor fails<br />

to appoint suitable Principal technical representative and / or<br />

other technical representative(s) and if such appointed persons<br />

are not effectively present or are absent by more than two days<br />

without duly approved substitute or do not discharge their<br />

responsibilities satisfactorily, the Engineer-in-Charge shall have<br />

full powers to suspend the execution of the work until such date<br />

as suitable other technical representative(s) is / are appointed and<br />

the contractor shall be held responsible for the delay so caused to<br />

the work. The contractor shall submit a certificate of employment<br />

of the technical representative(s) alongwith every on account<br />

bill / final bill and shall produce evidence if at any time so<br />

required by the Engineer-in-Charge.<br />

20


LIST OF APPROVED MATERIALS & SPECIALIZED AGENCIES<br />

Note :<br />

1. The Contractor shall obtain prior approval from the Engineer-in-charge before<br />

placing order for any specific material or engaging any of the specialized agencies.<br />

2. Wherever applicable, the Engineer-in-charge may approve any material equivalent to<br />

that specified in the tender subject to proof being offered by the Contractor for<br />

equivalence to his satisfaction.<br />

3. Unless otherwise specified, the brand/make of the material as specified in the item<br />

nomenclature, in the particular specifications and in the list of approved materials<br />

attached in the tender, shall be used in the work.<br />

4. In case on non availability of the brand specified in the contract the Contractor shall<br />

be allowed to use alternate equivalent brand of the material subject to submission of<br />

documentary evidence of non-availability of the specified brand. Necessary cost<br />

adjustments on account of above change shall be made for the material, if required.<br />

A. MATERIALS: BRAND/MAKE<br />

1. Ordinary Portland Cement ACC, Gujarat Ambuja, Ultra Tech, Birla,<br />

Japee<br />

2. White Cement JK, Birla<br />

3. Water Proofing Compound (Liquid) Pidiproof Ltd., Cico<br />

4. Reinforcement Steel TISCO, SAIL, RINL or secondary<br />

producers having valid BIS license.<br />

5. Structural Steel TISCO, SAIL, RINL, JINDAL or<br />

secondary producers having valid BIS<br />

license.<br />

6. Pre-laminated Particle Board Novapan, Eco Board<br />

7. Synthetic Enamel Paints ICI(Dulux), Asian (Apcolite), Berger<br />

(Luxol) Nerolac (NST)<br />

8. PVC Rain Water Pipe & Fitting Finolax, Classic of Kisan<br />

9. Primer Asian, ICI, Berger, Nerolac<br />

10. Oil Bound Distemper Asian(Tractor), ICI (Maxi<br />

lite),<br />

Berger (Bison),<br />

Nerolac<br />

11. Acrylic Emulsion Paint Asian (Royale), ICI (Velvet), Berger<br />

(Luxol Silk), Nerolac (Allscapes)<br />

12. Synthetic Plaster Eurofin, Spectrum, Nitco<br />

13 Pressed clay tiles. As per sample approved and available at<br />

<strong>IGRMS</strong>, office.<br />

14 G.I. Barbed wire Good Quality with subject to aproval by<br />

representative of <strong>IGRMS</strong>.<br />

21


Schedule of Quantity Anexure-I<br />

Name of Work: Construction of Third Phase of CR Masonry Boundary Wall including Check<br />

Posts/Watch Towers of 1.80 m height average from Ground Level & Barbed<br />

wire fencing on M.S. Angles over it in the <strong>IGRMS</strong>, Bhopal for total length app.<br />

500 Mt. Starting from the edge of existing constructed CR Masonry wall<br />

toward SAF Area.<br />

S.No. Particulars of Items Quantity Rate Amount<br />

1. Earth work in excavation by mechanical means<br />

(Hydraulic excavator)/ manual means in foundation<br />

trenches or drains (not exccding 1.5 m in width or 10<br />

Sqmt on plan) including dressing of sides and ramming<br />

of bottoms, lift upto 1.5 m, including getting out the<br />

excavated soil and disposal of surplus excavated soil as<br />

directed, within a lead of 50 m.<br />

207.26<br />

cum<br />

a) All kind of soil.<br />

2. Excavation work in foundation trenches or drains not<br />

exceeding 1.5m in width or 10 sqmt. on plan including<br />

dressing of sides and ramming of bottoms lift upto 1.5<br />

m, including getting out the excavated soil and disposal<br />

of surplus excavated soils as directed, within a lead of<br />

50m. a) Ordinary rock<br />

112.5<br />

cum<br />

3. Providing and laying damp-proof course 50mm thick<br />

with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4<br />

graded stone aggregate 20mm nominal size).<br />

250.00<br />

Sqmt.<br />

4. Providing and laying in position cement concrete of<br />

specified grade excluding the cost of centering and<br />

shuttering- All work upto plinth level.<br />

(a) 1:4:8 (1 cement : 4 coarse sand : 8 graded stone<br />

aggregate 40 mm nominal size)<br />

30.29<br />

Cum<br />

5. Providing and laying cement concrete in retaining<br />

walls, return walls, walls (any thickness) including<br />

attached pilasters, columns, piers, abutments, pillars,<br />

posts, struts, buttresses, string or lacing courses,<br />

parapets, coping, bed blocks, anchor blocks, plain<br />

window sills, fillets etc. upto floor five level, excluding<br />

the cost of centring shuttering and finishing :<br />

21.20<br />

cum<br />

a) 1:2:4 (1 Cement : 2 coarse sand : 4 graded stone<br />

aggregate 20 mm nominal size)<br />

22


6. Centering and shutering including strutting, propping<br />

etc. and removal of form for:<br />

(a) Small lintels not exceeding 1.5m clear span,<br />

moulding as in cornices, window sills, string courses,<br />

bands, copings, bed plates, anchor blocks and the like.<br />

218 Sqmt.<br />

7. Coursed rubble masonry (second sort) with hard stone<br />

in foundation & plinth with:<br />

(a) cement motor : 1:6 (1 cement : 6 coarse sand) 542.40<br />

Cum<br />

8. Extra for coursed rubble masonry with hard stone (first<br />

or second sort) in superstructure above plinth level and<br />

upto floor five level.<br />

341.80<br />

Cum<br />

9. Steel work welded inbuild up sectins/framed work<br />

including cutting, hoisting, fixing inposition and<br />

applying a priming coat of approved steel primer using<br />

structural steel etc. as required.<br />

2849.08<br />

Kg.<br />

(a) In gratings, frames, guard bar, ladder, railings,<br />

brackets, gates and similar works.<br />

10. Reinforcement for R.C.C. Work including staightening,<br />

cutting, bending, placing in position and binding all<br />

complete.<br />

158 Kg.<br />

(a) Thermo-Mechanically Treated bars.<br />

11 12mm cement plaster of mix:<br />

331 Sqmt<br />

(a) 1:6 (1 cement : 6 coarse sand)<br />

12 Painting wih aluminium paint of approved brand and<br />

manufacture to given an even shade.<br />

194.92<br />

Sqmt<br />

(a) Two or more coats on new work.<br />

13 Dismantling of old existing G.I. chain link fencing with<br />

angle Iron post embedded in C. C. with G.I. chain link<br />

fencing of 2" x 2" block with G.I. wires, barbed wires<br />

etc. complete including stacking at suitable place<br />

separately for auction etc. complete.<br />

500 Rmt.<br />

23


14 Providing and fixing of G.I. Barbed wire in 3 rows<br />

between the posts fitted & fixed with GI stapless, U<br />

nails, turn buckles etc. complete as directed by Engineer<br />

In Charge.<br />

300 Kg.<br />

15 Labour rate for fixing of old G.I. Barbed wire in 3 rows<br />

between the posts fitted & fixed with GI Stapless, U<br />

nails, turn buckles etc. complete as directed by Engineer<br />

In Charge.<br />

1500 Mtr.<br />

Total :<br />

(Total in figures……………………………………………………….………...…………….…………….)<br />

Date :<br />

Signature of Tenderer<br />

Name & Address<br />

Should this tender be accepted, I/We hereby agree to abide by and fulfill all the terms and<br />

previsions of the said conditions of contract annexed here to or in default thereof, to forfeit and pay the<br />

President of RMSS or his successors the penalties or damage or money mentioned in the said columns.<br />

Signature of Witness<br />

Name & Address<br />

Signature of Tenderer<br />

Name & Address<br />

24

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!