View Tender Document - e-Tendering

View Tender Document - e-Tendering View Tender Document - e-Tendering

maharashtra.etenders.in
from maharashtra.etenders.in More from this publisher
13.07.2015 Views

GOVERNMENT OF MAHARASHTRAPUBLIC WORKS DEPARTMENTMUMBAI ( P. W. ) CIRCLE, MUMBAIPRESIDENCY DIVISION, MUMBAITENDER PAPERS FORNAME OF WORK : MOW to New Council Hall Building atMumbai – Additional and Alterations andStructural Repairs to New Council HallBuilding at Mumbai.Estimated Cost: Rs.4,84,95,222/-To be received on _________ upto _______ Hrs. in the Office of theSuperintending Engineer, Mumbai (P.W.) Circle, 5 th floor,Bandhakam Bhavan, 25 Murzban Road, Fort , Mumbai – 400 001.

GOVERNMENT OF MAHARASHTRAPUBLIC WORKS DEPARTMENTMUMBAI ( P. W. ) CIRCLE, MUMBAIPRESIDENCY DIVISION, MUMBAITENDER PAPERS FORNAME OF WORK : MOW to New Council Hall Building atMumbai – Additional and Alterations andStructural Repairs to New Council HallBuilding at Mumbai.Estimated Cost: Rs.4,84,95,222/-To be received on _________ upto _______ Hrs. in the Office of theSuperintending Engineer, Mumbai (P.W.) Circle, 5 th floor,Bandhakam Bhavan, 25 Murzban Road, Fort , Mumbai – 400 001.


(1)INDEXNAME OF WORK : MOW to New Council Hall Building at Mumbai –Additional and Alterations and Structural Repairsto New Council Hall Building at Mumbai.Sr.Brief Description of ContentsPagesNo. From To1. Work details and Brief <strong>Tender</strong> Notice 2 82. Detailed <strong>Tender</strong> Notice 9 283. Scope of work 29 304. Agreement Form B-1 and Conditions of Contract 31 645. Schedule ‘A’ 65 666. Additional Condition for Material to be brought by Contractor 67 687. Additional General Condition 69 1068. Additional Specifications 107 1169. Quality Assurance and Maintenance 117 11810. Price Variation Clause 119 12211. Anti-Corrosive treatment of CPCC type 123 13012. Specifications for Waterproofing work. 131 13213. Model Format of Bank Guarantee Bond for Security Deposit andBond for waterproofing treatment.133 13614. Forms of Store 137 14015. Schedule ‘B’ 141 15516. Schedule ‘C’ (Item wise Specifications) 156 17117. Declaration of Contractor 172 17218. Bar Chart 173 17319. Drawings -- --Issued to ……………………………….…………………………………………….On DatedRegistered in Class ………………………Valid up to ……………………………….D. R. No. ……………………………….Dated ……………………………….Sr. Divisional Accounts OfficerPresidency Division, Mumbai.Contractor No. of Corrections Executive Engineer


(2)CERTIFICATEThis is to Certify that all corrections slip and otherCorrigendum as required for "B-1" <strong>Tender</strong> form for the work ofMOW to New Council Hall Building at Mumbai – Additional andAlterations and Structural Repairs to New Council Hall Buildingat Mumbai are found to be attached modified as the case may be.Estimated cost put to <strong>Tender</strong> Rs.4,84,95,222/- (Rupees Fourcrores eighty four lacs ninety five thousand two hundredtwenty two only) is arithmetically checked and found in order.Sr. Divisional Accounts OfficerPresidency Division, Mumbai.Contractor No. of Corrections Executive Engineer


(3)GOVERNMENT OF MAHARASHTRAPUBLIC WORKS DEPARTMENTORIGINAL AGREEMENT NO.B-1/NAME OF WORK:-: MOW to New Council Hall Building atMumbai – Additional and Alterationsand Structural Repairs to NewCouncil Hall Building at Mumbai1) Name of Contractor : ___________________________________2) Date of Receipt of <strong>Tender</strong> : _________ upto _______ hours.3) No. & Date of Work Order : ___________________________________4) Amount put to <strong>Tender</strong> : Rs.4,84,95,222/-5) Percentage quoted : ___________________________________6) Amount of Contract : ___________________________________7) Date of commencement : ___________________________________8) Time stipulated for completion of work 12 Months from the date of written order tostart work, which will include the monsoon period.9) Date of completion as per agreement : __________________________________10) Actual Date of Completion : __________________________________11) Reference to sanction of Extension of time :Certified that this original Agreement containsPages 1 to 195Fly Leaves _________________ Nos.Drawings __________________ Nos.1) ____________________________2) ____________________________3) ____________________________Contractor No. of Corrections Executive Engineer


(4)DETAILS OF WORKNAME OF WORK:- : MOW to New Council Hall Building at Mumbai –Additional and Alterations and Structural Repairs toNew Council Hall Building at MumbaiEstimated Cost put to tender Rs. 4,84,95,222/-Earnest Money Rs. 243000/-Term deposit Receipt of Schedule Bank / State Bank / Challan / Valid E.M.D.Exemption certificate duly attested should be attached to the <strong>Tender</strong> at the time ofsubmission. 4 ( FOUR ) % total Security Deposit Rs.(50% in cash at the time ofAgreement and 50% from R.A. bills) Time stipulated for completion is 12 Months whichwill include the monsoon period.Cost of <strong>Tender</strong> Form : Rs. 10000/-e-tender time table1. Release period of online <strong>Tender</strong> Dt. 22.3.2013 at 10.30 am toDt. 22.3.2013 at 22.00 pm2. <strong>Tender</strong> Download Period. Dt. 22.3.2013 at 22.01 pm toDt. 17.4.2013 at 15.00 pm3. Bid Preparation and Hash Submission. Dt. 22.3.2013 at 22.01 pm toDt. 17.4.2013 at 15.00 pm4. Period for online Super Hash generation and bid lock. Dt. 17.4.2013 at 15.01 pm to 17.30 pm5. Control Transfer of Bid Dt. 17.4.2013 at 17.31 pm toDt. 18.4.2013 at 15.00 pm6. Envelope 1 Opening Dt. 18.4.2013 at 15.01 pm toDt. 20.4.2013 at 17.30 pm In the Office of theSuperintendent Engineer, Mumbai (P.W.) Circle,Mumbai7. Envelope 2 Opening Dt. 18.4.2013 at 15.00 pm toDt. 20.4.2013 at 17.30 pm In the Office of theSuperintendent Engineer, Mumbai (P.W.) Circle,Mumbai8. Last date and time for raising of technical points for In the Office of the Chief Engineer, Mumbai (P.W.)clarification (Pre bid meeting)9. Date of place for submission of Earnest Money in form ofF.D.R. or attested Exemption Certificate copy & D.D. of<strong>Tender</strong> Form Fee in original in Sealed Envelop.Region, Mumbai on Dt. 10.4.2013 at 12.00 pmDt. 17.4.2013 at 14.01 p.m.. to 18.4.2013 15.00 p.m. inthe office of the Superintendent Engineer, Mumbai(P.W.) Circle, MumbaiClass of Contractor: Error! MergeField was not found in header recordof data source.TO BE FILLED BY THE CONTRACTORI/We have quoted my/our offer in percentage rate in words as well as in figures. I/Wefurther undertake to enter into contract in regular ‘B-1’ form in Public Works Department.Name and signature of contractor /Power of Attorney holderwith complete address.Contractor No. of Corrections Executive Engineer


Contractor No. of Corrections Executive Engineer(5)¨É½þÉ®úɹ]Åõ ÉɺÉxɺÉÉ´ÉÇVÉÊxÉEò ¤ÉÉÆvÉEòɨÉ


(6)GOVERNMENT OF MAHARASHTRAPUBLIC WORKS DEPARTMENTPRESIDENCY DIVISION, MUMBAIE- TENDER NOTICE NO. 12 FOR 2012-2013Sealed online B-1 e-tenders for the following works are invited by the Executive Engineer, Presidency Division(P.W.Deptt) Mumbai from the contractors registered with P.W. Department Maharashtra in appropriate Class.E-<strong>Tender</strong>work No.Name of workEstimated cost(Rs.) LakhsEarnestMoney(Rs.)Time LimitforCompletion(month)Cost of tenderblank tender formfee Rs. In CashClass ofContractor1 2 3 4 5 6 71) Renovation & beautification ofYashodhan Building atChurchgate Mumbai2) Addition & Alterations andstructural repairs to NewCouncil Hall Building atMumbai41982248/- 210000/- 12 Months(includingMansoon)48495222/- 243000/- 12 Months(includingMansoon)B-1Rs. 10000/-B-1Rs. 10000/-e-tender time table10. Release period of online <strong>Tender</strong> Dt. 22.3.2013 at 10.30 am toDt. 22.3.2013 at 22.00 pm11. <strong>Tender</strong> Download Period. Dt. 22.3.2013 at 22.01 pm toDt. 17.4.2013 at 15.00 pm12. Bid Preparation and Hash Submission. Dt. 22.3.2013 at 22.01 pm toDt. 17.4.2013 at 15.00 pm13. Period for online Super Hash generation and bid lock. Dt. 17.4.2013 at 15.01 pm to 17.30 pmClass- II & aboveClass- II & above14. Control Transfer of Bid Dt. 17.4.2013 at 17.31 pm toDt. 18.4.2013 at 15.00 pm15. Envelope 1 Opening Dt. 18.4.2013 at 15.01 pm toDt. 20.4.2013 at 17.30 pm In the Office of the SuperintendentEngineer, Mumbai (P.W.) Circle, Mumbai16. Envelope 2 Opening Dt. 18.4.2013 at 15.00 pm toDt. 20.4.2013 at 17.30 pm In the Office of the SuperintendentEngineer, Mumbai (P.W.) Circle, Mumbai17. Last date and time for raising of technical points for In the Office of the Chief Engineer, Mumbai (P.W.) Region,clarification (Pre bid meeting)18. Date of place for submission of Earnest Money in form ofF.D.R. or attested Exemption Certificate copy & D.D. of<strong>Tender</strong> Form Fee in original in Sealed Envelop.Mumbai on Dt. 10.4.2013 at 12.00 pmDt. 17.4.2013 at 14.01 p.m.. to 18.4.2013 15.00 p.m. in theoffice of the Superintendent Engineer, Mumbai (P.W.) Circle,MumbaiNote :-1) All eligible / interested contractors who want to participate in tendering process should compulsory get enrolled on e-tendering portal “http:/pwd.maharashtra.etenders.in” and further need to empanelled online on sup portal“http:/pwd.maharashtra.etenders.in” in the appropriate category applicable to them.2) Contractors details for difficulties in submission of online tenders if any Sify technotigies Ltd. Nextenders (India) Pvt.Ltd. On 020-25315555 (Pune) or 022-26611117/26611287 (extn 25/26)3) It is compulsory for all participates to submit all documents online. It is also compulsory to submit Earnest Money inprécised for EMD exemption certificate physically in the office mentioned in tender document at the prescribed ontender document at the prescribed on tender document at the prescribed time. In case fo failure online offer will not beopened.4) Other term & conditioned displayed in onlie e-tender forms. Right to reject any or all online bid of work withoutassigning any reasons thereof is reserved.5) Above <strong>Tender</strong> Notice is displayed on P.W.D. website www.mahapwd.comNo.PD/ TC/ 2746Office of the Executive Engineer,Presidency Division, P.W.D., 2nd floor,Bandhakam Bhavan, 25, Murzban Road,Fort, Mumbai 400 001Date : 21.03.2013Sd/-Executive Engineer,Presidency Division, Mumbai.Contractor No. of Corrections Executive Engineer


Contractor No. of Corrections Executive Engineer(7)


(8)GOVERNMENT OF MAHARASHTRAPUBLIC WORKS DEPARTMENTINVITATION FOR TENDERS2. DETAILED TENDER NOTICENAME OF WORK : MOW to New Council Hall Building at Mumbai –Additional and Alterations and Structural Repairs toNew Council Hall Building at MumbaiOnline percentage rate tenders in ‘B-1’ Form are invited by the Executive Engineer,Presidency Division, PWD, 2nd floor Bandhakam Bhavan, 25 Murzban Road, Fort,Mumbai - 400 001 for the following work from contractors registered in appropriate classof the Public works Department and Irrigation Department of Maharashtra State. The nameof work, estimated cost, earnest money, security deposit, time limit for completion etc. areas under.Sr.NoName of work1. MOW to New CouncilHall Building at Mumbai– Additional andAlterations andStructural Repairs toNew Council HallBuilding at MumbaiEstimatedCost(Rupees)EarnestMoney(Rupees)SecurityDeposit(Rupees)Class ofContractor4,84,95,222/- 243000/- 1940000/- Class-II &AboveTime limitin <strong>Tender</strong>(CalendarMonths)12 Months(includingmonsoon)<strong>Tender</strong> form, conditions of contract, specifications and contract drawings can bedownloaded from https://pwd.maharashtra.etenders.in after entering the details payment ofRs. 10000/- (Rupees Ten thousand only) in the form of DD/Pay Order of Scheduled orNationalized Bank in favour of Executive Engineer, Presidency Division, Mumbai asper the <strong>Tender</strong> Schedule, Further information regarding the work can be obtained fromthe above office.The <strong>Tender</strong> fee in the form of DD/Pay Order drawn in the name of Executive Engineer,Presidency Division, Mumbai/Attested EMD Exemption certificate, Affidavit should besubmitted by Registered post/ Courier service in sealed covers addressed to theSuperintending Engineer, Mumbai P.W. Circle, 5 th floor, Bandhkam Bhavan, 25Murzban Road, Fort, Mumbai - 400 001 with the name of the work written at the topof the envelope will be received in the office of the Superintending Engineer, Mumbai(Phone: 022-22078863) as per the <strong>Tender</strong> Schedule. Bids will be opened as per the<strong>Tender</strong> Schedule, in the presence of such intending <strong>Tender</strong>s or his/their authorisedrepresentative who may be present at that time.Contractor No. of Corrections Executive Engineer


(9)TENDERING PROCEDURE.1.1. Blank <strong>Tender</strong> Forms.<strong>Tender</strong> Forms can be downloaded from the e<strong>Tender</strong>ing portal of Public WorksDepartment, Government of Maharashtra i.e. http://pwd.maharashtra.etenders.inafter entering the details of payment towards <strong>Tender</strong> Fees as per the <strong>Tender</strong>Schedule.1.2 PRE-TENDER CONFERENCE :Pre-tender conference open to all prospective tenderers who have purchased tenderform online before the date of Pre-tender Conference, will be held at Mumbai on__________ at ____ Hrs. in the office of the Chief Engineer, P.W. Region,Mumbai, 25 Murzban Road, Mumbai 400001, Phone No. (022) 2207 1594 / FaxNo. (022) 22078511 wherein prospective <strong>Tender</strong>ers will have an opportunity toobtain clarifications regarding the work and the <strong>Tender</strong> Conditions.1.2.2 The prospective tenderers are free to ask for any additional information orclarification either in writing or orally concerning the work, and the reply to thesame will be given by the Chief Engineer/ Superintending Engineer and the samewill be made available on e<strong>Tender</strong>ing portal of Public Work Department Govt. ofMaharashtra i.e. https://pwd.maharashtra.etenders.in and this clarification referred toas common set of conditions/deviations (C.S.D.), shall form part of tenderdocuments and which will also be common and applicable to all tenderers. Thepoint/points if any, raised in writing and/or verbally by the contractor in pre-tenderconference and not finding place in C.S.D. issued after the pre- bid conference, is/aredeemed rejected. In such case the provision in NIT shall prevail. No individualcorrespondence shall be made thereafter with the contractor.1.2.3 The tender submitted by the tenderer shall be based on the clarification, additionalfacility offered (if any) by the Department, and this tender shall be unconditional.Conditional tenders will be summarily REJECTED.1.2.4 All tenderers are cautioned that tenders containing any deviation from thecontractual terms and conditions, specifications or other requirements andconditional tenders will be treated as non responsive. The contractor should clearlymention in forwarding letter that his offer (in envelope No.1& 2) does not containany condition, deviations from terms and conditions stipulated in the tender.1.2.5 <strong>Tender</strong>ers should have valid Class II / III Digital Signature Certificate (DSC)obtained from any Certifying Authorities. In case of requirement of DSC, interestedBidders should go to http//:pwd.maharashtra.etenders.in/mah/DigitalCerti.asp andfollow the procedure mentioned in the document; Procedure for application ofDigital Certificate.1.2.6 The <strong>Tender</strong>s have to make a payment of Rs. 1038/- online as service charges for theuse of Electronic <strong>Tender</strong>ing during Online Bid Data Decryption and Re-encryptionstage of the <strong>Tender</strong>.Contractor No. of Corrections Executive Engineer


(10)1.2.7 For any assistance on the use of Electronic <strong>Tender</strong>ing System, the Users may call thebelowLandline No. - 020 – 2531 5555 / 56Landline No. - 022 – 2661 1117 / (Ext 25 / 26)Mobile No. - 91679 69601 / 04 / 141.2.8 <strong>Tender</strong>ers should install the Mandatory Components available on the Home Page ofhttps://pwd.maharashtra.etenders.in under the section ‘Mandatory Components’and make the necessary Browser Settings provided under section ‘Internet ExplorerSettings’1.3 Guidelines to Bidders on the operations of Electronic <strong>Tender</strong>ing System ofPublic Works Department. :https://pwd.maharashtra.etenders.inAPre-requisites to participate in the <strong>Tender</strong>s processed by PWD.1. Enrolment and Empanelment of Contractors on Electronic <strong>Tender</strong>ing System :The contractors interested in participating in the <strong>Tender</strong>s of Public WorksDepartment processed by using the Electronic <strong>Tender</strong>ing System shall be required toenrol on the Electronic <strong>Tender</strong>ing System to obtain User ID.After submission of application for enrolment on the System, the applicationinformation shall be verified by the Authorized Representative of the ServiceProvider. If the information is found to be complete, the enrolment submitted by theVendor shall be approved.For participating in Limited and Restricted tenders the registered vendors have toapply for empanelment on the sub – portal of PWD in an appropriate class ofregistration. The empanelment will have to be approved by the respective officerfrom the PWD. Only empanelled vendors will be allowed to participate in suchtenders.The Contractors may obtain the necessary information on the process of enrolmentand empanelment either from Helpdesk Support Team or may visit the informationpublished under the link Enrol under the section E-<strong>Tender</strong>ing Toolkit for Bidders onthe Home Page of the Electronic <strong>Tender</strong>ing System.2. Obtaining a Digital Certificate :The Bid Data that is prepared online is required to be encrypted and the hash valueof the Bid Data is required to be signed electronically using a Digital Certificate(Class – II or Class – III). This is required to maintain the security of the Bid Dataand also to establish the identity of the Contractor transacting on the System.The Digital Certificates are issued by an approved Certifying Authority authorizedby the Controller of Certifying Authorities of Government of India through theirAuthorized Representatives upon receipt of documents required to obtain a DigitalCertificate.Contractor No. of Corrections Executive Engineer


(11)Bid data / information for a particular <strong>Tender</strong> may be submitted only using theDigital Certificate which is used to encrypt the data / information and sign the hashvalue during the Bid Preparation and Hash Submission stage. In case during theprocess of preparing and submitting a Bid for a particular <strong>Tender</strong>, the Contractorloses his / her Digital Signature Certificate (i.e. due to virus attack, hardwareproblem, operating system problem); he / she may not be able to submit the Bidonline. Hence, the Users are advised to store his / her Digital Certificate securely andif possible, keep a backup a safe place under adequate security to be used in case ofneed.In case of online tendering, if the Digital Certificate issued to an Authorized User ofa Partnership Firm is used for signing and submitting a bid, it will be consideredequivalent to a no objection certificate / power of attorney to that User to submit thebid on behalf of the Partnership Firm. The Partnership Firm has to authorize aspecific individual via an authorization certificate signed by a partner of the firm(and in case the applicant is a partner, another partner in the same from is required toauthorize) to use the digital certificate as per Indian Information Technology Act,2000.Unless the Digital Certificate is revoked, it will be assumed to represent adequateauthority of the Authority User to bid on behalf of the Firm for the <strong>Tender</strong>sprocessed on the Electronic <strong>Tender</strong> Management System of Government ofMaharashtra as per Indian Information Technology Act, 2000. The Digital Signatureof this Authorized User will be binding on the Firm. It shall be the responsibility ofPartners of the Firm to inform the Certifying Authority or Sub Certifying Authority,if the Authorized User changes, and apply for a fresh Digital Signature Certificate.The procedure for application of a Digital Signature Certificate will remain the samefor the new Authorized User.The same procedure holds true for the Authorized Users in a Private / Public LimitedCompany. In this case, the Authorization Certificate will have to be signed by theDirector of the Company or the Applicant.For information on the process of application for obtaining Digital Certificate, theContractors may visit the section Digital Certificate on the Home Page of theElectronic <strong>Tender</strong>ing System.3. Recommended Hardware and Internet Connectivity :To operate on the Electronic <strong>Tender</strong>ing System, the Contractors are recommended touse Computer System with at least 1 GB of RAM and broadband connectivity withminimum 512 kbps bandwidth.4. Set up of Computer System for executing the operations on the Electronic<strong>Tender</strong>ing System :To operate on the Electronic <strong>Tender</strong>ing System of Government of Maharashtra, theComputer System of Contractors is required be set up. The Contractors are requiredto install Utilities available under the section Mandatory Installation Components onthe Home Page of the System.Contractor No. of Corrections Executive Engineer


(12)The Utilities are available for download freely from the above mentioned section.The Contractors are requested to refer to the E-<strong>Tender</strong>ing Toolkit for Biddersavailable online on the Home Page to understand the process of setting up theSystem, or alternatively, contact the Helpdesk Support Team on information /guidance on the process of setting up the System.5. Payment for Service Provider Fees :In addition to the <strong>Tender</strong> <strong>Document</strong> Fees payable to PWD, the Contractors will haveto pay Service Providers Fees of Rs.1,038/- through online payments gatewayservice available on Electronic <strong>Tender</strong>ing System. For the list of options for makingonline payments, the Contractors are advised to visit the link ePayment Optionsunder the section E-<strong>Tender</strong>ing Toolkit for Bidders on the Home Page of theElectronic <strong>Tender</strong>ing System.B. Steps to be followed by Contractors to participate in the e-<strong>Tender</strong>s processed byPWD.1. Preparation of online Briefcase :All Contractors enrolled on the Electronic <strong>Tender</strong>ing System of Government ofMaharashtra are provided with dedicated briefcase facility to store documents / filesin digital format. The Contractors can use the online briefcase to store their scannedcopies of frequently used documents / files to be submitted as a part of their bidresponse. The Contractors are advised to store the relevant documents in thebriefcase before starting the Bid Preparation and Hash Submission stage.In case, the Contractor have multiple documents under the same type (e.g. multipleWork Completion Certificates) as mentioned above, the Contractors advised toeither create a single pdf file of all the documents of same type or compress thedocuments in a single compressed file in zip or rar formats and upload the same.It is mandatory to upload the documents using the briefcase facility. Therefore, theContractors are advised to keep the documents ready in the briefcase to ensuretimely bid preparation.Note : Uploading of documents in the briefcase does not mean that the documentsare available to PWD at the time of <strong>Tender</strong> Opening stage unless the documents arespecifically attached to the bid during the online Bid Preparation and HashSubmission stage as well as during Decryption and Re-encryption stage.2. Online viewing of Detailed Notice Inviting <strong>Tender</strong>s :The contractors can view the Detailed <strong>Tender</strong> Notice along with the Time Schedule(Key Dates) for all the Live <strong>Tender</strong>s released by PWD on the home page of PWD e-<strong>Tender</strong>ing Portal on https://pwd.maharashtra.etenders.in under the section RecentOnline <strong>Tender</strong>.Contractor No. of Corrections Executive Engineer


(13)3. Download of <strong>Tender</strong> <strong>Document</strong>s :The Pre-qualification / Main Bidding <strong>Document</strong>s are available for free downloading.However to participate in the online tender, the bidder must purchase the biddingdocuments online by filling up details of Demand Draft towards the cost of <strong>Tender</strong>Form Fee.4. Online Bid Preparation and Submission of Bid Hash (Seal of Bids :Submission of Bids will be preceded by online bid preparation and submission of thedigitally signed Bid Hashes (Seals) within the <strong>Tender</strong> Time Schedule (Key Dates)published in the Detailed Notice Inviting <strong>Tender</strong>. The Bid Data is to be prepared inthe templates provided by the <strong>Tender</strong>ing Authority of PWD. The templates may beeither form based, extensible tables and / or uploadable documents. In the formbased type of templates and extensible table type of templates, the Contractors arerequired to enter the data and encrypt the data using the Digital Certificate.In the uploadable document type of templates, the Contractors are required to selectthe relevant documents / compressed file (containing multiple documents) alreadyuploaded in the briefcase.Notes :a) The Contractors upload a single document or a compressed file containingmultiple documents against each unloadable option.b) The Hashes are the thumbprint of electronic date and are based on one –way algorithm. The Hashes establish the unique identity of Bid Data.c) The bid hash values are digitally signed using valid Class – II or Class –III Digital Certificate issued by Certifying Authority. The Contractors arerequired to obtain Digital Certificate in advance.d) After the hash value of bid data is generated, the Contractors cannot makeany change / addition in its bid data. The bidder may modified bids beforethe deadline for Bid Preparation and Hash Submission as per TimeSchedule mentioned in the <strong>Tender</strong> documents.e) This stage will be applicable during both, Pre-bid / Pre-qualification andFinancial Bidding Processes.5. Close for Bidding (Generation of Super Hash Values :After the expiry of the cut – off time of Bid Preparation and Hash Submission stageto be completed by the Contractors has lapsed, the <strong>Tender</strong> will be closed by the<strong>Tender</strong> Authority.The <strong>Tender</strong> Authority from PWD shall generate and digitally sign the Super Hashvalues (Seals).Contractor No. of Corrections Executive Engineer


(14)6. Decryption and Re-encryption of Bids (Submitting the Bids online) :After the time for generation of Super Hash Values by the <strong>Tender</strong> Authority fromPWD has lapsed, the Contractors have to make the online payment of Rs.1,038/-towards the fees of the Service Provider.After making online payment towards Fees of Service Provider, the Contractors arerequired to decrypt their bid data using their Digital Certificate and immediately reencrypttheir bid data using the Public Key of the <strong>Tender</strong>ing Authority. The PublicKey of the <strong>Tender</strong>ing Authority is attached to the <strong>Tender</strong> during the close forBidding stage.Note : The details of the Processing Fees shall be verified and matched during theTechnical Opening stage.At this time, the Contractor are also required to upload the files for which theygenerated the Hash values during the Bid Preparation and Hash Submission sage.The Bid Data and <strong>Document</strong>s of only those Contractors who have submitted theirBid Hashes (Seals) within the stipulated time (as per the <strong>Tender</strong> Time Schedule),will be available for decryption and re-encryption and to upload the relevantdocuments from Briefcase. A contractor who has not submitted his Bid Preparationand Hash Submission stage within the stipulated time will not be allowed to decrypt /re-encrypt the Bid data / submit documents during the stage of Decryption and Reencryptionof Bids (submitting the Bids online)7. Shortlisting of Contractor for Financial Bidding Process :The <strong>Tender</strong>ing Authority will first open the Technical Bid documents of allContractors and after scrutinizing these documents will shortlist the Contractors whoare eligible for Financial Bidding Process. The shortlisted Contractors will beintimated by email.8. Opening of the Financial Bids :The Contractors may remain present in the Office of the <strong>Tender</strong> Opening Authorityat the time of opening of Financial Bids. However, the results of the Financial Bidsof all Contractors shall be available on the PWD e-<strong>Tender</strong>ing Portal immediatelyafter the completion of opening process.9. <strong>Tender</strong> Schedule (Key Dates) :The Contractors are strictly advised to follow the Dates and Times allocated to eachstage under the column “Contractor Stage” as indicated in the Time Schedule in theDetailed <strong>Tender</strong> Notice for the <strong>Tender</strong>. All the online activities are time tracked andthe Electronic <strong>Tender</strong>ing System enforces time-locks that ensure that no activity ortransaction can take place outside the Start and End Dates and Time of the stage asdefined in the <strong>Tender</strong> Schedule. At the sole discretion of the <strong>Tender</strong> Authority, thetime schedule of the <strong>Tender</strong> stages may be extended.Contractor No. of Corrections Executive Engineer


(15)1.4 Manner of Submission of tender and its accompaniments :CIVIL WORKSENVELOPE NO.1 : (<strong>Document</strong>s)The first envelope clearly marked as “Envelope No.1” shall contain the followingdocuments :1.4.1 Scanned copy of Government treasury challan or Term Deposit Receipt valid for aperiod of one year from any Schedule Bank or Nationalised Bank for the amount ofearnest money, or valid certificate of exemption for payment of earnest money of thevalue of Rs. 3.50 lakhs, if applicable (true copy attested by a Gazetted Officer to besubmitted as per tender schedule)1.4.2 Scanned copy of Valid certificate as a Registered Contractor with the Government ofMaharashtra in appropriate class as may be applicable in original or attested copythereof (Attested by a Gazetted Officer)1.4.3 Scanned copy of Sales Tax Registration Certificate in Form II, Rule 4(1) as providedby Maharashtra State, Sales Tax Act., (Maharashtra Act No.XXVI of 1989. TheMaharashtra Sales Tax on transfer of property in Goods involved in execution ofworks contract (Re-enacted Act, 1989) from the Sales Tax Department ofMaharashtra State, (in original or a copy duly attested by a Gazetted Officer.)AND/ORA Scanned copy of valid VAT registration certificate and VAT clearance certificatefrom Maharashtra State Sale Tax Department thereof duly attested by the GazettedOfficer. (Maharashtra Value Added Tax Act 2005)1.4.4 Scanned copy of list of Machinery and plants immediately available with thetenderer for use on this work and list of machinery proposed to be utilized on thiswork, but not immediately available and the manner in which it is proposed to beprocured. (information to be given in Form-II on page No. 24)1.4.5 Scanned copy of Proof of appointment of employees including technical personnelby way of valid Professional Tax Registration certificate in form PT/R/ under section(I) of section 5 of Maharashtra Sales Tax on Profession, Trade, Callings andemployment Act,1975, rule 3(2) from the Professional Tax Officer of the concernedDistrict in Maharashtra. The Professional Tax Clearance Certificate with list ofEmployees duly attested by Professional Tax Officer shall be enclosed.1.4.6 Scanned copy of Details of work done during last three years with the value of workunfinished.(Information to be given in Form No.V on Page No.27)1.4.7 Scanned copy of Details of work of similar type and magnitude carried out by thecontractor. (Information to be given in proforma of Form No.III on Page No. 25)The Certificates should be signed by the Authority with whom the contractor hasexecuted the work.Contractor No. of Corrections Executive Engineer


(16)1.4.8 Scanned copy of Details of list of works in hand and works tendered for.(information to be given in proforma of Form No.I on Page No. 23)1.4.9 Scanned copy of Details of Technical Personnel on the rolls of the tenderer.(Information to be given in proforma of Form No.IV on Page No. 26)1.4.10 Scanned copy of Certified copy of Partnership Deed and Power of Attorney, in caseof a firm tendering for work. (True copy attested by a Gazetted Officer.)1.4.11 The contractor shall submit an affidavit in original (as per format given on PageNo.28) to the <strong>Tender</strong> accepting Authority on due date as per tender scheduleregarding completeness, correctness and truthfulness of documents submitted andscanned copy of the same shall be submitted in Envelope No.1 on line.1.4.12 Scanned copy of Undertaking of contractor that he had studied all tender documents,conditions and especially work methodology.1.4.13 Scanned copy of Tentative program of work in the form of Bar Chart shall besubmitted.1.4.14 All corresponding paras pertaining to the tender related subject to Maharashtra P.W.Manual shall be applicable to this tender.1.5 ENVELOPE NO.2 : ( Financial Bid)The second envelope clearly marked as ‘Envelope No.2’ shall contain only the maintender, including the common set of conditions/stipulations issued by the departmentpretender conference. A tender submitted without this would be considered asinvalid.The <strong>Tender</strong>er should quote his offer duly signed in terms of percentage of estimatedrates at the appropriate place of tender documents (Page No. 34 ) to be submittedonly in Envelope No. 2 (financial bid). He should not quote his offer any wheredirectly or indirectly in Envelope No. 1. The contractor shall quote for the work asper details given in the main tender and also based on the detailed set of conditionsissued/Additional stipulations made by the Department from ChiefEngineer/Superintending Engineer/Executive Engineer after Pre-<strong>Tender</strong> Conference.This tender shall be unconditional and made available to him on e<strong>Tender</strong>ing portal ofPublic Works Department, Government of Maharashtra.Contractor No. of Corrections Executive Engineer


(17)1.6 SUBMISSION OF TENDER :Refer to Section “Guidelines to Bidders on the operations of Electronic <strong>Tender</strong>ingSystem of Public Works Department” for details.1.7 OPENING OF TENDERSOn the date, specified in the <strong>Tender</strong> Notice, following procedure will be adopted foropening of the <strong>Tender</strong>.(A)ENVELOPE NO. 1 : (<strong>Document</strong>s)First of all Envelope No.1 of the tender will be opened to verify its contents asper requirements. If the various documents contained in this envelope do notmeet the requirements of the Department, a note will be recorded accordinglyby the tender opening authority and the said tenderer’s Envelope No.2 will notbe considered for further action and the same will be recorded.The decision of the tender opening authority in this regards will be final andbinding on the contractors.(B) ENVELOPE NO. 2 (Financial Bid) :This envelope shall be opened immediately after opening of Envelope No. One,only if contents of Envelope No.1 are found to be acceptable to the Department,the tendered rates in percentage above/below to the Estimated rates shall thenbe read out. (from page No. 34) in the presence of bidders who remain presentat the time of opening of Envelope No. 2.Contractor No. of Corrections Executive Engineer


(18)1.8 EARNEST MONEY :As shown on page No.9 Earnest Money should be paid in the State Bank ofHyderabad/State Bank of India or Reserve Bank of India or any GovernmentTreasury under the Head “8443 Revenue Deposit” and the receipted challan shouldbe enclosed with the tender. Earnest money in the form of cheque or cash will not beaccepted. Earnest money will be accepted in the form of certificate of exemption forpayment of Earnest Money, or Term Deposit receipts valid for a period of one year(separately for each work) from the last date of submission of tender forms, issued byNationalised or schedule Bank and endorsed in the name of the Executive Engineer,Presidency Division, Mumbai.The earnest money will be refunded in due course in case of tenderers whose tendersare not accepted. In case of successful tenderer the Earnest money will be refundedafter recovering initial security deposit and completion of contract documents by thetenderer. The amount of Earnest Money will be forfeited to Government in case thesuccessful contractor does not pay the amount of initial security deposit withinspecified time limit. Earnest Money Exemption Certificate shall not be accepted inlieu of Earnest Money indicated elsewhere in the N.I.T. except in case of thosebidders who have obtained Earnest Money exemption certificate after payment ofRupees 3.50 Lakhs to their Registration authorities after issuance of GovernmentResolution CAT-1096/CR-172/Bldg-2 Dated 20/4/98.1.9 SECURITY DEPOSITThe successful tenderer shall have to pay half the security deposit in approved securityform (preferably in the form of National Saving Certificate) or in cash or in the formof Bank Guarantee (in the form as prescribed by Government) from any ScheduleBank and balance Security Deposit will be recoverable through the bills at thepercentage as shown in item(s) of the Memorandum in printed B-1 form or as may bedecided by the Executive Engineer during course of execution of the work looking tothe position and circumstances that may prevail, whose orders will be final andbinding on the contractor.The security deposit for the due performance of the contract shall be as detailed in the<strong>Tender</strong> <strong>Document</strong>s elsewhere. Fifty percent of the security deposit will have to bedeposited within ten days (including Government holidays) of the acceptance of thetender and the remaining fifty percent will be recovered from the Running Bills at therate as specified in the tender form, on the cost of work as per C.S.R. prevailing at thetime of acceptance of tender. Amount of total security deposit to be paid shall be 4%of the cost of work, worked out as per D.S.R. 2011-12 for the respective District.Initial Security Deposit may be in Bank Guarantee form in format on Page 133 to 136of tender document for full period of completion of work and it should be extendableupto expiry of valid extension if any, as directed by Engineer-in-chargeContractor No. of Corrections Executive Engineer


(19)1.9A Condition for payment of additional security deposit, if offer quoted by the tenderer islesser than 15% below the cost put to tender.The additional security deposit, over and above the earnest money, tenders quoting therebate more than 15% on amount put to tender shall have to pay additional security depositin the form of Demand Draft valid for six months from the date of uploading of tenderdepending upon the amount calculated as per formula given below :(%quoted by contractor-15) 50Additional security deposit =x x X100100where ‘X’ = Cost put to tender i.e. Rs. MOW to New Council Hall Building at Mumbai –Additional and Alterations and Structural Repairs to New Council Hall Building at Mumbai1.10 ISSUE OF FORMS :Information regarding contract as well as blank tender forms can be downloaded from thee<strong>Tender</strong>ing website upon providing the details of the payment of cost as detailed in theN.I.T.1.11 TIME LIMITThe work is to be completed within time limit as specified in the N.I.T. which shall bereckoned from the date of written order of commencing the work and shall be inclusive ofmonsoon period.1.12 TENDER RATENo alteration in the form of tender and the schedule of tender and no additions in the scopeof special stipulation will be permitted. Rates quoted for the tender shall be taken asapplicable to all leads and lifts.1.13 TENDER UNITSThe tenderers should particularly note the unit mentioned in the Schedule “B” on which therates are based. No change in the units shall be allowed. In the case of difference betweenthe rates written in figures and in words, the correct rate will be the one which is lower ofthe two.1.14 CORRECTIONNo 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 withthe initials of tenderer.Contractor No. of Corrections Executive Engineer


(20)1.15 TENDER’S ACCEPTANCEAcceptance of tender will rest with the Chief Engineer, Mumbai (P.W.) Region,Mumbai, who reserves the right to reject any or all tenders without assigning any reasontherefore. The tenderer whose tender is accepted will have to enter in to a regular B-1agreement within 10 days of being notified to do so. In case failure on the part of thetenderer to sign the agreement within the stipulated time, the earnest money paid by himshall stand forfeited to the Government and the offer of the tenderer shall be considered aswithdrawn by him.1.16 CONDITIONAL TENDERThe tender which do not fulfill the condition of the notification and the general rules anddirections for the guidance to contractor in the agreement form or are incomplete in anyrespect are likely to be rejected without assigning any reason therefore.1.17 (a) The tenderers shall be presumed to have carefully examined the drawings conditions andspecifications of the work and have fully acquainted themselves with all details of the site, theconditions 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 thework, prior to tendering for the work1.17 (b) The data whatsoever supplied by the Department, alongwith the tender documents is meant toserve only as guide to the tenderers while tendering and the Department accepts noresponsibility whatsoever either for the accuracy of data or their comprehensiveness.1.17 (c) The quarries for extraction of metal, stone etc. provided in the sanctioned estimates are as persurvey conducted by the Department. The contractor should however, examine these quarriesand see whether full quantity of materials required for execution of the work strictly as perspecification are available in these sources before quoting the rates. In case the materials arenot available due to reasons whatsoever, the contractor will have to bring the materials fromany other sources with no extra cost to Government. The rates quoted should therefore be forall leads and lifts from wherever the materials are brought at site of work and inclusive ofroyalty to be paid to the Revenue Department by the Contractor.1.18 POWER OF ATTORNEYIf the tenderers are a firm or company, they should in their forwarding letter mention thenames of all the partners together with the name of the person who holds the power ofattorney authorising him to conduct all transactions on behalf of the body, along with thetender as per scanned copy uploaded in envelope No.1.1.19 The tenderer may in the forwarding letter, mention any points he may wish to make clear butright is reserved to reject the same or the whole of the tenders if the same becomeconditional tender thereby.1.20 The contractor or the firms tendering for the work shall inform the Department if theyappoint their authorised agent on the work.1.21 No foreign exchange will be released by the Department for the purchase of plants andmachinery for the work by the Contractor.1.22 Any dues arising out of contract will be recovered from the contractor as arrears of LandRevenue if not paid amicably Moreover, recovery of Government dues from the Contractorswill be effected from the payment due to the Contractor from any other Government worksunder execution with them.Contractor No. of Corrections Executive Engineer


(21)1.23 All scanned pages of tender documents, conditions, specifications, correction slips etc. shallbe initialed by the tenderer. The tender should bear full signature of the tenderer, or hisauthorized power of Attorney holder in case of a firm.1.24 The Income Tax @ 2.30% including surcharges or percentages in force from time to time orat the rate as intimated by the competent Income Tax authority shall be deducted from billamount whether measured bill, advance payment or secured advance.1.25 The successful tenderer will be required to produce to the satisfaction of the specifiedconcerned authority a valid concurrent license issued in his favour under the provisions ofthe Contract Labour (Regulation and Abolition) Act 1970 for starting the work. On failure todo so, the acceptance of the tender shall be liable to be withdrawn and also liable forforfeiture of the earnest money.1.26 The tenderer shall submit the List of apprentices engaged by the Contractor underApprentice Act.1.27 VALILDITY PERIODThe offer shall remain open for acceptance for minimum period of 120 days from the Dateof opening of Envelope No. 2 (Financial Bid) and thereafter until it is withdrawn by thecontractor by notice in writing duly addressed to the authority opening the tender and sent byRegistered Post, acknowledgement due. (ref. to memorandum on Page 35, para 2 of B-1Form Chapter)Contractor No. of Corrections Executive Engineer


(22)FORM NO. - IRef : Page No. 7 Clause 1.4.8DETAILS OF LIST OF WORKS IN HAND AND WORKS TENDERED FOR AS ON(Date of Submission of Bid)NAME OF THE CONTRACTOR :(I)WORKS IN HANDSr.No.Nameof theworkAgreementNo.<strong>Tender</strong>edAmount(Rs. inlakhs)Date ofcommencementStipulateddate ofCompletionValue ofworkalreadydone(Rs. inlakhs)Valueofbalancework(Rs. inlakhs)ProbableDate ofCompletionRemarks1 2 3 4 5 6 7 8 9 10SrNo.NameofworkName andAddress ofclient(II) WORKS TENDERED FOR<strong>Tender</strong>edAmount(Rs. in lakhs)TimeLimitProbable Datewhen decision isexpectedOther relevant details ifany1 2 3 4 5 6 7Note :This is only a standard form Details are to be furnished in this format in the form of typewrittenstatements which shall be enclosed in envelop No. 1.Contractor No. of Corrections Executive Engineer


(23)FORM NO. - IIRef : Page No. 7 Clause 1.4.4List of Plant and Machinery immediately available with the <strong>Tender</strong>erfor this work ...................................................Sr.No.Name ofequipmentNo. ofUnitsKind andMakeCapacityAge andConditionPresentlocationRemarksContractor No. of Corrections Executive Engineer


(24)FORM NO. - IIIRef : Page No. 7 Clause 1.4.7DETAILS OF WORK OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY CONTRACTORName of the contractor :-Sr.NoNameofworkName andAddress of theorganisationfor whom thework was donePlaceandCountryAgreementNo.Date ofcommencement<strong>Tender</strong>edcost (Rs.in lakhs)Totalcostworkdone (Rs.in lakhs)Date ofCompletionPrincipleFeaturesin brief.1 2 3 4 5 6 7 8 9 10Note :This is only a standard form Details are to be furnished in this format in the form of typewrittenstatements which shall be enclosed in envelop No. 1.Contractor No. of Corrections Executive Engineer


Sr.NoNameofPersonDesignation(25)FORM NO. - IVRef : Page No. 7 Clause 1.4.9Details of Technical Personnel available with the ContractorQualificationsWhetherworking infield or officeExperienceof executionof similarworkPeriod for whichthe person isworking with thetendererRemarks(1) (2) (3) (4) (5) (6) (7) (8)Contractor No. of Corrections Executive Engineer


(27)100 Rupees BondxɨÉÖxÉÉ ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJɺÉiªÉ|ÉÊiÉYÉɱÉäJÉ (Affidavit)¨ÉÒ ............................................... ´ÉªÉ ´É¹Éæ ............. ®úɽþhÉÉ®ú ............ ªÉɺÉiªÉ|ÉÊiÉYÉɱÉäJÉÉuùÉ®äú ʱɽÚþxÉ näùiÉÉä EòÒ, ¨ÉÒ ........................ ªÉÉ ¡ò¨ÉÇSÉÉ / EÆò{ÉxÉÒSÉÉ |ÉÉä{É®úɪÉ]õ®ú +ºÉÚxÉMOW to New Council Hall Building at Mumbai – Additional and Alterationsand Structural Repairs to New Council Hall Building at Mumbai ªÉÉ EòɨÉɺÉÉ`öÒÊxÉÊ´ÉnùÉ ºÉÉnù®ú Eäò±ÉÒ +ɽäþ. iªÉÉ ÊxÉÊ´ÉnäùSªÉÉ Envelope No. 1 ¨ÉvªÉä ¨ÉvªÉä VÉÒ EòÉMÉnù{ÉjÉä ºÉÉnù®ú Eäò±ÉÒ+ɽäþiÉ iÉÒ JÉ®úÒ, ¤É®úÉä¤É®ú ´É {ÉÚhÉÇ +ɽäþiÉ, iªÉɨÉvªÉä EòÉähÉiªÉɽþÒ jÉÖ]õÒ, SÉÖEòÉ xÉɽþÒiÉ, +ºÉä É{ÉlÉ{ÉÚ´ÉÇEò ¨ÉÉxªÉEò®úÒiÉ +ɽäþ. ªÉÉ EòÉMÉnù{ÉjÉÉƨÉvªÉä EòɽþÒ SÉÖEòÒSÉÒ, ÊnùÉɦÉÚ±É Eò®úhÉÉ®úÒ, JÉÉä]õÒ ´É iɺÉäSÉ +{ÉÚhÉÇ ¨ÉÉʽþiÉÒ+Éfø³ý±ªÉÉºÉ ¨ÉÒ EòɪÉnäùÉÒ®ú EòɪÉÇ´ÉɽþÒºÉ {ÉÉjÉ +ɽäþ ´É ®úɽþÒxÉ.EÆòjÉÉ]õnùÉ®úÉSÉÒ ºÉ½þÒContractor No. of Corrections Executive Engineer


(28)Contractor No. of Corrections Executive Engineer


(29)3. SCOPE OF WORK and SITE CONDITIONSNAME OF WORK : MOW to New Council Hall Building at Mumbai –Additional and Alterations and Structural Repairs toNew Council Hall Building at Mumbai(I) Location : This office is situated in New Council Hall Building atMumbaiThe Scope of the work includes renovation in District Employment and SelfEmployment guidance center includes renovation of computer room, officerchamber and arrangement for office staff.The work comprises of mainly following items.1) Dismantling old brick work as per necessary, removing doors andwindow, Removing A.C. Sheets etc.2) Providing soloing, PCC (M-10 grade concrete), Brick work, M-20 gradeR.C.C. concrete, Vitrified tile flooring, Dado, plastering, Granite Boxingfor windows, Providing aluminium windows structural steel work,precoated galvanized iron sheet roofing, modular false ceiling, M.S. grillfor windows, storage unit, computer table and renovation of toilet unitswith plumbing and sanitary fitting.2. Availability of Material :All materials required for this work is available within reasonable leads.However the contractor should verify the availability of materials beforesubmitting his offer and no claim in this regard shall be entertained bythe department.Contractor No. of Corrections Executive Engineer


(30)Contractor No. of Corrections Executive Engineer


(31)4. AGREEMENT FORM B-1FORM B-1PERCENTAGE RATE TENDER AND CONTRACT FOR WORKSDEPARTMENT : PUBLIC WORKS DEPARTMENTCIRCLE : Mumbai (P.W.) CircleDIVISION : Presidency Division, MumbaiNAME OF WORK: MOW to New Council Hall Building at Mumbai – Additionaland Alterations and Structural Repairs to New Council HallBuilding at MumbaiGeneral Rules and Directions for the Guidance of Contractors.1. All works proposed to be executed by contract shall be notified in a form of invitation totender pasted on a board hung up in the office of the Executive Engineer and signed by theExecutive Engineer, Presidency Division, Mumbai.This form will state the work to be carried out as well as the date for submitting and openingtenders, and the time allowed for carrying out the work, also the amount of earnest money tobe deposited with the tender and the amount of security deposit to be deposited by thesuccessful tenderer, and the percentage, if any, to be deducted from bills. Copies of thespecifications, designs and drawings, estimated rates, scheduled rates and any otherdocuments required in connection with the work shall be signed by the Executive Engineerfor the purpose of identification and shall also be open for inspection by contractors at theoffice 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 personholding a power of attorney authorising him to do so.2(A) i) The Contractor shall pay alongwith the tender the sum of Rs. 243000/- (Rupees Twolakhs fourty three thousand only) as and by way of earnest money. The contractor maypay the said amount by forwarding alongwith the tender short term deposit receipt for aperiod of one year of any Scheduled Bank for the same amount in favour of the ExecutiveEngineer, Presidency Division, Mumbai. The said amount will not carry any interestwhatsoever or deposited in treasury.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 ofsecurity deposit payable by him under conditions of General Conditions of Contract.Contractor No. of Corrections Executive Engineer


(32)iii)iv)If, after submitting the tender, the contractor withdraws his offer, or modifies thesame or if after the acceptance of his tender the contractor fails or neglects to furnishthe balance of security deposit without prejudice to any other rights and powers of theGovernment, hereunder, or in law, Government shall be entitled to forfeit the fullamount of the earnest money deposited by him.In the event of his tender not being accepted, the amount of earnest money depositedby the contractor shall, unless it is prior there to forfeited under the provisions of subclause(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 besigned 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 bysome 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 whatpercentage above or below the rates specified in schedule 'B' (memorandum showing items ofwork to be carried out) he is willing to undertake the work. Only one rate or such percentageon all the Estimated rates/Schedule rates shall be named. <strong>Tender</strong>s which propose anyalteration in the works specified in the said form of invitation to tender, or in the time allowedfor carrying out the work, or which contain any other conditions, of any sort will be liable torejection.5. The Executive Engineer or his duly authorised Assistant shall open tenders in the presence ofcontractors who have submitted tenders or their representatives who may be present at thetime, and he will enter the amounts of several tenders in a comparative statement in a suitableform. In the event of a tender being accepted, the contractor shall for the purpose ofidentification sign copies of the specifications and other documents mentioned in rule 1. Inthe event of tender being rejected, the competent officer shall authorise the Scheduled Bankconcerned to refund the amount of the earnest money deposited to the contractor making thetender, 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 ofthe tenders.7. No receipt for any payment alleged to have been made by a contractor in regard to any matterrelating to this tender or the contract shall be valid and binding on Government unless it issigned by the Executive Engineer.8. The memorandum of work to be tendered for and the schedule of materials to be supplied bythe Department and their rates shall be filled in and completed by the office of the ExecutiveEngineer before the tender form is issued. If a form issued to an intending tenderer has notbeen so filled in and completed he shall requested the said office to have this done before hecompletes and delivers his tender.Contractor No. of Corrections Executive Engineer


(33)9. All work shall be measured net by standard measure and according to the rules and customsof the Department and without reference to any local custom.10. Under no circumstances shall any contractor be entitled to claim enhanced rates for items inthis contract.11. Every registered contractor should produce alongwith his tender valid certificate ofregistration as approved contractor in appropriate class.12. All corrections and additions or pasted slips should be initialed.13. The measurements of work will be taken according to the usual method in use in theDepartment and no proposal to adopt alternative methods will be accepted. The ExecutiveEngineer'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 worksfor which he has already entered into contract, and the value of work that remains to beexecuted in each case on the date of submitting the tender.15. In view of the difficult position regarding the availability of foreign exchange no foreignexchange would be released by the Department for the purchase of plant and machineryrequired 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 atwork site, having double locking arrangement. The materials will be taken for use in thepresence of the Departmental person. No materials will be allowed to be removed from thesite of works.17. The contractors shall also give a list of machinery in their possession and which they proposeto use on the work in the form of statement No. II on page No. 2418. Successful Contractor should produce license/attested copy of license duly attested byGazetted officer having registered with Assistant Commissioner of labour as required as percontract labour (Regulation and abolition) Act 1973 and the Maharashtra Contract Labour(Regulation and Abolition) Rules 1973.19. The contractor shall comply with the provision of the Apprentices Act 1961 and the rules andorders issued there under from time to time if he fails to do so his failure will be breach ofcontract and Executive Engineer may in his discretion cancel the contract. The contractorshall also will be liable for any pecuniary liability arising on account of any variation by himof the provisions of the Act.Contractor No. of Corrections Executive Engineer


(34)<strong>Tender</strong> for Works1. I/We hereby tender for the execution, for the Governor of Maharashtra(hereinbefore and hereinafter referred to as ‘Government’) of the workspecified in the under written memorandum within the time specified insuch memorandum at (*................................................................................)percent below/above the estimated rates entered in Schedule ‘B’ showingitems of work to be carried out and in accordance in all respects with thespecifications, additional specifications, designs, drawings and instructionsin writing referred to in Rule 1 hereof and in clause 12 of the annexedconditions of the contract and agreed that when materials for the work areprovided by the Government, such materials and the rate to be paid forthem shall be as provided in Schedule ‘A’ hereto.* Infiguresas wellas inwords.MEMORANDUMIf several subworks areincluded they should bedetailed in a separate list.The amount of earnest-moneyto be deposited shall be inaccordance with theprovisions of para 207 of theP.W.D. ManualThis deposit shall be inaccordance with paras 213and 214 of the P.W.D.Manual(a)General description : MOW to New Council HallBuilding at Mumbai – Additional andAlterations and Structural Repairs to NewCouncil Hall Building at Mumbai(b) Estimated Cost Rs. 4,84,95,222/-(c) Earnest money Rs.(d) Security Deposit -(i) Cash (not less than theamount of earnest-money)(ii) To be deducted fromcurrent billsTotalRs.Rs.Rs.970000/-970000/-This percentage where nosecurity deposit is takenwill very from 5 % to 10 %according to the requirementof the case where securitydeposit is taken see note 1 toclause 1 of conditions ofcontract.(e)Percentage, if any, to bededucted from bills so as tomake up the total amountrequired as security depositby the time, half the work asmeasured by the cost is done4%(Four percent)Give schedule wherenecessary by which thevarious items are to becompleted.(f)Time allowed for the workfrom the date of writtenorder to commence12 Months (includingmonsoon)Contractor No. of Corrections Executive Engineer


(35)2. I/We agree that the offer shall remain open for acceptance for a minimum period of 120 daysfrom the date fixed for opening the same and thereafter until it is withdrawn by me/us bynotice in writing duly addressed to the authority opening the tenders and sent by registeredpost AD or otherwise delivered at the office of such authority. "Treasury-Bank Challan No.and date or Deposit at call receipt No. and date of term deposit receipt for a period of one yearreceipt No........................ date ............ .... in respect of the sum of Rs. 243000/- (Rupees Twolakhs fourty three thousand only) representing the earnest money is herewith forwarded.The amount of earnest money shall not bear interest and shall be liable to be forfeited to theGovernment should I/We fail to (i) abide by the stipulation to keep the offer open for theperiod mentioned above or (ii) sign and complete the contract documents as required by theEngineer and furnish the security deposit as specified item (d) of the memorandum containedin paragraph (i) above within the time limit laid down in clause (i) of the annexed GeneralConditions of Contract. The amount of earnest money may be adjusted to me/us if so desiredby me/us in writing, unless the same or any part thereof has been forfeited as aforesaid.3. I/We have secured exemption from payment of earnest money after executing the necessarybond in favour of the Govt. a true copy of which is enclosed herewith, should any occasionfor forfeiture of earnest money for this work arise due to failure on my/our part to (i) abide bythe stipulations to keep the offer open for the period mentioned above or (ii) sign andcomplete the contract documents and furnish to security deposit as specified in item (d) of theMemorandum contained in paragraph (i) above within the time limit laid down in clause (1)of the annexed General conditions of contract the amount deposited lumpsum for securingexemption in so far as the same may extend in terms of the said bond and in the event of thedeficiency out of any other money which are due or payable to me/us by the Governmentunder any other contract or transaction of any nature whatsoever or otherwise.4. Should this tender be accepted I/We hereby agree to abide by and fulfill all the terms andprovisions of the conditions of contract annexed hereto so far as applicable and in defaultthere of to forfeit and pay to Government the sums of money mentioned in the saidconditions.Receipt No................................ dated ......................... from the Scheduled Bank at ...............in respect of the sum of is herewith forwarded representing the earnest money(s) the fullvalue of which is to be absolutely forfeited to Government should I/We not deposit the fullamount of security deposit specified in the above memorandum in accordance with clause 1(A) of the said conditions, otherwise the said sum of Rs. 243000/- (Rupees Two lakhs fourtythree thousand only) shall be refunded.* Amount to be specified in words and figures.* Strike out (a) if no cash security deposit is to be taken.Contractor No. of Corrections Executive Engineer


(36)ContractorSignature of contractorbefore submission oftender.Address :Dated the day of 2012.(Witness)Signature of witnessto contractor's signatureAddress :(Occupation)The above tender is hereby accepted by me for and on behalf of Governor of Maharashtra.Dated the day of 2012 Executive Engineer,Presidency Division, Mumbai.Contractor No. of Corrections Executive Engineer


(37)CONDITIONS OF CONTRACTClause 1 : The person/persons whose tender may be accepted (hereinaftercalled the contractor, which expression shall unless excluded by or repugnantto the context include his heirs, executors, administrators, and assigns) shall(A) within 10 days (which may be extended by the Superintending Engineerconcerned upto 15 days if the Superintending Engineer thinks fit to do so) ofthe receipt by him of the notification of the acceptance of his tender depositwith the Executive Engineer in cash or Govt. securities endorsed to theExecutive Engineer (if deposited for more than 12 months) of sum sufficientwhich will made up the full security deposit specified in the tender or(B)(permit Government at the time of making any payment to him for workdone under the contract to deduct such as will amount to Four percent of allmoneys so payable such deductions to be held by Government by way ofsecurity deposit.) Provided always that in the event of the contractordepositing a sum by way of security deposit as contemplated at (A) above,then and in such case, if the sum so deposited shall not amount to Fourpercent of the total estimated cost of the work, it shall be lawful forGovernment at the time of making any payment to the contractor for workdone under the contract to make up the full amount of Four percent bydeducting a sufficient sum from every such payment as last aforesaid until thefull amount of the security deposit is made up. All compensation or othersums of money payable by the contractor to Government under the terms ofhis contract may be deducted from or paid by the sale of sufficient part of hissecurity deposit or from the interest arising therefrom, or from any sumswhich may be due or may become due by Government to the contractor underany other contract or transaction of any nature on any account whatsoever andin the event of his security deposit being reduced by reason of any suchdeduction or sale as aforesaid, the contractor shall, within ten days hereafter,make good in cash or Government securities endorsed as aforesaid any sum orsums which may have been deducted from or raised by sale of his securitydeposit or any part thereof. The security deposit referred to, when paid incash may, at the cost of the depositor, be converted into interest bearingsecurities provided that the depositor has expressly desired this in writing.The security deposit will not be accepted in the form of InsuranceCompany bonds (As per Govt. Orders contained in CCM/PWD/CAT/ 4250dt. 27.2.1956)If the amount of the security deposit to be paid in a lump sum withinthe period specified at (A) above is not paid the tender/contractor alreadyaccepted shall be considered as cancelled and legal steps taken against thecontractor for recovery of the amounts. The amount of the security depositlodged by a contractor shall be refunded along with the payment of the finalbill, if the date upto which the contractor has agreed to maintain the work ingood order is over. If such date is not over, only 50 % amount of securitySecurity depositP W D ResolutionNo.CAT/1087/CR-94/Bldg. 2 dt.14.6.89 & dated21.6.2004Contractor No. of Corrections Executive Engineer


(38)deposit shall be refunded along with the payment of the final bill. Theamount of security deposit retained by the Government shall be releasedafter expiry of period upto which the contractor has agreed to maintain thework in good order is over. In the event of the contractor failing orneglecting to complete rectification work within the period upto which thecontractor has agreed to maintain the work in good order, then, subject toprovisions of clauses 17 and 20 hereof the amount of Security Depositretained by Government shall be adjusted towards the excess costincurred by the department on rectification work.Compensation fordelayClause 2 : The time allowed for carrying out the work as entered in thetender shall be strictly observed by the contractor and shall be reckonedfrom the date on which the order to commence work is given to thecontractor.The work shall through out the stipulated period of thecontract be proceeded with , with all due diligence (time being deemed tobe the essence of the contract on the part of the contractor) and thecontractor shall pay as compensation an amount equal to one percent orsuch smaller amount as the Superintending Engineer (whose decision inwriting shall be final) may decide, of the amount of the estimated cost ofthe whole work as shown by the tenderer for every day that the workremains uncommenced, or unfinished after the proper dates. And furtherto ensure good progress during execution of the work, the contractor shallbe bound, in all cases in which the time allowed for any work exceeds onemonth to complete.30% Of the work in 1/4 th of the time55% Of the work in 1/2 th of the timeAs indicated inbar chart on Page80% Of the work in 3/4 th of the time No. .......100% Of the work in Full work to be completed in 12 Monthsincluding monsoon.In the event of the contractor failing to comply with this conditions heshall be liable to pay as compensation an amount equal to one percent orsuch smaller amount as the Superintending Engineer (whose decision inwriting shall be final) may decide of the said estimated cost of the wholework for every day that the due quantity of work remains incompleteprovided always that the total amount of compensation to be paid underthe provision of this clause shall not exceed 10 percent of the estimatedcost of the work as shown in the tender. Superintending Engineer shouldbe the final authority in this respect irrespective of the fact that the tenderis accepted by Chief Engineer, /Superintending Engineer/ExecutiveEngineer.Contractor No. of Corrections Executive Engineer


(39)Clause 3 : In any case in which under any clause of this contract thecontractor shall have rendered himself liable to pay compensation amountingto the whole of this security deposit whether paid in one sum or deducted byinstallments or in the case of abandonment of the work owing to seriousillness or death of the contractor or any other cause the Engineer, on behalf ofthe Governor of Maharashtra, shall have power to adopt any of the followingcourses, as he may deem best suited to the interest of Government :-Action when wholeof security depositis forfeited(A)(B)(C)To rescind the contract (for which rescission notice in writing to thecontractor under the head of Executive Engineer shall be conclusiveevidence) and in that case the security deposit of the contractor shallstand forfeited and be absolutely at the disposal of Government.To carry out the work or any part of the work departmentallydebiting the contractor with the cost of the work, expenditureincurred on tools and plant, and charges on additional supervisorystaff including the cost of work-charged establishment employed forgetting the un-executed part of the work completed and creditinghim with the value of the work done departmentally in all respects inthe same manner and at the same rates as if it had been carried outby the contractor under the terms of his contract. The certificate ofthe Executive Engineer as to the costs and other allied expenses soincurred and as to the value of the work so done departmentally shallbe final and conclusive against the contractor.To order that the work of the contractor be measured up and to takesuch part thereof as shall be un-executed out of his hands, and togive it to another contractor to complete, in which case all expensesincurred on advertisement for fixing a new contracting agency,additional supervisory staff including the cost of work chargedestablishment and the cost of the work executed by the new contractagency will be debited to the contractor and the value of the workdone or executed through the new contractor shall be credited to thecontractor in all respects and in the same manner and at the samerates as if it had been carried out by the contractor under the terms ofhis contract. The certificate of the Executive Engineer as to all thecost of the work and other expenses incurred as aforesaid for or ingetting the un-executed work done by the new contractor and as tothe value of the work so done shall be final and conclusive againstthe contractor.Contractor No. of Corrections Executive Engineer


(40)Action when theprogress of anyparticular portion ofthe work isunsatisfactoryContractor remainsliable to paycompensation ifaction not takenunder clause 3 and 4Power to takepossession of orrequire removal of orsell contractor’s plantIn case the contract shall be rescinded under clause (a) above the contractorshall not be entitled to recover or be paid. any sum for any work thereforeactually performed by him under this contract unless and until the ExecutiveEngineer shall have certified in writing the performance of the such workand the amount payable to him in respect thereof and he shall only beentitled to be paid the amount so certified. In the event of either of thecourses referred to in clause (b) or (c) being adopted and the cost of the workexecuted departmentally or through a new contractor and other alliedexpenses exceeding the value of such work credited to the contractors theamount of excess shall be deducted from any money due to the contractor, byGovernment under the contract or otherwise howsoever or from his securitydeposit or the sale proceeds thereof provided, however the contractor shallhave no claim against Government even if the certified value of the workdone departmentally or through a new contractor exceeds the certified cost ofsuch work and allied expenses, provided always that whichever of the threecourses mentioned in clauses (a), (b) or (c) is adopted by the ExecutiveEngineer, the contractor shall have no claim to compensation for any losssustained by him by reason of his having purchased or procured anymaterials, or entered into any engagements or made any advance on accountof or with a view to the execution of the work or the performance of thecontract.Clause 4 : If the progress of any particular portion of the work isunsatisfactory the Executive Engineer shall notwithstanding that the generalprogress of the work is in accordance with the conditions mentioned inclause 2, be entitled to take action under clause 3(b) after giving thecontractor 10 day’s notice in writing. The contractor will have no claim forcompensation, for any loss sustained by him owing to such action.Clause 5 : In any case in which any of the powers conferred upon theExecutive Engineer by clauses 3 and 4 hereof shall have become exercisableand the same shall not have been exercised the non-exercise thereof shall notconstitute a waving of any of the conditions hereof and such powers shallnot withstanding be exercisable in the event of any future case of defaultby the contractor for which under any clause hereof he is declared liable topay compensation amounting to the whole of his security deposit and theliability of the contractor for past and future compensation shall remainunaffected. In the event of the Executive Engineer taking action under subclause(a) or (c) of clause 3, he may, if he so desires, take possession of all orany tools and plant materials and stores in or upon the work of the sitethereof or belonging to the contractor, or procured by him and intended to beContractor No. of Corrections Executive Engineer


(41)used for the execution of the work or any part thereof, paying or allowing forthe same in account at the contract rates, or in the case of contract rates notbeing applicable at current market rates to be certified by the ExecutiveEngineer may, after giving notice in writing to the contractor or his clerk of thework, foreman or other authorised agent require him to remove such tools andplant, materials , or stores from the premises within a time to be specified insuch notice, and in the event of the contractor failing to comply with any suchrequisition, the Executive Engineer may remove them at the contractor’sexpense of sell them by auction or private sale on account of the contractor andat his risk in all respects and the certificate of the Executive Engineer as to theexpense of any such removal and the amount of the proceeds and expense ofany such sale be final and conclusive against the contractor.Clause 6 : If the contractor shall desire an extension of the time for completionof work on the ground of his having been unavoidably hindered in its executionor on any other ground he shall apply in writing to the Executive Engineerbefore the expiration of the period stipulated in the tender or before theexpiration of 30 days from the date on which he was hindered as aforesaid or onwhich the cause for asking for extension occurred, whichever is earlier and theExecutive Engineer, or in the opinion of Superintending Engineer or ChiefEngineer as the case may be if in his opinion there were reasonable grounds forgranting an extension, grant such extension as he thinks necessary or proper.The decision of the Executive Engineer in this matter shall be final.Clause 7 : On the completion of the work the contractor shall be furnished witha certificate by the Executive Engineer (hereinafter called the Engineer-incharge)of such completion: but no such certificate shall be given nor shall thework be considered to be complete until the contractor shall have removed fromthe premises on which the work shall have been executed, all scaffolding,surplus materials and rubbish , and shall have cleaned off, the dirt from allwood work, doors, windows, wall, floor or other parts of any building in oruponwhich the work has been executed or of which he may have hadpossession for the purpose of executing the work, nor until the work shallhave been measured the Engineer-in-charge or where the measurementExtension of timeFinal CertificateContractor No. of Corrections Executive Engineer


(42)have been taken by his subordinates until they have received approval ofthe Engineer-in-charge, the said measurements being binding andconclusive against contractor. If the contractor shall fail to comply with therequirements of this clause as to the removal of scaffolding surplusmaterials and rubbish and cleaning of dirt on or before the date fixed for thecompletion of the work the Engineer-in-charge may at the expense of thecontractor, remove such scaffolding, surplus materials and rubbish, anddispose off the same as he thinks fit and clean off such dirt as aforesaid andthe contractor shall forthwith pay the amount of all expenses so incurred,but shall have no claim in respect of any such scaffolding or surplusmaterials as aforesaid except for any sum actually realised by the salethereof.Payment onintermediatecertificate to beregarded asadvancesPayment at reducedrates on account ofitems of work notaccepted ascompleted, to be atthe discretion of theEngineer-in-chargeClause 8 : No payment shall be made for any work estimated to cost lessthan rupees one thousand till after the whole of work shall have beencompleted and a certificate of completion given. But in the case of worksestimated to cost more than rupees one thousand the contractor shall onsubmitting a monthly bill therefore be entitled to receive paymentproportionate to the part of the work than approved and passed by theEngineer-in-charge , whose certificate of such approval and passing of thesum so payable shall be final and conclusive against the contractor. All suchintermediate payments shall be regarded as payments by way of advanceagainst the final payments only and not as payments for work actually doneand completed and shall not preclude the Engineer-in-charge from requiringany bad, unsound imperfect or unskillful work to be removed or taken awayand reconstructed or re-erected nor shall any such payment be considered asan admission of the due performance of the contract or any part thereof inany respect or the occurring of any claim nor shall it conclude, determine oreffect in any other way the powers of the Engineer-in-charge as to the finalsettlement and adjustment of the accounts or otherwise, or in any other wayvary or effect the contract. The final bill shall be submitted by thecontractor within one month of the date fixed for the completion of thework, otherwise the Engineer-in-charge’s certificate of the measurementsand of the total amount payable for the work shall be final and binding onall parties.Clause 9 : The rates for several items of work estimated to cost more thanRs. 1000 agreed to within , shall be valid only when the item concerned isaccepted as having been completed fully in accordance with the sanctionedspecifications. In cases where the items of work are not accepted as socompleted by the Engineer-in-charge may make payment on account ofsuch items at such reduced rates as he may consider reasonable in thepreparation of the final or on account bills.Contractor No. of Corrections Executive Engineer


(43)Clause 10 : A bill shall be submitted by the contractor in each month orbefore the date fixed by the Engineer-in-charge for all work executed in theprevious month, and the Engineer-in-charge shall take or cause to be taken therequisite measurement for the purpose of having the same verified and theclaim, so far as it is admissible, shall be adjusted, if possible, within ten daysfrom the presentation of the bill. If the contractor does not submit the billwithin the time fixed as aforesaid, the Engineer-in-charge may depute asubordinate to measure up the said work in the presence of the contractor orhis duly authorised agent whose countersignature to the measurement listshall be sufficient warrant , and Engineer-in-charge may prepare a bill fromsuch list which shall be binding on the contractor in all respects.Clause 11 : The contractor shall submit all bills on the printed forms to behad on application at the office of the Engineer-in-charge. The charges to bemade in the bills shall always be entered at the rates specified in the tender orin the case of any extra work ordered in pursuance of these conditions, andnot mentioned or provided for in the tender at the rates hereinafter providedfor such work.Clause 12 : If the specification or estimate of the work provides for the useof any special description of material to be supplied from the store of theDept. store or if it is required that the contractor shall use certain stores to beprovided by the Engineer-in-charge. (such material and stores and the pricesto be charged therefor as hereinafter mentioned being so far as practicable forthe convenience of the contractor but not so as in any way to control themeaning or effect of this contract specified in the schedule or memorandumhereto annexed) the contractor shall be supplied with such materials andstores as may be required from time to time to be used by him for the purposeof the contract only, and the value of the full quantity of the materials andstores so supplied shall be set off or deducted from any sums then due, orthereafter to become due to the contractor under the contract, or otherwise, orfrom security deposits or proceeds of sale therefore if the security deposit isheld in Government securities, the same or a sufficient portion thereof shall inthat case be sold for the purpose All materials supplied to the contractor shallremain the absolute property of Government and shall on no account beremoved from the site of the work, and shall at all times be open forinspection by the Engineer-in-charge. Any such materials unused and inperfectly good condition at the time of completion or termination of thecontract shall be returned to the Department store of the Engineer-in-chargeso requires by a notice in writing given under his hand but the contractorshall not be entitled to return any such materials except with consent of theEngineer-in-charge and he shall have no claim for compensation on accountof any such material supplied to him as aforesaid but remaining unused byhim or for any wastage in or damage to any such materials.Bill to besubmittedmonthlyBills to be onprinted formStores suppliedby GovernmentContractor No. of Corrections Executive Engineer


(44)Clause 12(A) : All stores of controlled materials such as cement, steel, etc.,supplied to the contractor by Government should be kept by the contractorunder lock and key and will be accessible for inspection by the ExecutiveEngineer or his agent at all the times.Works to beexecuted inaccordance withspecifications,drawings, orders,etc.Alterations inspecifications anddesigns not toinvalidate contracts.Rates for works notentered in estimatesfor schedule of rateof the contractClause 13 : The contractor shall execute the whole and every part of thework in the most substantial and workmanlike manner, and both as regardsmaterials and every other respect in strict accordance with specifications.The contractor shall also conform exactly , fully and faithfully to thedesigns, drawings and instructions in writing relating to the work signed bythe Engineer-in-charge and lodged in his office and to which the contractorshall 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 entitledto received three sets of contract drawings and working drawings as well asone certified copy of the accepted tender alongwith the work order free ofcost. Further copies of contract drawings and working drawing if requiredby him, shall be supplied at the rate of Rs. 100/- per set of contract drawingsand Rs.300/- per working drawing except where otherwise specified.Clause 14 : The Engineer - in - charge shall have power to make anyalteration in or additions to the original specifications, drawings, design andinstructions that may appear to him to be necessary or advisable during theprogress of the work and the contractor shall be bound to carry out the workin accordance with any instructions in this connection which may be givento him in writing signed by the Engineer - in - charge and such alterationshall not invalidate the contract, and any additional work which thecontractor may be directed to do in the manner above specified as part ofthe work shall be carried out by the contractor on the same conditions inall respects on which he agreed to do the main work, and at the same ratesas are specified in the tender for the main work. And if the additional andaltered work includes any class of work for which no rate is specified inthis contract, then such class of work shall be carried out at the ratesentered in the Schedule of Rates of the Division or at the rates mutuallyagreed upon between the Engineer - in - charge and the contractor ,whichever are lower. If the additional or altered work for which no rate isentered in the schedule of Rates of the Division is ordered to be carried outbefore the rates are agreed upon than the contractor shall within seven daysof the date of receipt by him of the order to carry out the work, inform theEngineer - in - charge of the rate which it is his intention to charge for suchclass of work. And if the Engineer -in-charge does not agree to this rate heshall by notice in writing be at liberty to cancel his order to carry out suchclass of work and arrange to carry out in such manner as he may considerContractor No. of Corrections Executive Engineer


(45)advisable provided always that if the contractor shall commence work orincur any expenditure in regard thereto before the rates shall have beendetermined as lastly herein before mentioned, than in such case he shallonly be entitled to be paid in respect of the work carried out orexpenditure incurred by him prior to the date of determination of the rateas aforesaid according to such rate or rates as shall be fixed by theEngineer-in-charge. In the event of a dispute the decision of theSuperintending Engineer of the Circle will be final.Where, however, the work is to be executed according to the designs,drawings and specifications recommended by the contractor and acceptedby the competent authority the alterations above referred to shall bewithin the scope of such designs, drawings and specifications appendedto the tender.Extension of time inconsequence ofadditions oralterations.The time limit for the completion of the work shall be extended in theproportion that increase in its cost occasioned by alterations or additionsbears to the cost of the original contract work, and the certificate of theEngineer- in - charge as to such proportion shall be conclusive.Clause 15 :(1) If at any time after the execution of the contract documents theEngineer shall for any reason what-so-ever (other than default onthe part of the contractor for which the Government is entitled torescind the contract) desires that the whole or any part of the workspecified in the tender should be suspended for any period or thatthe whole or part of the work should not be carried out, at all heshall give to the contractor a notice in writing of such desire andupon the receipt of such notice the contractor shall forthwithsuspend or stop the work wholly or in part as required, after havingdue regard to the appropriate stage at which the work should bestopped or suspend so as not to cause any damage or injury to thework already done or endanger the safety thereof provided that thedecision of the Engineer as to the stage at which the work or anypart of it could be or could have been safely stopped or suspendedshall be final and conclusive against the contractor. The contractorshall have no claim to any payment or compensation what- soever by reason of or in pursuance of any notice as aforesaid, onaccount of any suspension, stoppage or curtailment except to theextent specified hereinafter.No claim to anypayment orcompensation foralteration in orrestriction of work.Contractor No. of Corrections Executive Engineer


(46)(2) Where the total suspension of work ordered as aforesaid continued for acontinuous period exceeding 90 days the contractor shall be at liberty towithdraw from the contractual obligations under the contract so far as itpertains to the un-executed part of the work by giving a 10 days’ priornotice in writing to the Engineer, within 30 days of the expiry of the saidperiod of 90 days, of such intention and requiring the Engineer to recordthe final measurement of the work already done and to pay final bill.Upon giving such notice the contractor shall be deemed to have beendischarged from his obligations to complete the remaining unexecutedwork under his contract. On receipt of such notice the Engineer shallproceed to complete the measurements and make such payment as maybe finally due to the contractor within a period of 90 days from thereceipt of such notice in respect of the work already done by thecontractor. Such payment shall not in any manner prejudice the right ofthe contractor to any further compensation under the remainingprovisions of this clause.(3) Where the Engineer required to contractor to suspended the work for aperiod in excess of 30 days at any time or 60 days in the aggregate, thecontractor shall be entitled to apply to the Engineer within 30 days of theresumption of work after such suspension for payment of compensationto the extent of pecuniary loss suffered by him in respect of workingmachinery remained idle on the site of on the account of his having andto pay the salary or wages of labour engaged by him during the saidperiod of suspension provided always that the contractor shall not beentitled to any claim in respect of any such working machinery, salary orwages for the first 30 days whether consecutive or in the aggregate orsuch suspension or in respect or any suspension whatsoever occasionedby unsatisfactory work or any other default on his part. The decision ofthe Engineer in this regard shall be final and conclusive against thecontractor.(4) In the event of --( i ) Any total stoppage of work on notice from the Engineer underSub clause (1) in that behalf.(ii )Withdrawal by the contractor from the contractual obligationscomplete the remaining un-executed work under sub-clause (2)on account of continued suspension of work for a periodexceeding 90 daysORContractor No. of Corrections Executive Engineer


(47)(iii)Curtailment in the quantity of item originally tendered onaccount of any alteration, omission on substitution in thespecifications, drawings, designs or instructions underclause 14(1) where such curtailment exceeds 25% inquantity and the value of the quantity curtailed beyond 25per cent at the rates for the item specified in the tender ismore than Rs.5000/-.It shall be open to the contractor, within 90 days from the service of (i)the notice of stoppage of work or (ii) the notice of withdrawal from thecontractual obligations under the contract on account of the continuedsuspension of work or (iii) notice under the clause 14 (1) resulting insuch curtailment to produce to the Engineer satisfactory documentaryevidence that he had purchased or agreed to purchase material for use inthe contracted work, before receipt by him of the notice of stoppage,suspension or curtailment and require the Government to take over onpayment such material at the rates determined by the Engineer, provided,however, such rates shall in no case exceeds the rates at which the samewas acquired by the contractor. The Government shall thereafter takeover the material so offered , provided the quantities offered, are not inexcess of the requirements of the unexecuted work as specified in theaccepted tender and are of quality and specifications approved by theEngineer.Clause 15 (A) : The contractor shall not be entitled to claim anycompensation from Government for the loss suffered by him on accountof delay by Government in the supply of materials entered in Schedule Awhere such delay is caused by(i)Difficulties relating to the supply of railway wagons.No Claim to compensationon account of loss due todelay in supply of materialby Government.(ii)(iii)(iv)Force MajeureAct of God.Act of enemies of the State or any other reasonable cause beyondthe control of Government.In the case of such delay in the supply of materials. Government shallgrant such extension of time for the completion of the work as shallappear to the Executive Engineer to be reasonable in accordance with thecircumstances of the case. The decision of the Executive Engineer as tothe extension of time shall be accepted as final by the contractor.Clause 16 : Under no circumstances whatever shall the contractor beentitled to any compensation from Government on any account unlessthe contractor shall have submitted a claim in writing to the Engineer in -charge within one month of the case of such claim occurring.The limit forunforeseen claimsContractor No. of Corrections Executive Engineer


(48)Action andcompensationpayable incase of badworkPWD Resolution No.CAT-1087/CR-94/Bldg.2 dt. 14.6.89.Work to be opento inspectionContractor orresponsible agentto be presentClause 17 : If at any time before the security deposit or any part thereof isrefunded to the contractor it shall appear to the Engineer-in-charge or hissubordinate in charge of the work , that any work has been executed withunsound, imperfect or unskillful workmanship or with materials of inferiorquality , or that any materials or articles provided by him for the executionof the work are unsound, or of a quality inferior to that contracted for , orare otherwise not in accordance with the contract, it shall be lawful for theEngineer in-charge to intimate this fact in writing to the contractor andthen notwithstanding the fact that the work, materials or articlescomplained of may have been inadvertently passed, certified and paid for,the contractor shall be bound forthwith to rectify, or remove andreconstruct the work so specified in whole or in part, as the case mayrequire or if so required, shall remove the materials or articles so specifiedand provided other proper and suitable materials or articles at his owncharge and cost and in the event of his failing to do so within a period tobe specified by the Engineer-in-charge in the written intimation aforesaid,the contractor shall be liable to pay compensation at the rate of one percenton the amount of the estimate for every day not exceeding 10 days, duringwhich the failure so continues and in the case of any such failure theEngineer-in-charge may rectify or remove and re-execute the work orremove , and replace the materials or articles complained of as the casemay be at the risk and expense in all respects of the contractor. Shouldthe Engineer-in-charge consider that any such inferior work or materials asdescribed above may be accepted or made use of it shall be within hisdiscretion to accept the same at such reduced rated as he may fix therefor.Clause 18 : All works under or in course of execution or executed inpursuance of the contract shall at all times be open to the inspection andsupervision of the Engineer-in-charge and his subordinates, and thecontractor shall at all times during the usual working hours, and at all othertimes at which reasonable notice of the intention of the Engineer-inchargeand his subordinates to visit the work shall have been given to thecontractor, either himself be present to receive orders and instructionsor have responsible agent dully accredited in writing present for thatpurpose. Order given to the contractor’s dully authorised agent shall beconsidered to have the same force and effect as if they had been given tothe contractor himself.Contractor No. of Corrections Executive Engineer


(49)Clause 19 : The contractor shall give not less than five day’s notice inwriting to the Engineer-in-charge or his subordinate in charge of thework before covering up or otherwise placing beyond the reach ofmeasurement any work in order that the same may be measured andcorrect dimensions there of taken before the same is so covered up orplace beyond the reach of measurements and shall not cover up or placebeyond the reach of measurement any work without the consent inwriting of the Engineer-in-charge or his subordinate in charge of thework, and if any work shall be covered up or placed beyond the reach ofmeasurement, without such notice having been given or consentobtained the same shall be uncovered at the contractor’s expenses, andin default thereof no payment or allowance shall be made for suchwork or for the materials with which the same was executed.Clause 20 : if during the period of 24 months from the date ofcompletion as certified by the Engineer-in-charge pursuant to clause-7of the contract or in the opinion of the Executive Engineer, the saidwork is defective in any manner whatsoever, the contractor shallforthwith on receipt of notice in that behalf from the ExecutiveEngineer, duly commence execution and completely carry out at hiscost in every respect all the work that may be necessary for rectifyingand setting right the defects specified therein including dismantling andreconstruction of unsafe portions strictly in accordance with and in themanner prescribed and under the supervision of the Executive Engineer.In the event of the contractor failing or neglecting to commenceexecution of the said rectification work within the period prescribedtherefore in the said notice and / or to complete the same as aforesaid asrequired by the said notice, the Executive Engineer get the sameexecuted and carried out departmentally or by any other agency at therisk on account and at the cost of the contractor. The contractor shallforthwith on demand pay to the Government the amount of such costs,charges and expenses sustained or incurred by the Government ofwhich the certificate of the Executive Engineer shall be final andbinding on the contractor. Such costs, charges and expenses shall bedeemed to be arrears of land revenue and in the event of the contractorfailing or neglecting to pay the same on demand as aforesaid withoutprejudice to any other rights and remedies of the Government, the samemay be recovered from the contractor as arrears of land revenue. TheGovernment shall also be entitled to deduct the same from any amountwhich may then be payable or which may thereafter becomeNotice to be given beforework is covered upContractor liable fordamage done and forimperfectionsPWD Resolution No.CAT-1087/CR-94/ Bldg.2dt. 14.6.89.Contractor No. of Corrections Executive Engineer


(50)Contractor tosupply plant,ladder,scaffolding etc.And is liable fordamages arisingfrom nonprovisions oflights, fencingetc.payable by the Government to the contractor either in respect of the saidwork or any other work whatsoever or from the amount of security depositretained by Government. The defect liability period in particular forwaterproofing treatment (Bldg. works) shall be ten years.Clause 21 : The Contractor shall supply at his own cost all material (exceptsuch special materials if any as may in accordance with the contract, besupplied from the stores), plant, tools, appliances, implements, ladders,cordage, tackle scaffolding and temporary works requisite or proper for theproper execution of the work, whether, in the original altered or substitutedfrom, and whether included in the specification or other documents formingpart of the contract or referred to in these conditions or not and which may benecessary for the purpose of satisfying or complying with the requirements ofthe Engineer-in-charge as to any matter as to which under these conditions heis entitled to be satisfied, or which he is entitled to require together with thecarriage therefore to and from the work. The Contractor shall also supplywithout charge the requisite number of persons with the means and materialsnecessary for the purpose of setting out works and counting, weighing andassisting in the measurements of examination at any time and from time totime of the work or the materials, failing which the same may be provided bythe Engineer-in-charge at the expense of the contractor and the expenses maybe deducted from any money due to the contractor under the contract or fromhis security deposits or the proceeds of sale thereof, or of a sufficient portionthereof. The contractor shall provide all necessary fencing and lights requiredto protect the public from accident and shall also be bound to bear theexpenses of defense of every suit, action or other legal proceedings, that maybe brought by any person for injury sustained owing to neglect of the aboveprecautions, and to pay any damages and cost which may be awarded in anysuch suit action or proceedings to any such person or which may with consentof the contractor be paid for compromising any claim by any such person.List of machinery in contractor's possession and which they propose to use onthe works should be submitted along with the tender.Clause 21 (A) : The contractor shall provide suitable scaffolds and workingplatforms gangways and stairways and shall comply with the followingregulations in connections herewith -(a) Suitable scaffolds shall be provided for workmen for all works thatcannot be safely done from a ladder or by other means.(b) A Scaffold shall not be constructed, taken down or substantially alteredexcept -(i)(ii)under the supervision of a competent and responsible person;andas far as possible by competent workers possessing adequateexperience in this kind of work.Contractor No. of Corrections Executive Engineer


(51)(c)All scaffolds and appliances connected therewith and ladders shall-(i) be of sound material.(ii) be of adequate strength having regard to the loads and strains towhich they will be subjected.(iii) be maintained in proper condition.(d)(e)(f)(g)(h)Scaffolds shall be so constructed that no part thereof can be displaced inconsequence of normal use.Scaffolds shall not be over-loaded and so far as practicable the loadshall be evenly distributed.Before installing lifting gear on scaffolds special precautions shall betaken to ensure the strength and stability of the scaffold.Scaffold shall be periodically inspected by the competent person.Before allowing a scaffold to be used by his workmen the contractorshall, whether the scaffold has been erected by his workmen or not, takesteps to ensure that it complies fully with the regulation here-inspecified.(i) Working platform, gangways stairways shall -(i) be so constructed that no part thereof can sag unduly orunequally.(ii) be so constructed and maintained having regard to the prevailingconditions as to reduce as far as practicable risks of personstripping or slipping.(iii) be kept free from any unnecessary obstruction.(j)In the case of working platform, gangways, working places andstairways at the height exceeding 3 meters(i) every working platform and every gangway shall be closelyboarded unless other adequate measures are taken to ensuresafety.(ii) every working platform and gangway shall have adequate width.(iii) every working platform, gangway, working place and stairwayshall be suitably fenced.Contractor No. of Corrections Executive Engineer


(52)(k)(l)(m)(n)(o)Every opening in the floor of a building or in a working platformshall except for the time and to the extent required to allow theexcess of persons or the transport or shifting of materials beprovided with suitable means to prevent the fall of persons ormaterials.When persons are employed on roof where there is a danger offalling from a height exceeding 3 meters suitable precautions shallbe taken to prevent the fall of persons or materials.Suitable precautions shall be taken to prevent persons being struckby articles which might fall from scaffold or other working places.Safe means of access shall be provided to all working platform andother working places.The contractor(s) will have to make payments to the labourers as perMinimum Wages Act 1948.Clause 21 (B) : The contractor shall comply with the following regulationsas regards the Hoisting Appliances to be used by him.(a) Hoisting machine and tackle, including their attachments,anchorage’s and supports shall -(i) be of good mechanical construction, sound material andadequate strength and free from potent defect,and(ii) be kept in good repair and in good working order.(b)(c)(d)(e)Every rope used in hoisting or lowering materials or as a means ofsuspension shall be of suitable quality and adequate strength andfree from potent defect.Hoisting machine and tackle shall be examined and adequatelytested after erection on the site and before use and be re-examined inposition at intervals to be prescribed by the Government.Every chain, ring, hook, shackle swivel and pulley block used inhoisting or lowering materials or as a means of suspension shall beperiodically examined.Every crane driver or hoisting appliance operator shall be properlyqualified.Contractor No. of Corrections Executive Engineer


(53)(f)(g)(h)(i)(j)(k)(l)(m)No person who is below the age of 21 years shall be in control of anyhoisting machine, including any scaffold which, or give signals to theoperator.In the case of every hoisting machine and of every chain, ring, hook,shackle, swivel pulley block used in hoisting or lowering or as means ofsuspension, the safe working load shall be ascertained by adequatemeans.Every hoisting machine and all gear referred to in presiding regulationshall be marked with the safe working load.In the case of a hoisting machine having a variable safe working load,each safe working load and the conditions under which it is applicableshall be clearly indicated.No part of any hoisting machine or of any gear referred to in regulation(g) above shall be loaded beyond the safe working load except for thepurpose of testing.Motors, gearing transmissions, electric wiring and other dangerous partor hoisting appliances shall be provided with efficient safeguards.Hoisting appliances shall be provided with such means as will reduce tominimum and the risk of the accidental descent of the load.Adequate precaution shall be taken to reduce to a minimum the risk ofany part of a suspended load becoming accidentally displaced.Clause 22 : The contractor shall not set fire to any standing jungle, trees,brushwood or grass without a written permit from the Executive Engineer.When such permit is given, and also in all cases when destroying cut or dug uptrees brushwood, grass etc. by fire, the contractor shall take necessary measureto prevent such fire spreading to or otherwise damaging surrounding property.Measure forprevention offireThe Contractor shall make his own arrangements for drinking water for thelabour employed by him and provide sanitary and other arrangements.Clause 23 : Compensation for all damages done intentionally, orunintentionally by contractor's labour whether in or beyond the limits ofGovernment property including any damage caused by the spreading of firementioned in clause 22 shall be estimated by the Engineer-in-charge or suchother officer as he may appoint and the estimate of the Engineer - in - chargesubject to the decision of the Superintending Engineer on appeal shallbe final and the contractor shall be bound to pay theLiability ofcontractor fordamage donein or outsidework areaContractor No. of Corrections Executive Engineer


(54)amount of the assessed compensation on demand, failing which, thesame will be recovered from the contractor as damages in the mannerprescribed in clause 1 or deducted by the Engineer-in-charge from anysums that may be due or become due from Government to contractorunder this contract or otherwise.The contractor shall bear the expenses of defending any action or otherlegal proceeding that may be brought by any persons for injury sustainedby him owing to neglect of precautions to prevent the spread of fire andhe shall pay any damages and cost that may be awarded by the court inconsequence.Employment offemale labourWork on SundayWork not to besubletContract may berescinded andsecurity depositforfeited forsubletting itwithout approvalor for bribing apublic officer or ifcontractorbecomes insolventSum payable by wayof compensation tobe considered asreasonablecompensationwithout reference toactual lossClause 24 : The Employment of female labours on works in neighborhoodof soldier's barracks should be avoided as far as possible.Clause 25 : No work shall be done on Sunday without the sanction inwriting of the Engineer-in-charge.Clause 26 : The contract shall not be assigned or sublet without thewritten approval of the Engineer-in-charge. And if the contractor shallassign or sublet his contract, or attempt so to do, or become insolvent orcommence any proceeding to get himself adjudicated and insolvent ormake any composition with his creditors, or attempt so to do or if bribe,gratuity, gift, loan, perquisite, reward or advantage, pecuniary orotherwise, shall either directly or indirectly be given, promised or offeredby the contractor or any of his servants or agents to any public officer orperson in the employ of Government in any way relating to his office oremployment, or if any such officer or person shall become in any waydirectly or indirectly interested in the contract, the Engineer-in-chargemay thereupon by notice in writing rescind the contract, and the securitydeposit of the contractor shall thereupon stand forfeited and be absolutelyat the disposal of Government and the same consequences shall ensure asif the contract had been rescinded under Clause 3 hereof and in additionthe contractor shall not be entitled to recover or be paid for any worktherefor actually performed under the contract.Clause 27 : All sums payable by a contractor by way of compensationunder any of these conditions shall be considered as a reasonablecompensation to be applied to the use of Government without reference tothe actual loss or damage sustained, and whether any damage has or hasnot been sustained.Contractor No. of Corrections Executive Engineer


(55)Clause 28 : In the case of tender by partners, any change in theconstitution of a firm shall be forthwith notified by the contractor to theEngineer-in-charge for his information.Clause 29 : All works to be executed under the contract shall beexecuted under the direction and subject to the approval in all respects ofthe Superintending Engineer of the Circle, for the time being, who shallbe entitled to direct at what point or points and in what manner they areto be commenced, and from time to time carried on.Change in theconstitution of a firmto be notified.Direction andcontrol of theSuperintendingEngineer.Clause 30 :(1) Except otherwise specified in the contract and subject to thepowers delegated to him by Government under the Code, rulesthen in force, the decision of the Superintending Engineer of thecircle for the time being shall be final, conclusive, and binding onall parties to the contract upon all questions relating to themeaning of the specifications, designs, drawings and instructionshereinbefore mentioned and as to the quality or workmanship ormaterials used on the work, or as to any other question, claim,right matter, or thing whatsoever, if any way arising out of, orrelating to the contract, designs, drawings, specifications,estimates, instructions, orders, or these conditions, or otherwiseconcerning the works, or the execution, or failure to execute thesame, whether arising during the progress of the work, or afterthe completion or abandonment thereof.Direction andcontrol of theSuperintendingEngineer.(2) The Contractor may within thirty days of receipt by him of anyorder passed by the Superintending Engineer of the Circle asaforesaid appeal against it to the Chief Engineer concerned withthe contract, Work or Project provided that(a) The accepted Value of the Contract exceeds Rs. 10.00Lakhs (Rupees Ten Lakhs)(b)Amount of claim is not less than Rs. 1.00 Lakh (RupeesOne lakh)(3) If the contractor is not satisfied with the order passed by theChief Engineer as aforesaid, the contractor may, within thirtydays of receipt by him of any such order, appeal against it to theconcerned Secretary, Public Works Department/IrrigationDepartment who if convinced that prima-facie the contractor'sclaim rejected by Superintending Engineer / Chief Engineer isContractor No. of Corrections Executive Engineer


(56)not frivolous and that there is some substance in the claim of thecontractor as would merit a detailed examination and decision by theStanding Committee shall put up to the Standing Committee atGovernment level for suitable decision. (vide PWD circularNo.CAT/1086/ CR110/Bldg. 2 dt. 7.5.1988)Stores of Europeanor Americanmanufacture to beobtained fromGovernment.Lumpsums inestimatesAction where nospecificationsClause 31 : The contractor shall obtain from the Departmental stores, allstores and articles of European or American manufacture which may berequired for the work, or any part thereof or in making up any articlesrequired therefor or in connection therewith unless he has obtainedpermission in writing from the Engineer-in-charge to obtain such storesand articles elsewhere. The value of such stores and articles as may besupplied to the contractor by the Engineer-in-charge will be debited to thecontractor in his account at the rates shown in the schedule, in Form Aattached to the contract and if they are not entered in the said schedule,they shall be debited to him at cost price which for the purpose of thiscontract shall include the cost of carriage and other expenses whatsoeverwhich shall have been incurred in obtaining delivery of the same at thestores aforesaid.Clause 32 : When the estimate on which a tender is made includes lumpsums in respect of parts of the work the contractor shall be entitled topayment in respect of the items of work involved or the part of the workin question at the same rates as are payable under this contract for eachitem, or if the part of work in question is not in the opinion of theEngineer-in-charge capable of measurement, the Engineer-in-charge mayas his discretion pay the lump sum amount entered in the estimate and thecertificate in writing of the Engineer-in-charge shall be final andconclusive against the contractor with regard to any sum or sums payableto him under the provision of this clause.Clause 33 : In the case of any class of work for which there is no suchspecification as is mentioned in rule 1 such work shall be carried out inaccordance with the specifications, and in the event of there being nospecification, then in such case the work shall be carried out in allrespects in accordance with all instructions and requirements of theEngineer-in-charge.Definition of work Clause 34 : The expression 'work' or 'works' where used in theseconditions shall unless there be something in the subject or contextrepugnant to such construction, be constituted to mean the work or workscontracted to be executed under or in virtue of the contract, whethertemporary or payment and whether original altered substituted oradditional.Contractor No. of Corrections Executive Engineer


(57)Clause 35 : The percentage referred to in the tender shall be deductedfrom/added to the gross amount of the bill before deducting the value ofany stock issued.Clause 36 :. All quarry fees, royalties, octroi dues and ground rent forstacking materials, if any, shall be paid by the contractor.Contractor's percentagewhether applied to net orgross amount of bill.Refund of quarry fees androyalties.(Govt. P.W.D. resolutionNo.Misc.02/05/(291)/Bldg.2 dt. 11.9.2003)Clause 37 : The contractor shall be responsible for and shall pay anycompensation to his workmen payable under the Workman'sCompensation Act 1923 (VIII of 1923) (hereinafter called the said Act)for injuries caused to the workmen. If such compensation is payablepaid by the Government as principal under Sub-section (1) of section 12of the said Act on behalf of the contractor, it shall be recoverable byGovernment from the contractor under sub-section (2) of the saidsection. Such compensation shall be recovered in the manner laid downin Clause 1 above.Compensation underWorkmen'sCompensation ActClause 37 (A) : The contractor shall be responsible for and shall pay theexpenses of providing medical aid to any workmen who may suffer abodily injury as a result of an accident. If such expenses are incurred byGovernment the same shall be recoverable from the contractor forthwithand be deducted without prejudice to any other remedy of Governmentfrom any amount due or that may become due to the contractor.Clause 37 (B) : The Contractor shall provide all necessary personalsafety equipment and first aid apparatus available for the use of personsemployed on the site and shall maintain the same in condition suitablefor immediate use at any time and shall comply with the followingregulations in connection therewith.(a)(b)(c)The workers shall be required to use the equipment so provided bythe contractor and the contractor shall take adequate steps toensure proper use of the equipment by those concerned.When work is carried on in proximity to any place where there is arisk or drawing all necessary equipment shall be provided and keptready for use and all necessary steps shall be taken for the promptrescue of any person in danger.Adequate provision shall be made for prompt first-aid treatment ofall injuries likely to be sustained during the course of the work.Contractor No. of Corrections Executive Engineer


(58)Clause 37 (C) : The contractor shall duly comply with the provisions of'The Apprentices Act, 1961' (III of 1961 of 1961) the rules made thereunder 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 toall the liabilities and penalties provided by the said Act and said Rules.Claim for quantities Clause 38 :entered in thetender or estimates(1) Quantities shown in the tender are approximate and no claim shallbe entertained for quantities of work executed being either more orless than those entered in the tender or estimate.(2) Quantities in respect of the several items shown in the tendered rateshall be permitted in respect of any of the items so long as, subjectto any special provision contained in the specifications prescribinga different percentage of permissible variation the quantity of theitem does not exceed the tender quantity by more than 25 percentand so long as the value of the excess quantity beyond this limit atthe rate of the item 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 subclause (1) hereof on the same conditions as and in accordance withthe specifications in the tender and at the rate (i) derived from therates entered in the current schedule of rates and in the absence ofsuch rates, (ii) at rate prevailing in the market, the said rates beingincreased or decreased as the case may be by the percentage whichthe total tendered amount bears to the estimated cost of the work asput to tender based upon the schedule of rates applicable to the yearin which the tenders were invited. (For the purpose of operation ofthis clause, the cost shall be worked out based on D.S.R. ofMumbai (P.W.) Circle prevailing at the time of acceptance oftender.(4) Claims arising out of reduction in the tendered quantity of any itembeyond 25 percent will be governed by the provision of clause 15only when the amount of such reduction beyond 25 percent at therate of the item specified in the tender is more than Rs. 5,000/-.(This clause is not applicable for extra item)Contractor No. of Corrections Executive Engineer


(59)Clause 39 : The contractor shall employ any famine, convict or otherlabour of a particular kind or class if ordered in writing to do so by theEngineer-in-charge.Clause 40 : No compensation shall be allowed for any delay caused inthe starting of the work on account of acquisition of land or in the case ofclearance works, on account of any delay in according to sanction ofestimates.Clause 41 : No Compensation shall be allowed for any delay in theexecution of the work on account of water, standing in borrow pits orcompartments. The rates are inclusive for hard or cracked soilexcavation in mud sub-soil, water standing in borrow pits and no claimfor an extra rate shall be entertained unless otherwise expresslyspecified.Clause 42 : The contractor shall not enter upon or commence anyportion of work except with the written authority and instructions ofEngineer-in-charge or his subordinates incharge of the work. Failingsuch authority the contractor shall have no claim to ask formeasurements of or payment for work.Clause 43 :(i) No contractor shall employ any person who is under the age of 18years.(ii)(iii)(iv)No contractor shall employ donkeys or other animals withbreaching of string or thin rope. The breaching must be leastthree inches wide and should be of tape (Newer).No animal suffering from sores, lameness or emaciation or whichis immature shall be employed on the work.The Engineer-in-charge or his Agent is authorised to removefrom the work any person or animal found working which doesnot satisfy these conditions and no responsibility shall beaccepted by Government for any delay caused in the completionof the work by such removal.Employment offamine labour etc.Claim forcompensationfor starting ofwork.Claim forcompensationfor delay inexecution ofwork.Entering upon orcommencing anyportion of work.Minimum age ofperson employed,the employment ofdonkeys and or otheranimals and thepayment of fairwagesContractor No. of Corrections Executive Engineer


(60)(v)(vi)The Contractor shall pay fair and reasonable wages to the workmenemployed by him, in the contract undertaken by him in the event ofany dispute arising between the contractor and his workmen on theground that the wages paid are not fair and reasonable, the disputeshall be referred without delay to the Executive Engineer who shalldecide the same. The decision of the Executive Engineer shall beconclusive and binding on the contractor but such decision shall notin any way affect the conditions in the contract regarding thepayment to be made by Government at the sanctioned tender rates.Contractor shall provide drinking water facilities to the workers.Similar amenities shall be provided to the workers engaged on largework in urban areas.(vii) Contractor to take precaution against accidents which takes placeon account of labour using loose garments while working nearmachinery.Method of payment.Acceptance ofconditionscompulsory beforetendering the workEmployment toscarcity labour.Clause 44 : Payment to contractors shall be made by cheque drawn onany treasury within the division convenient to them provided the amountexceeds Rs. 10/- Amount not exceeding Rs. 10/- will be paid in cash.Clause 45 : Any contractor who does not accept these conditions shallnot be allowed to tender for works.Clause 46 : If Government declares a state of scarcity or famine to existin any village situated within 10 miles of the work, the contractor shallemploy upon such parts of the work, as are suitable for unskilled labour,any person certified to him by the Executive Engineer, or be any personto whom the Executive Engineer may have delegated this duty in writingto be in need of relief and shall be bound to pay to such person wages notbelow the minimum which Government may have fixed in this behalf.Any disputes which may arise in connection with the implementation ofthis clause shall be decided by the Executive Engineer whose decisionshall be final and binding on the contractor.Clause 47 : The price quoted by the contractors shall not in any caseexceed the control price, if any, fixed by Govt. or reasonable price whichit is permissible for him to charge a private purchaser for the same classand description, the controlled price or price permissible under Hoardingand Profiteering Ordinances, 1948 as amended from time to time, if theprice quoted exceeds the controlled price or the price permissibleContractor No. of Corrections Executive Engineer


(61)under Hoarding and Profiteering Prevention Ordinance, the contractorwill specifically mention this fact in his tender along with the reasons forquoting such higher prices. The purchaser at his discretion will in suchcase exercise the right of revising the price at any stage so as to conformwith the controlled price on the permissible under the Hoarding andProfiteering Prevention Ordinance. This discretion will be exercisedwithout prejudice to any other action that may be taken against thecontractor.Clause 47 (A) : The tendered rates shall be inclusive of all taxes, ratesand cesses and are also be inclusive of the leviable tax in respect ofWork Contract under the provision of the Maharashtra Sales Tax ontransfer of property in goods involved in the execution of work contractAct, 1985 (Maharashtra Act No. XIX 1986). Similarly the tendered ratesshall be inclusive of Service Tax (Notice No. 9/97 service tax dt.30.7.1997)Clause 48 : The tender rates are inclusive of all taxes, rates, casses andare also inclusive of the leviable tax in respect of sale by transfer ofproperty in goods involved in the execution of a work contract under theprovision of Rule 58 of Maharashtra Value Added Tax Act 2005, for thepurpose of levy of Tax.Clause 49 : In case of materials that may remain surplus with thecontractor from those issued for the work contracted for, the date ofascertainment of the materials being surplus will be taken as the date ofsale for the purpose of sales tax and the sales tax will be recovered onsuch sale.Clause 50 :The contractor shall employ the unskilled labour to be employed by himon the said work only from locally available labours and shall givepreference to those persons enrolled under Maharashtra GovernmentEmployment and Self Employment Department's Scheme.Provided, however, that if the required unskilled labours are notavailable locally, the contractor shall in the first instance employ suchnumber persons as is available and thereafter may with previouspermission, in writing of the Executive Engineer, in charge of the saidwork, obtain the rest of requirement of unskilled the labour from outsidethe above scheme.Clause 51 : Wages to be paid to the skilled and unskilled labourersengaged by the Contractor.The contractor shall pay the labourers (skilled and unskilled) accordingto the wages prescribed by the Minimum Wages Act of 1948 applicableto the area in which the work of the contract is located.Maharashtra ValueAdded Tax Act 2005(VAT)PWD Circular No.BDG-2005/ CR-324/Bldg.2 dated 3.3.2006Contractor No. of Corrections Executive Engineer


(62)The contractor shall comply with provisions of Apprentice Act 1961, andthe rules and orders issued there-under from time to time, if he fails to doso, his failure will be breach of contract and the Superintending Engineermay at his discretion cancel the contract. The Contractor shall also beliable for any pecuniary liability arising on account of any violation byhim of the Provisions of Act.The contractor shall pay labourer, skilled and unskilled according toprescribed wages by Minimum Wages Act applicable to the area inwhich work of the contractor is in progress.The contractor to take precautions against accidents which take place onaccount of labour using loose garments while working machinery.Clause 52 : All amounts whatsoever which the contractor is liable to payto the Government in connection with the execution of the work includingthe amount payable in respect of (i) materials and or storessupplied/issued hereunder by the Government to the contractor (ii) hirecharges in respect of heavy plant, machinery and equipment given on hireby the Government to the contractor for execution by him of the workand / or on which advances have been given by the Government to thecontractor shall be deemed to be arrears of the Land Revenue and theGovernment may without prejudice to any other rights and remedies ofthe Government recover the same from the contractor as arrears of landrevenue.P.W.Dept.No.CAT/1284(120)/Building-2 dt.14.8.85Clause 53 : The contractor shall duly comply with all the provisions ofthe Contract Labour (Regulation and Abolition) Act, 1970 (37 of 1970)and the Maharashtra Contract Labour (Regulation and Abolition) Rules,1971 as amended from time to time and all other relevant statutes andstatutory provisions concerning payment of wages particularly toworkmen employed by the contractor and working on the site of thework. In particular the contractor shall pay wages to each workeremployed by him on the site of the work at the rates prescribed under theMaharashtra Contract Labour (Regulation and Abolition) Rules 1971. Ifthe contractor fails or neglects to pay wages at the said rates or makesshort payment and the Government makes such payment of wages in fullor part thereof less paid by the contractor as the case may be, the amountso paid by the Government to such workers shall be deemed to be arrearsof Land Revenue and the Government shall be entitled to recover thesame as such from the contractor or deduct same from the amountpayable by the Government to the contractor hereunder or from any otheramount/s payable to him by the Government.Contractor No. of Corrections Executive Engineer


(63)Clause 54 : The contractor shall engage apprentices such as brick layer,Carpenter, Wireman, Plumber, as well as black-smith recommended bythe State Apprentice ship Advisor, Director of Technical Education,Dhobi Talao, Mumbai - 400 001 in the construction work.(As per Govt. in Education Deptt's. No. TSA/5170/T/5689 dt. 7.7.72)Clause 55 : Government of Maharashtra P.W.D. Resolution No.CAT/1086/CR/243 K/Bldg.32 dt. 11.8.1987A) The anti-malaria and other health measures shall be taken asdirected by the Joint Director (Malaria and Fileria) of HealthServices, Pune.B) Contractor shall see that mosquitogenic conditions are not createdso as to keep vector population to minimum level.C) Contractor shall carry out anti-malaria measures in the area as perguidelines prescribed under National Malaria EradicationProgramme and as directed by Joint Director (Malaria and Fileria)of Health Services, Pune.D) In case of default in carrying out prescribed anti-malaria measuresresulting in increase in malaria incidence, contractor shall be liableto pay Government the amount spent by Government on antimalariameasures to control the situation in addition to fine.Conditions formalaria eradication,Anti Malaria andother healthmeasures.E) Relations with Public AuthoritiesThe contractor shall make sufficient arrangements for drainingaway the sullage water as well as water coming from the bathingand washing places and shall dispose of this water in such way asnot to cause any nuisance. He shall also keep the premise clean byemploying sufficient number of sweepers.The contractor shall comply with all rules, regulations, bye-lawsand directions given from time to time by any local or publicauthority in connection with this work and shall pay fees chargeswhich are leviable on him without any extra cost to Government.(Government of Maharashtra P.W.D. Resolution No. CAT-1086/CR/243/D-Bldg. 2 dated 11.9.1987.)Contractor No. of Corrections Executive Engineer


(64)Contractor No. of Corrections Executive Engineer


(65)NAME OF WORK : MOW to New Council Hall Building at Mumbai– Additional and Alterations and StructuralRepairs to New Council Hall Building atMumbai"SCHEDULE - A"Schedule showing (approximately) materials to be supplied from the Public Works Stores forthe work contracted to be executed and preliminary and ancillary works and the rates atwhich they are to be charged for.Sr.No.Particulars Quantity Unit Rate at which the material willbe charged to contractorIn FiguresIn WordsPlace ofdelivery------------------------------------ NIL ------------------------------------Conditions of Schedule 'A' attached separatelyNote:- 1. Material such as steel, cement required for work shall be brought by the contractor.2. Certified that the rate entered in Schedule “A” is not less that D.S.R. / Estimatedrate.Contractor No. of Corrections Executive Engineer


(66)Contractor No. of Corrections Executive Engineer


(67)6. ADDITIONAL CONDITIONS FOR MATERIALS(CEMENT, MILD STEEL, H.Y.S.D./TMT BARS, ETC)BROUGHT BY CONTRACTOR1. The materials such as Steel, Cement etc. required for execution of work shall bebrought by contractor at his own cost.2. The contractor shall maintain the record of these materials (Cement, Steel) in theprescribed proforma and registers as directed by Engineer in charge. The sample ofprescribed proforma is attached at the end (Page No. 137 to 140 These registers shallbe signed by both contractors and representative of Engineer in charge. These registersshall be made available for inspection, verification for the department as and whenrequired. These registers shall be in the custody of department and shall bemaintained by the department.3. The material required only for this work shall be kept in the godown at site. Nomaterial shall be shifted out side of the godown except for the work for which thisagreement 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 accompaniedwith the necessary company / Manufacturing firm’s test certificates. In additionthese material shall be tested as per frequency prescribed by the department andthe cost of such testing shall be borne by the contractor. If the test results aresatisfactory, then and then only the material shall be allowed to be used on thework. If the test results are not as per standards, these materials shall beimmediately removed from the work site at contractor’s cost. In case of cement ifso requested by the contractor in writing, material will be allowed to be usedbefore receipt of test results but this will be entirely at the risk and cost of thecontractor.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 forstoring of above materials at work site at contractors cost having double lockarrangements (By Double lock it is meant that godown shall always be locked bytwo locks, one lock being owned and operated by Contractor & other by Engineerin charge or his authorised representative and the door shall be openable only afterboth locks are opened.)7. If required, the weighment of cement bags / steel etc. brought by the contractorshall be carried out by the contractor at his own cost.8. The contractor shall not use cement and other material for the item ot be executedoutside the scope of this contract except for such ancillary small item as areconnected and absolutely necessary for execution of this work as may be decidedby the Engineer in charge.Contractor No. of Corrections Executive Engineer


(68)9. The Government shall not be responsible for the loss in cement, steel etc duringtransit to work site. The cement brought by the contractor at the work site storeshall mean 50 kg. Equivalent to 0.0347 cubic meter per bag by weight. The ratequoted should correspond to this method of reckoning in case of ordinary /controlled concrete, if cement is found short the shortage / shortage will be madegood by the contractor at his cost.10. The Contractor shall produce sufficient documentary evidence i.e. Bill for thepurchase, Octroi receipt, etc. for the purchase of the material brought on the worksite at once if requested by the department.11. INDEMNITY :The condition regarding indemnity as defined on page 79 At Sr. No. 8.6 willapply in case of material brought by contractor at the site for the execution of thework being executed under this contract.12. In case the materials brought by the contractor become surplus owing to thechange in the design of the work, the materials should be taken back by thecontractor 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 gotapproved from Engineer-in-charge. Sufficient stock considering likely used andits shelf life of products shall be procured. Procurement of polymer shall beintimated to Deptt. for record and verification. Register of stock and its day today to consumption shall be maintained jointly. The register of stock and its dayto day consumption shall be maintained jointly. The register shall be maintainedin form 1,2, and 3 for consumption of polymer.Contractor No. of Corrections Executive Engineer


(69)7. ADDITIONAL GENERAL CONDITIONS.1. COMPETANCY OF TENDER :The work will be awarded only to those contractors who are considered to besubstantially responsive bidders, capable of performing the class of work to becompleted. Before passing the final award any or all bidders may have to show thatthey have the necessary experience, facilities, ability and financial resources toexecute 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 workand include all costs due to labour, all leads and lifts involved and if furthernecessitated, scaffolding plant, supervision, service works, power, royalties, octroitaxes etc. and to include all to cover the cost of lighting on night work if any andround the clock work as and when required and no claim for additional paymentbeyond the prices or rates quoted will be entertained and the tenderers shall not beentitled subsequently to make any claim on the ground of any representation or on anypromise by any person (whether member in the employment of any Public WorksDepartment or not ) or on the ground of any failure on his part to obtain all necessaryinformation for the purpose of making his tender and fixing the several prices andrates therein relieve him from any risks or liabilities arising out of the tender.3. ERASER :Persons tendering are informed that no erasers of any alterations by them in the text ofthe documents set herewith will be allowed and any such eraser or an alteration willbe disregarded. If there is any error in writing, no overwriting should be done but thewrong words or figures should be struck out and the correct one written above or nearit in an unambiguous way. Such correction should be initialed and dated.4. ACCEPTANCE :Intimation of acceptance of tender will be given by a telegram or a letter sent byRegistered Post to the address given below the signature of the tenderer in the tenders.The tenders which do not fulfill any of the above conditions or those in the form andwhich are incomplete in any respect shall be liable for rejection.Contractor No. of Corrections Executive Engineer


(70)5. PRECAUTIONS TO BE TAKEN BY THE CONTRACTOR TO PREVENTACCIDENT :i) No live electric lines should be allowed to run along the ground in the blasting zoneand 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 bepreferably shot firing cable as supplied by the supplier of explosives. If such a cableis not available a substitute cable recommended by the explosive suppliers shouldonly be used. Under no circumstances should cable made up of several pieces jointedand tapped be used.iii) The blasting shed from where the exploder is to finally operated should be at least 150metre away from the area to be blasted. It should have a strong roof which can withstand the impact of flying stones at this range.iv)Only trained hands should be allowed to handle explosives, cable detonators etc.6.1 CONTRACTOR TO INFORM HIMSELF FULLY :The contractors shall be deemed to have carefully examined the work and siteconditions including labour, the general and special conditions, the specifications,schedules and drawings and shall be deemed to have visited the site of the work andto have fully informed himself regarding the local conditions and carried out his owninvestigations to arrive at the rates quoted in the tender. In this regard, he will begiven necessary information to the best of the knowledge of Department but withoutany guarantee about it.If he shall have any doubt as to the meaning of any portion of these general conditionsor the special condition, to the scope of working of the specifications and drawings orany other matter concerning the contract, he shall in good time, before submitting histender, set forth the particulars thereof and submit them to the Engineer in writing inorder that such doubts may be clarified authoritatively before tendering. Once atender is submitted, the matter will be decided in accordance with tender conditions inthe absence of such authentic pre-clarification.Contractor No. of Corrections Executive Engineer


(71)6.2 ERROR, OMISSIONS AND DISCREPANCIES :(A)In case of errors, omissions and /or disagreement between written and scaleddimensions in the drawing or between the drawings and specifications etc., Thefollowing order of preference shall apply.(I) Between actual scaled and written dimensions or descriptions on a drawing,the latter shall be adopted.(II) Between the written or shown description of dimensions in the drawing andcorresponding one in the specifications, the latter shall apply.(III) Between the quantities shown in schedule of quantities and those arrived atfrom the drawings, the latter shall be preferred.(B)In all cases of omission and / or doubts of discrepancies in the dimensions ordescription of any item or specifications, a reference shall be made to the Engineer,whose elucidation, elaboration or decision shall be considered as authentic. Thecontractor shall be held responsible for any errors that may occur in the work throughlack of such reference and precaution.6.3 WORKING METHODS AND PROGRESS SCHEDULES :(a)The Contractor shall submit within the time stipulated by the Engineer-in-charge inwriting the details of actual methods that would be adopted by the Contractor for theexecution of any item as required by Engineer at each of the location, supported bynecessary detailed drawing and sketches including those of the plant and machinerythat would be used, their locations, arrangement for conveying and handling materialsetc. and obtain prior approval of the Engineer-in-charge well in advance of starting ofsuch item of work. The Engineer-in-charge reserves the right to suggest modificationsor make corrections in the method proposed by the contractor, whether acceptedpreviously or not, at any stage of the work to obtain the desired accuracy, quality andprogress which shall be binding on the contractor. No claim on account of suchchange in method of execution will be entertained by Government so long asspecifications of the item remain unaltered. The full responsibility for the safety andadequacy of the methods adopted by the contractor shall however, rest on thecontractor, irrespective of any approved given by the Engineer.Contractor No. of Corrections Executive Engineer


(72)In case of slippage from the approved work programme at any stage, the contractorshall furnish revised programme to make up the slippage within the stipulated timeschedule and obtain the approval of the Engineer to the revised programme.(b)(c)PROGRESS SCHEDULEThe Contractor shall furnish within the period stipulated in writing by the Engineerin-chargeof the order to start the work, progress schedule using PERT/CPMtechnique in quadruplicate indicating the date of actual start, the monthly progressexpected to be achieved and anticipated completion date of each major item of workto be done by him, also indicating and setting up materials, plants and machinery. Theschedule is to be such as is practicable of achievement towards the completion of thewhole work in the time limit and of the particular items, if any on the due datespecified in the contract and shall have the approval of the Engineer-in-charge. Norevised schedule shall be operative without such acceptance in writing. The Engineeris further empowered to ask for more detailed schedule or schedules in weekly form,for any item or items, in any case of urgency of work as will be directed by him andthe contractor shall supply the same as and when asked for.The Contractor shall employ sufficient plant, equipment and labour as may benecessary to maintain the progress schedule. The working and shift hours restricted toone shift a day for operations to be done under the Government supervision shall besuch as may be approved by the Engineer-in-charge. They shall not be varied withoutthe prior approval of the Engineer. Night work requiring supervision shall not bepermitted expect when specifically allowed by Engineer on each item, if requested byContractor. The Contractor shall provide necessary lighting arrangements etc. fornight work as directed by the Engineer without extra cost to Government.Further, the contractor shall submit the progress of work in prescribed forms andcharts etc. at periodical intervals, as may be specified by the Engineer-in-charge.Schedule shall be in the form of progress charts, forms, progress statement and/orreports as may be approved by the Engineer. The contractor shall maintain proforma,charts, details regarding machinery, equipment, labour, materials, personnel etc. asmay be specified by the Engineer and submit periodical returns thereof as may bespecified by the Engineer-in-charge.Contractor No. of Corrections Executive Engineer


(73)(d) CONSTRUCTION EQUIPMENT AND LOCATION :The Contractor shall be required to give a trial run of the equipment’s for establishing,their capability to achieve the laid down specifications and tolerance to thesatisfaction of the Engineer before commencement of the work. All equipmentprovided shall be of proven efficiency and shall be operated and maintained at alltimes, in a manner acceptable to the Engineer and no equipment or personnel will beremoved from site without permission of the Engineer .6.4 TREASURE TROVE :In the event of discovery by the Contractor or his employees, during the progress ofthe works of any treasure, fossils, minerals or any other articles or value of interest,the Contractor shall give immediate intimation thereof to the Engineer such treasureof things which shall be the property of the Government.6.5 QUARRIES :6.5.1 The Contractor (s) shall have to arrange himself / themselves to procure thequarry. However necessary assistance without any extra cost to Government will berendered by the Department for procuring the quarries if required by the Contractor.6.5.2 The quarrying operation shall be carried out by the Contractor with proper equipmentsuch as compressor, jack-hammers, drill bits, explosives etc. and sufficient numbersof 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 therules and regulations already laid down or that may be laid down from time to time by theGovernment . Any cost incurred by the Government due to noncompliance of any rulesor regulations or due to damages by the Contractor shall be the responsibility of theContractor. The Engineer-in-charge or his representative shall be given full facility bythe 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 theworking records and storage are all in accordance with the relevant rules. The Engineerin-chargeor his representative shall at any times be allowed to inspect the work, buildingand equipment at the quarters.Contractor No. of Corrections Executive Engineer


(74)6.5.4 The Contractor shall maintain at his own cost the books, registers etc. required to bemaintained under the relevant rules and regulations and as directed by the Engineerin-charge.These books shall be open for inspection at all times by the Engineer-inchargeor his representative and the Contractor shall furnish the copies or extract ofbooks or registers as and when required.6.5.5 All quarrying operations shall be carried out by the Contractor in organized andexpeditious manner, systematically and with proper planning. The Contractor shallengage licensed blasters and adopt electric blasting and / or any other approvedmethod which would ensure complete safety to all the men engaged in the quarry andits surroundings. The Contractor shall himself provide suitable magazines and arrangeto procure and store explosives etc. as required under the rules at his own cost. Thedesigns and the location of the magazine shall be got approved in advance from theChief Inspector of Explosives and the Rules and Regulations in this connection as laiddown by the Chief Inspector of Explosives from time to time shall be strictly adheredto by the Contractor. It is generally experienced that it takes time to obtain thenecessary license for blasting and license for storage of materials from the concernedauthorities. The Contractor must therefore, take timely advance action for procuringall such licenses so that the work progress may not be hampered.6.5.6 The approaches to the quarrying place from the existing public roads shall have to bearranged by the Contractor at his own cost and the approaches shall be maintained bythe Contractor at his own cost till the work is over.6.5.7 The Quarrying operations shall be carried out by the Contractor to the entiresatisfaction of the Engineer-in-charge and the development of the quarry shall bemade efficiently so as to avoid wastage of stones. Only such stones as are of therequired quality shall be used on the work. Any stone which is in the opinion of theEngineer-in-charge , not in accordance with the specifications or of required qualitywill be rejected at any time, at the quarry or at the site of work. The rejected stonesshall not be used on the work and such rejected materials shall be removed to theplace shown at the Contractor's cost.Contractor No. of Corrections Executive Engineer


(75)6.5.8 Since all stones quarried from Government quarry (if made available) by theContractor 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 andare not allowed to be taken away for any other works. All such surplus quarriedmaterials not required for work under this contract shall be the property of theGovernment and shall be handed over by the Contractor to the Government free ofcost at the quarry site duly heaped at the spots indicated by the Engineer-in-charge .6.5.9 Quarrying permission will have to be directly obtained by the Contractor, from theCollector of the District concerned for which purpose the Department will rendernecessary assistance. All quarry fees, royalty charges, Octroi duties, ground rent forstaking material etc. if any to be paid, shall be paid directly by the contractor as perprevailing rules in force.6.5.10 The Contractor will be permitted to erect structures such as stores, office, huts forthe labours at his own risk and cost at the quarry site, if suitable vacant space inGovernment area is available for the purpose at places approved by the Engineer-incharge. On completion of the work the Contractor shall remove all the structures erectedby him and restore the site to its original condition.6.5.11 The Contractor shall not use any land in the quarry for cultivation or for any otherpurpose except, that required for breaking or stacking or transporting stones.6.6 COLLECTION OF MATERIALS :-(I)Where suitable and approved P.W. Department's quarries exist the Contractor or pieceworker will be allowed if otherwise there is no objection to obtain the materials to theextent required for the work from the quarry. He will be, however, liable to paycompensation, if any damage caused to the quarry either deliberately or throughnegligence or for wastage of materials by himself or his staff or labour. The Contractorshall pay necessary royalty in advance and claim refund according to rules, if admissibleand shall submit detailed accounts of materials quarried as directed.Contractor No. of Corrections Executive Engineer


(76)(II)Where no suitable P.W. Department's quarries exist or when the quantity of the materialrequired cannot be obtained from a P.W. Department quarry, the Contractor or pieceworker shall make his own arrangements to obtain the material from existing or a newquarry in Government waste land, private land or land belonging to other States orTalukas etc. After opening the quarry but before starting collection, the quarry shall begot approved from the Engineer-in-charge or his representatives. The Contractor or pieceworker shall pay all royally charges, compensation etc. No claims or responsibility onaccount of any of obstructions caused to execution of the work by difficulties arising outof private owners of the land will be entertained.(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 unsuitablematerial, dewatering, quarry, cost of blasting powder and fuse, lift and lead, repairs toexisting cart tracks, making new cart tracks, control charges, Central/StateGovernment or Municipal Taxes, etc.(IV)(V)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 ofconveyance charges in respect of the leads and lifts. No claims on account of changesin lead will be entertained.No material shall be removed from the land within the road boundary or from the landtouching it without the written permission of the Engineer-in-charge or his authorisedagent. If any material is unauthorisely obtained from such places, the Contractor orpiece worker shall have to make good the damages and pay such compensation, inaddition as may be decided by the Executive Engineer and will have to stop furthercollection.(VI) Any material that falls on any P.W.D. Road from the cart etc. during conveyance shallbe immediately picked up and removed by the Contractor or piece worker, failingwhich it will be got removed departmentally at his cost. No heap shall be left prior tostacking even temporarily on the road surface or in any way so as to cause anyobstruction or danger to the traffic. The Contractor or the piece worker shall be liableto pay for any claims of compensation etc. arising out of any accident, etc. Any suchContractor No. of Corrections Executive Engineer


(77)materials causing obstruction or danger etc. will be got removed departmentally at hiscost and no claim for any loss or damage to the material, thus removed will beentertained. 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 theDepartment and shall attend to any complaints which may be received.(VII) The materials shall not be stacked in place where it is liable to be damaged or lost dueto traffic passing over it, to be washed away by rain or floods, to be buried under theland slides etc. or the slip down an embankment or hill side etc. No claims for anyloss due to these and similar causes will be entertained.(VIII) Before stacking, the materials shall be free from all earth, rubbish, vegetable matterand other extraneous substance and in the case of metal, screened to gauge if sodirected when ready. It shall be stacked entirely clear of the road way on groundwhich 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 bestacked with the permission of the Engineer-in-charge on terms in such a way as tocause 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 0.60metre or such other size as may be directed by the Engineer-in-charge and allbut one stack in 200 metres shall be of the same uniform size and shall beuniformly distributed over whole lengths. One stack (at the end) in each 200metres may be of length different from the rest in order to adjust total quantityto be required but its width and height will be the same as those of the rest.(X)The Engineer in charge or his authorised representative shall supply theContractor with statement showing 200 metres wise quantities that will berequired and the order in which the collection is to be done. No materials inexcess of requirements in that 200 metres shall be stacked. Any excessquantity shall be removed at the expense of the Contractor or piece worker towhere it is required before the material in that 200 metres is finally measured.Contractor No. of Corrections Executive Engineer


(XI)(78)All materials shall be examined and measured before it is spread. The labourfor measurements (and check measurements wherever carried out) shall besupplied by the Contractor or piece worker. Immediately after themeasurements are recorded, the stacks shall be marked by the contractor orpiece worker by white wash or otherwise as may be directed by the ExecutiveEngineer to prevent from any possibility of the same material being measuredand recorded over again and to prevent any unauthorized tampering with thestacks. If the contractor or the piece worker fails to attend the measurements ofmaterials after receiving the notice from the Sub Divisional Officer or hissubordinate stating date and time of the intention to measure the work, thesame shall be measured nevertheless and no complaint in this respect will beentertained later-on. If the contractor or piece worker fails to supply sufficientlabour or the materials required at the time measurements or checkmeasurements, after due notice has been given to him, the expenses incurred onaccount of employing departmental labour or material etc. shall be chargedagainst his account.6.7 AGENT AND WORK ORDER BOOKS :-The contractor shall himself engaged an authorised all time agent on the workcapable of managing and guiding the work and understand the specifications and contractcondition. A qualified and experienced, Engineer shall be employed by the contractor ashis agent for technical matters in case the Engineer-in-charge considers this as essentialfor the work and so directs contractors. He will take orders as will be given by theExecutive Engineer or his representative and shall be responsible for carrying them out.This agent shall not be changed without prior intimation to the Executive Engineerand his representative on the work site. The Engineer-in-charge have theunquestionable right to ask for change in the quality and strength of contractor’ssupervisory staff and to order removal from work of any of such staff. The contractorshall comply with such orders and effect replacements to the satisfaction of theEngineer-in-charge.Contractor No. of Corrections Executive Engineer


(79)A work order book shall be maintained on site and it shall be the property of theGovernment and the contractor shall promptly sign orders given therein by theExecutive Engineer or his representative and his superior officers and comply withthem. The compliance shall be reported by the Contractor to the Engineer in goodtime so that it can be checked. The blank work order with machine numbered pageswill be provided by the Department free of charge for this purpose. The contractorwill be allowed to copy out instructions therein from time to time. The order issued bythe Government in P.W. Department from time to time regarding Constructionprocedure shall be binding on the contractor in addition to the specifications containedin P.W.D. hand book Volume I and II and book of standard specification of P.W.Department and the specifications enumerated above.6.8 INITIAL MEASUREMENTS FOR RECORD:-Where for proper measurement of work, it is necessary to have initial set of levels orother measurements taken, the same as recorded in the authorised field book ormeasurement book of Government by the Engineer or his authorised representativewill be signed by the Contractor who will be entitled to have a true copy of the samemade at his cost. Any failure on the part of the Contractor to get such levels etc.recorded before starting the work will render him liable to accept the decision of theEngineer as to the basis of taking measurements. Like-wise the Contractor will notcover any work which will render its subsequent measurements difficult or impossiblewithout first getting the same jointly measured by himself and the authorisedrepresentative of the Executive Engineer. The record of such measurements on theGovernment side will be signed by the Contractor and he will be entitled to have atrue copy of the same made at his cost.6.9 HANDING OVER OF WORK :-All the works and materials before finally taken over by Government it will be theentire liability of the Contractor to guard, maintain and make good any damage of anymagnitude. Interim payments made for such work will not alter this position. Thehanding over by the Contractor and taking over by the Executive Engineer or hisauthorised representative will be always in writing copies of which will go to theExecutive Engineer or his authorised representative and the Contractor. It is however,understood that before taking over such work, Government will not put it into regularuse as distinct from casual or incidental one, expect as specifically mentionedelsewhere in this contract, or as mutually agreed to.Contractor No. of Corrections Executive Engineer


(80)6.10 ASSISTANCE IN PROCURING PRIORITIES, PERMITS ETC :The Engineer on a written request by Contractor will, if in his opinion the request isreasonable and in the interest of work and its progress, assist the Contractor insecuring, the priorities for deliveries, transport, permits for controlled materials etc.where such are needed. The Department will not however be responsible for the nonavailabilityof such facilities or delays on this behalf and no claims on account of suchfailure of delays shall be allowed by the Department.The Contractor shall have to make his own arrangement for machinery required forthe work. However if the same is conveniently available with the Department it maybe spared as per the rules in force on recovery of necessary Security Deposit and rentat the rate approved from time to time by the independent agreement to this contractand the supply or non supply of machinery shall not form a ground for any claim orextension of time for this work.7. SAMPLES AND TESTING OF MATERIALS :i) All materials to be used on work, such as cement, lime, aggregates, stone, asphalt, etc.shall be got approved in advance from the Engineer-in-charge and shall pass the testsand analysis required by him, which will be :a) as specified in the specifications of the items concerned and / orb) Red bookc) as specified by the Indian Road Congress Standard Specification and code ofpractice for Road and Bridges ord) I.S.I. Specifications (whichever and wherever applicable ) ore) As per M.O.R.T. & H specifications for Roads and Bridges latest edition Section900 quality control for road work.f) Such recognized specifications acceptable to the Engineer-in-charge as equivalentthere to or in the absence of such authorised specificationsg) Such requirements test and/or analysis as may be specified by the Engineer-inchargein the order of procedure given above.Contractor No. of Corrections Executive Engineer


(81)ii)iii)iv)The Contractor shall at his risk and cost make all arrangement and/or shall provide forall such facilities as the Engineer-in-charge may require for collecting, preparingrequired number of samples for test or analysis at such time and to such places as maybe directed by Engineer and bear all such charges, such samples shall also bedeposited with Engineer-in-charge .The Contractor shall as and when required submit at his cost the samples of materialsto be tested or analyzed and if, so directed, shall not make use of or incorporate in thework any material represented by the samples until the required test or analysis havebeen made and after the test of the materials, finally accepted by the Engineer-inchargeThe contractor shall not be eligible for any claim or compensation either rising out ofany delay in the work or due to any corrective measure required to be taken onaccount of and as a result of testing of the materials.v) The contractor or his authorised representative will be allowed to remain present inthe Department laboratory which testing the samples furnished by him. However theresults of all the tests carried out in the Departmental laboratory whether in thepresence or in absence of the contractor or his authorised representative will bebinding on the contractor.vi)Quality Control Tests :- The contractor shall at his own cost set up Laboratory at siteof work to carry out the testing of materials which are to be used for the work. Thislaboratory shall be approved by the Engineer-in-charge. The testing shall be done asper frequencies mentioned in the specification/additional specification of each item ofSchedule 'B'. The 30% of the test included in Annexure 'A' (On Page No. 103) shallbe carried out in Vigilance and Quality Control Laboratory at the cost of contractorand 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 andsite laboratory. The frequency of testing of construction materials is mentioned inAnnexure-B on Page No. 103 to 104.Contractor No. of Corrections Executive Engineer


(82)vii)viii)ix)In case of material procured by the contractor, testing as required by the Codes andSpecifications shall be arranged by him at his own cost. Testing shall be done in thepresence of authorized representative of the Engineer in charge, at the nearestapproved laboratory. If additional testing other than as required by specification isordered, the testing charges, shall be borne by the Department, in case the test resultsare satisfactory and by the contractor if the same are not satisfactory.In case of materials specified by the Government, if the contractor demands certaintesting, the charges thereof shall be paid by the contractor if the testing results aresatisfactory and the Department if the same are not satisfactory.Contractor shall have testing machinery/apparatus in his possession as mentioned onPage 103.7.1 QUALITY CONTROL ON WORKS AND MATERIALS :The Contractor shall be responsible for the quality of the work in the entireconstruction work within the contract. He shall, therefore, have his own independentand adequate set up for ensuring the same. This shall include establishing fieldlaboratory for testing required for works. The laboratory shall be equipped with theequipment’s and apparatus required for the testing. The list of variousequipment’s/apparatus is enclosed on Page 103 for information and guidance of theContractor. These equipment’s shall be in working condition. The Engineer incharge of the work will verify these equipment’s in the laboratory at site. The workshall not be started unless and until the laboratory is equipped with equipment’s. (Ref.Page 103).7.2 CO-ORDINATION :When several agencies for different sub-works of the project are to worksimultaneously on the project site, there must be full coordination between thecontractors to ensure timely completion of the whole project smoothly. The scheduleddates for completion specified in each contract shall therefore, be strictly adhered to.Each contractor may make his independent arrangements for water, power, housingetc. if they so desire. On the other hand the Contractor are at liberty to come to mutualagreement in this behalf and make joint arrangements with the approval of theEngineer . No Contractor shall take or cause to be taken any steps or action that maycause, distruption, discontent, or disturbance of work, labour or arrangement etc. ofContractor No. of Corrections Executive Engineer


(83)the contractor in the project localities. Any action by any Contractor which theEngineer in his unquestioned discretion may consider as infringement of the abovecode, would be considered as a breach of the contract conditions and shall be dealtwithaccordingly.In case of any dispute of disagreement between the Contractors, the Engineer’sdecision regarding the co-ordination, co-operation and facilities to be provided by anyof the Contractor shall be final and binding on the contractors concerned and such adecision shall not vitiate any contract nor absolve the Contractor of his obligationsunder the contract nor consider from the grounds for any claim or compensation.7.3 TEMPORARY QUARTER AND SITE OFFICEI) The Contractor shall at his own expense maintain sufficient experienced supervisorystaff etc. required for the work and shall make his own arrangements for housing suchstaff with all necessary amenities. General layout plan for such structures shall be gotapproved from the Engineer-in-charge. It will be the responsibility of the Contractorto get his lay out plan of temporary structure approved from the local competentauthority.II)The contractor shall provide furnish, maintain and remove on completion of the work;a suitable office on the work site for the use of Executive Engineer or hisrepresentative. The covered area exclusive of verandah should not be less than 40.00sqm. It may have brick walls and asbestos or corrugated iron roof, paved floor shouldbe 45 cm. above ground level. He should provide latrines, urinals and keep them cleandaily. This will be supposed to be included in his offer.7.4 PATENTED DEVICES, MATERIALS AND PROCESSES :When the Contractor desires to use any designed device, materials or process coveredby letter of patent or copy right, the right for such use should be secured by suitablelegal arrangement and agreement with patent owner and a copy of their agreementshall be filed with the Engineer-in-charge if so desired by the latter.Contractor No. of Corrections Executive Engineer


(84)7.5 WATER SUPPLY :Availability of adequate water for works and sources thereof shall be confirmedby the Contractor before submitting the tender.The Contractor shall make his own arrangements at his own cost for entering intocontract with concerned authorities for obtaining the connection and carry the waterupto the work site as required by him. The location of the pipe line with respect to theroad shall be decided by Engineer-in-charge and shall be binding on the Contractor.The Contractor is advised to provide water storage tank of adequate capacity totake care of possible shutdown of water supply system.The Contractor shall have to supply water required by the Department for itsestablishment at work site. The water consumed by the Department will be metered. Forproviding 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 therates of 125% of the recurring costs or actually charged to him by concerned authoritiesand 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 forobtaining or providing electric supply at work site.Electrical supply for the Departments use at work site shall be provided by thecontractor. No charges would be payable by the Department.8. SAFETY MEASURES AND AMENITIES :8.1 SAFETY MEASURES :The Contractor shall take all necessary precautions for the safety of the workersand preserving their health while working on such job as require special protection andprecautions wherever required. The following are some of the requirements listed,through not exhaustive. The contractor shall also comply with the directions issued by theEngineer in this behalf from time to time and at all times.Contractor No. of Corrections Executive Engineer


(85)(i)Providing protective foot-wear to workers, in situations like mixing and placing ofmortar or concrete, in quarries and place where the work is to be done under toomuch wet conditions as also for movements over surfaces infected with oyster growthetc.(ii)Providing protective head wear to workers, working in quarries etc. to protect themagainst accidental fall of materials from above.(iii)Taking such normal precautions like providing hand rails to the edges of the floatingplatform or barges, not allowing nails or metal parts or useless timber to spread aroundetc.8.2 AMENITIES :(I)Supporting workmen with proper belts, ropes etc. when working on any masts, cranes,grabs, hoist, dredger etc.(ii)Taking necessary steps towards training the workers concerned of the use of machinerybefore they are allowed to handle it independently and taking all necessary precautions inand around the areas where machines, hoists and similar units are working.(iii)Avoiding bare live-wires etc. as would electrocute workers.(iv)Making all platforms, stagings and temporary structures sufficiently strong and notcausing the workmen and supervisory staff to take undue risks.(v)Providing sufficient first aid trained staff and equipment to be available quickly at thework site to render immediate first aid treatment in case of accidents due tosuffocation, drowning and other injuries.(vi)Providing full length gum boots, leather hand gloves, leather jackets with fireproofaprons to cover the chest and black reaching upto knees plain goggles for the eyes to thelabour working with hot asphalt handling vibrators in cement concrete and also where useof any or all these items is, essential in the interest of health and well being of thelabourers in the opinion of the Engineer.Contractor No. of Corrections Executive Engineer


(86)8.3 EXPLOSIVE :The Contractor shall at his own expense construct and maintain proper magazines, if suchare required for the storage of explosives for use in connection with the work and suchmagazines, being situated constructed and maintained in accordance with the GovernmentRules applicable in that behalf. The Contractor shall at his own expenses obtain suchlicense or licenses as may be necessary for storing and using explosives. Notwithstandingthat the location etc. or storage of explosives are approved by the Engineer , theGovernment , shall not bear any responsibility whatsoever in connection with the storageand use of explosives on the site or any accident or occurrence what -so-ever inconnection, therewith, all operations of the Contractor in or for which explosivesemployed being at the risk of contractor and upon his sole responsibility and theContractor hereby gives to Government an absolute indemnity in respect thereof.8.4 DAMAGE BY FLOODS OR ACCIDENTS :-The contractor shall take all precautions against damage by floods or from accidentetc. No compensation will be allowed to the Contractor on this account or forcorrecting and repairing any such damage to the work during construction TheContractor shall be liable to make good at his cost any plant or materials belonging tothe Government lost or damaged by floods or from any other cause while is in hischarge.8.5 RELATION WITH PUBLIC AUTHORITIES:The Contractor shall comply with all rules, regulations, bye-laws and directions givenfrom time to time by any local or public authority in connection with this work andshall himself pay all charges which are leviable on him without any extra cost to theGovernment .POLICE PROTECTION:For the Special Protection of camp of the Contractor's works, the Department willhelp the Contractor as far as possible to arrange for such protection with theconcerned authorities, if so required by the contractor in writing. The full cost of suchprotection shall be borne by the Contractor .Contractor No. of Corrections Executive Engineer


(87)8.6 INDEMNITY:The Contractor shall indemnify the Government against all actions, suits, claims anddemands brought or made against it in respect of anything done of committed to bedone by the contractor in execution of or in connection with the work of this contractand against any loss or damage to the Government in consequence to any action orsuit being brought against the Contractor for anything done or committed to be doneduring the execution of this contract.The Government may at its discretion and entirely at the cost of the contractor defendsuch suit, either jointly with the Contractor or single in case the latter chooses not todefend the case.8.7 EDICAL AND SANITARY ARRANGEMENTS TO BE PROVIDED FORLABOUR EMPLOYED IN THE CONSTRUCTION BY THE CONTRACTORa) The Contractor shall provide an adequate supply of pure and wholesome water for theuse of labourers on work and in camps.b) The Contractor shall construct trench or semipermanent latrines for the use of theLabours. Separate latrines shall be provided for men and women.c) The Contractor shall build sufficient number of huts on a suitable plot of land for useof the labourers according to the following specifications :-1. Huts with Bamboo’s and Grass may be constructed.2. A good site not liable to submergence shall be selected on high ground remotefrom jungle but well provided with tress, shall be chosen wherever it is available. Theneighborhood of tank, jungle, trees or wood should be particularly avoided, Campsshould not be established close to large cutting of earth work.3. The lines of huts shall have open space of atleast ten metres between rows. Whena good natural site cannot be procured, particular attention should be given to thedrainage.4. There should be no over crowding. Floor space at the rate of 3 Sq. metre per headshall be provided. Care should be taken to see that the huts are kept clean and in goodorder.Contractor No. of Corrections Executive Engineer


(88)5. The Contractor must find his own land and if he wants Government land, heshould apply for it. Assessment for it, if demanded will be payable by Contractor.However the Department does not bind itself for making available the required land.a) The Contractor shall construct a sufficient number of bathing places, Washingplaces should also be provided for the purpose of washing cloths.b) The Contractor shall engage a Medical Officer with a travelling dispensary fora Camp containing 500 or more persons if there is no Government or other privatedispensary situated with 8 Kms. from the camp. In case of emergency the Contractorshall arrange a this cost of transport for quick medical help to his sick worker.c) The Contractor shall provide the necessary staff for effecting satisfactoryconservancy and cleanliness of the camp to the satisfaction of the Engineer-in-charge.Atleast one sweeper per 200 persons should be engaged.d) The Assistant Director of Public Health shall be consulted before opening alabour camp and his instruction on matters such as water supply, sanitaryconveniences, the camp site accommodation and food supply shall be followed by theContractor.e) The Contractor shall make arrangements for all antimalarial measures toprovided for the labours employed on the work. The antimalarial measures shall beprovided as directed by the Assistant Director of Public Health.f) The anti-malaria and other health measures shall be as directed by the Joint-Director (Malaria and Filaria) Health Services, Pune.g) Contractor shall see that mosquitogenic condition are not created so as to keepvector populations to minimum level.h) Contractor shall carry out anti-malaria measures in the area as per guidelinesprescribed under National Malaria Eradication Programme and as directed by theJoint Director, (M & F) of Health Services Pune.Contractor No. of Corrections Executive Engineer


(89)i) In case of default in carrying out prescribed antimalaria measures resulting inincrease in Malaria incidence, contractor shall be liable to pay to Government theamount spent by Government on anti-malaria measure to control the situation inaddition to fine.j) The Contractor shall make sufficient arrangements for draining away thesurface and sullage water as well as water coming from the bathing and washingplaces and shall dispose off this waste water in such way as not to cause anynuisance. He shall also keep the premise clean by employing sufficient number ofsweepers.k) The Contractor shall comply with all rules, regulation bye-law and directionsgiven from time to time by any local or public authority in connection with this workand shall pay fees or charges which are leviable on him without any extra cost toGovernment.l) In addition to above all provisions of the relevant labour act pertaining to basicamenities to be provided to the labourer shall be applicable which will be arranged bythe Contractor.9. MISCELLANEOUS :9.1 For providing electric wiring or water lines ete. recesses shall be provided if necessarythrough walls, slabs, beams etc. and later on refilled it with bricks or stones, chippingcement mortar without any extra cost.9.2 In case it becomes necessary for the due fulfillment of contract for the Contractor tooccupy land outside the Department limits, the Contractor will have to make his ownarrangements with the land owners and pay such rents, if any, are payable as mutuallyagreed between them.9.3 The Contractor shall duly comply with the provision of the Apprentices Act 1961 (iiiof 1961) and the rules and orders made thereunder from time to time under the saidRules and on his failure or neglect to do so he shall be subject to all the liabilities andpenalties provided by the said Act and Rules.Contractor No. of Corrections Executive Engineer


(90)9.4 It is presumed that the Contractor has gone carefully through the StandardSpecification (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 atrates quoted by him. The special provisions and detailed specification of wording ofany item shall gain precedence over the corresponding contrary provisions (if any) inthe standard specification given without reproducing the details in contract. Decisionof 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 thiscontract 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, thedecision 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 toprevent deterioration or inclusion of foreign materials and to ensure the preservationof the quantity, properties and fitness of the work. Suitable precautions shall be takenby Contractor to protect the materials against atmospheric action fire and otherhazards. The materials likely to be carried away by wind shall be stored in suitablestores or with suitable barricades and where there is likelihood of subsidence of soil,heavy materials shall be stored on paved platforms. Suitable separating barricadesand enclosure as directed shall be provided to separate materials brought by contractorand from different sources of supply.10. DEFINITIONS :Unless excluding by or repugnant to the context :-a) The expression "Government" as used in the tender documents shall mean thePublic Works Department of the Government of Maharashtra.b) The expression "The Chief Engineer" as used anywhere in the tender papersshall mean officer for the time being of the Government of Maharashtra who isdesignated as such.c) The expression "Superintending Engineer" as used in the tender papers shallmean the officer of Superintending Engineer rank (by whatever designation he may beknown) under whose control the work lies for the time being.d) The expression “Engineer” or “Engineer-In-Charge” as used in the tenderpapers shall mean the Executive Engineer-in-charge of the work.Contractor No. of Corrections Executive Engineer


(91)e) The expression "Contractor" as used in the tender papers shall mean thesuccessful tenderer that is the tenderer whose tender has been accepted, and who hasbeen authorised to proceed with the work.f) The expression "Contract" as used in the tender papers shall mean the deed ofcontract together with or its original accompaniment and those later incorporated in itby mutual consent.g) The expression "Plant" as used in the tender papers shall mean very temporaryand necessary means necessary or considered necessary by the Engineer to execute,construct, complete and maintain the works and used in altered, modified, substitutedand additional works ordered in the time and in the manner herein provided and alltemporary materials and special and other articles of appliances of every sort, kindand description whatsoever intended or used therefor.h) The expression “Department” as used in the tender papers shall means PublicWorks Department of Government of Maharashtra.i) The “Accepting authority” shall mean the officer competent to accept thetender.j) The “Site” shall mean the land and/or other places where the work is to beexecuted under the contract including any other land or places which may be allottedby the Government or use for the purpose of contract.11. TESTING ETC. :The Contractor shall be responsible for the quality of the work in the entireconstruction work within the contract. He shall, therefore, have his own independentand adequate setup for ensuring the same. This shall include establishing fieldlaboratory for testing required for concrete works.12. AUTHORITIES OF THE ENGINEER IN CHARGE :Save in so far as it is legally or physically impossible the Contractor shall execute,complete and maintain the works in strict accordance with the contract under thedirections and to the entire satisfaction of the Engineer in charge and shall comply withand adhere strictly to the Engineer-in-charge’s instructions and directions on any matter(Whether mentioned in the contract or not) pertaining to this works.Contractor No. of Corrections Executive Engineer


(92)The Engineer in charge shall decide all questions which may arise as to qualityand acceptability of materials furnished and work executed, manner of execution, rate ofprogress of the works, interpretation of the plans and specifications and acceptability offulfillment of the contract on the part of the Contractor . He shall determine the amountand quantity of work performed and materials furnished and his decision shall be final. Inall such matters, and in any technical questions which may arise touching the contract, hisdecision shall be binding on the Contractor.The Engineer in charge shall have the power to enforce such decisions and orders ifthe Contractor fails to carry them out promptly. If the Contractor fails to execute thework ordered by the Engineer-in-charge . The Engineer in charge may give notice toContractor specifying a reasonable period therein and on the expiry of that periodproceed to execute such work as may be deemed necessary and recover the cost thereof from the Contractor.12.1 AUTHORITIES OF THE ENGINEER-IN-CHARGE'S REPRESENTATIVEThe duties of the representative of the Engineer-in-charge are to watch andsupervise the work and to test and examine any material to be used for workmanshipemployed in connection with the works.12.2 The Engineer-in-charge may from time to time, in writing delegate to hisrepresentative any of the powers and authorities vested in the Engineer-in-charge andshall furnish to the Contractor a copy of all such delegations of powers andauthorities. Any written instruction or approval given by the representative of theEngineer-in-charge to the Contractor within the terms of such delegations (but nototherwise) shall bind the Contractor and the Department as though it had been givenby the Engineer-in-charge , provided always as follows.a) Failure of the representative of the Engineer-in-charge to disapprove any workor material shall not prejudice the power of the Engineer-in-charge there afterto disapprove such work or materials and to order to pulling down, removal orbreaking up thereof.Contractor No. of Corrections Executive Engineer


(93)b) If the Contractor is dissatisfied with any decision of the Representative of theEngineer-in-charge he shall be entitle to refer the matter to the Engineer-incharge,who shall there upon confirm/reverse or vary such decision.13. LAY OUT OF WORK :Layout of the work will be done by the Contractor in consultation with the ExecutiveEngineer of the Department or his representative, some permanent marks shouldhowever be established to indicate the demarcation of the structure or any componentthere of made to this permanent marks in measurement books and drawing signed bythe contractor and the departmental officer, Responsibility regarding layout will bejoint.14. SETTING OUT14.1 BUILDING WORKS :-The Engineer-in-charge shall furnish the contractor with only the four corners of theworks site and a level bench mark and the contractor shall set out the works and shallprovide an efficient staff for the purpose and shall be solely responsible for theaccuracy 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 necessaryprecautions to prevent their removal or disturbance and shall be responsible for theconsequence of such removal or disturbance, should the same take place and for theirefficient and timely reinstatement. The contractor shall also be responsible for themaintenance of all existing survey marks, boundary marks distance marks and centerline marks, either existing or supplied and fixed by the contractor. The work shall beset out to the satisfaction of the Engineer-in-charge. The approval thereof or joiningwith the contractor by the Engineer-in-charge in setting out the work, shall not relivethe contractor of any of his responsibilities.Before beginning the work, the contractor shall at his own cost provide all necessaryreference and level posts, pegs, bamboos, flags, ranging rods, strings and other materialsfor proper layout of the work in accordance with the scheme for bearingContractor No. of Corrections Executive Engineer


(94)marks acceptable to the Engineer-in-charge. The center, longitudinal or face lines andcross lines shall be marked by means of small masonry pillars. Each pillar shall havedistinct mark at the center to enable the theodolite to be set over it. No work shall bestarted until all these ponts are checked and approved by the Engineer-in-charge inwriting 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, forthe proper checking of layout and inspection of the points during construction.Pillars bearing geodetic marks located at the sites of units of works under constructionshould be protected and fenced by the contractor.On completion of works, the contractor must submit the geodetic documents according towhich the work was carried out.14.2 RESPONSIBILITIES FOR LEVEL AND ALIGNMENT :-The contractor shall be entirely and exclusively responsible for the horizontal andvertical alignment, the levels and correctness of every part of the work and shallrectify effectually any errors or imperfections therein, such rectifications shall becarried out by the contractor, at his own cost, when instructions are issued to thateffect by the Engineer in charge.15. LEVELING INSTRUMENTS :-If measurements of items of the work are based on volumetric measurementscalculated from levels taken before and after the construction of the item, a large numberof leveling staves, tapes etc. will have to be kept available by the contractor at the site ofthe work for this purpose. Lack of the such leveling staves, tapes etc. in requirednumbers may case delay in measurements and the work. The contractor will havetherefore to keep sufficient numbers of these instruments readily available at site and ingood working condition.Contractor No. of Corrections Executive Engineer


(95)16. STACKING AND STORAGE AND GUARDING OF MATERIALS :16.1 The stacking and storage of material at site shall be in such a manner as to preventdeterioration 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 Contractorto protect the materials against atmospheric action, fire and other hazards. The materialslikely to be carried away by wind shall be stored in suitable stores or with suitablebarricades and where there is likely hood of subsidence of soil, heavy materials shall bestored on paved platforms.Suitable separating barricades and enclosures as directed shall be provided to separatematerials brought by Contractor and materials issued by Government to Contractor underSchedule "A" Same applies for the material obtained from different sources of supply.16.2 The Contractor shall at his own expense engage watchman for guarding the materialsand plant and machinery and the work during day and night against any pilferage ordamage and also for prohibiting trespassers.16.3 No materials brought to the site shall be removed from the site without the priorapproval of the Engineer-in-charge.17. INSPECTION OF WORKS17.1 The Contractor shall inform the Engineer-in-charge in writing when any portion of thework is ready for inspection giving him sufficient notice to enable him to inspect thesame without affecting the further progress of the work.17.2 The Contractor shall provide at his cost necessary ladders and such arrangementsas are considered safe by the Engineer-in-charge for proper inspection of all parts of thework.17.3 Contractor shall extend his full co-operation and make all necessary arrangementswhen needed for carrying out inspection of the work or any part of the work by the localrepresentatives, M.L.As, M.Ps and officers and dignitories / delegates of variousGovernment departments, local bodies, private sectors etc. No compensation shall be paidto the contractor on this account.Contractor No. of Corrections Executive Engineer


(96)17.4 The work shall be carried out by the Contractor without causing damage to theexisting Government property and / or private property. If any such damage arecaused, the Contractor shall pay for restoration of the property to the originalconditions, and any other consequent damages.17.5 In the event of the occurrence of an accident involving serious injuries or death ofany person, at site of work or quarry or at any place in connection with the work the sameshall be reported in writing within twenty four hours of the occurrence to the Engineer-inchargeand Commissioner of Workmen's compensation.17.6 The Contractor after completion of work shall clean the site of all debris andremove all unused materials other than those supplied by the department and all plant andmachinery, equipment, tools etc. belonging to him within one month form the date ofcompletion of the work, or otherwise the same will be removed by the department at hiscost or disposed off as per departmental procedure. In case the material is disposed off bythe department, the sale proceeds will be credited to the Contractor’s account afterdeducting the cost of sale incurred. However, no claim of Contractor regarding the priceor amount credited will entertained afterwards.17.7 All constructional plant, provided by the Contractor shall when brought on to the sitebe deemed to be exclusively intended for the construction and the contractor shall notremove the same or any part thereof (save for the purpose of moving it from one partof the site to another) without the consent in writing of the Engineer-in-charge whoshall record the reasons for withholding the consent.18. RESTRICTIONS BECAUSE OF LOCAL TRAFFIC:As there is local traffic by the side of construction during construction for the bilding, theContractor will have to take proper precautions such as proper barricading, fencing,lighting, information and cautionary boards for safe and smooth flow of traffic, andkeeping the concerned authorities informed about the work in progress.Contractor No. of Corrections Executive Engineer


(97)19. COMPLETION CERTIFICATE :19.1 The work shall not be considered to have been completed in accordance with the terms ofthe contract until the Engineer-in-charge shall have certified in writing to that effect. Noapproval of material or workmanship or approval of part of work during the progress ofexecution shall bind the Engineer-in-charge or in any way prevent him from evenrejecting the work which is claimed to be complete and to suspend the issue of hiscertificate of completion until such alteration and modifications or reconstruction havebeen effected at the cost of the Contractor as shall enable him to certify that the work hasbeen completed to his satisfaction.19.2 After the work is completed the Contractor shall give notice of such completion to theEngineer-in-charge and within 30 days of receipt of such a notice the Engineer-in-chargeshall inspect the work and if there is no defect in the work shall furnish the Contractorwith a certificate indicating the date of completion. However, if there are any defectswhich in the opinion of the Engineer-in-charge are rectifiable he shall inform theContractor the defects noticed. The Contractor after rectification of such defects shallthen inform the Engineer-in-charge and Engineer-in-charge on his part shall inspect thework and issue the necessary completion certificate within 30 days if , the defects arerectified to his satisfaction, and if not, he shall inform the Contractor indicating defectsyet to be rectified. The time cycle as above, shall continue.19.3 In case defects noticed by the Engineer-in-charge which in his opinion are not rectifiablebut otherwise work is acceptable at reduced payment, work shall be treated as completed.In such cases completion certificate shall be issued by the Engineer-in-charge within 30days indicating the un-rectifiable defects for which reduction in payment is being madeby him.19.4 The issued of completion certificate shall not be linked up with the site clearance oncompletion of the work.20. ANCILLARY WORK :The Contractor shall submit to Engineer-in-charge in writing the details of all ancillaryworks including layout and specifications to be followed for its construction. Ancillarywork shall not be taken up in hand unless approved by Engineer-in-charge. TheEngineer-in-charge reserves the right to suggest modifications or make completeContractor No. of Corrections Executive Engineer


(98)changes in the layout and specifications proposed by the Contractor at any stage to ensurethe safety on the work site. The Contractor shall carry out all such modifications to theancillary works at his own expenses as ordered by Engineer-in-charge.21 SPECIAL CONDITIONS:21.1 The Contractor should ensure that all safety precautions are observed by theirlaboures, working closed to the State Highway and while closing the State Highwayprecautions are taken including insurance etc., for their labour at the cost of the contractorand the contractor will bear all the expenses, compensation etc. if any accident occurs tothe labour etc. No claim in this regard on whatsoever account shall be entertained andthis decision of the Department will be final and conclusive.21.2 The Contractor shall observe the rules and regulation imposed by traffic police forsmooth flow of traffic on the diversion road and shall not be entitled for claims anycompensation arising thereof.21.3 In case of delay in handing over the land required for the work, due to unforeseencause, the Contractor shall not be entitled for any compensation what-so-ever form theGovernment 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 themerit of the case.22. REJECTION OF MATERIALS NOT CONFORMING TO SPECIFICATIONS:Any stock or batch of material(s) of which sample(s) does not conform to the prescribedtest and quality, shall be rejected by the Engineer or his representative and such materialsshall be removed from site by the Contractor at his own cost. Such rejected materialsshall not be made acceptable by any modifications.Materials not corresponding in character and Quality with approved samples will berejected by the Engineer or his representative and shall be removed from site at theContractor’s own cost.Contractor No. of Corrections Executive Engineer


(99)23. INSPECTION OF OPERATIONS :The Engineer and any person authorised by him shall at all times have access to theworks and to all workshops and places (including required documents) where work isbeing prepared or from where materials, manufactured articles or machinery are beingobtained for the works and the Contractor shall afford every facility for & everyassistance in or in obtaining the right to such access.24. FIELD LABORATORY :The Contractor shall arrange to provide a well furnished and fully equipped fieldlaboratory which shall be manned by adequately qualified technical staff. Thelaboratory shall preferably be located adjacent to the plant site and shall be providedwith amenities like water supply, electric supply, toilet block etc. The list ofequipment is enclosed on Page No. 103. This shall be considered as incidental towork and no separate payment whatsoever will be made for the same.25. SUPPLY OF COLOURED RECORD PHOTOGRAPHS AND ALBUMS:The Contractor shall arrange to take dated post card size coloured photographs atvarious stages/facts of the work including interesting and novel features of the workas desired by the Engineer-in-charge and supply them in five copies each in separatealbums of appropriate size. He shall also arrange for the Video Filming of importantactivities of the work during the currency of the contract and edit it to a video film of60 to 180 minutes playing time.It shall contain narration of the various activities in English/Marathi by a competentnarrator. The cassette shall be of acceptable quality and the film shall be capable ofproducing color pictures. This shall be considered as incidental to the work and noadditional payment whatsoever will be made for the same.26. SUPPLY OF SAFETY JACKETS TO LABOURERS/SUPERVISORS/ENGINEERSAs a safety measure during the execution of work all labours, construction andsupervisory staff shall be provided with an orange colour jacket in flouroscent blue soas to make them starkly visible from a distance even during evening hours.Contractor No. of Corrections Executive Engineer


(100)27. APPROVAL OF CONSTRUCTION MATERIALS AND CONSTRUCTIONACTIVITIES:Approval of all materials for the work shall be obtained in writing from Engineer-inchargeor his representative before its use in the Project.Before taking up of any construction activity the construction work done earlier shallbe got approved in writing. Any failure on this account may result in the work forwhich the Contractor will be solely responsible.Materials and job mix, etc. shall be got approved in writing atleast 15 days inadvanced of the commencement of the corresponding activity. The testing chargesshall be borne by the Contractor .Besides the prescribed tests and frequencies any other test of tests over the prescribedfrequency shall also be carried out by the Contractor at his own cost if so directed byEngineer-in-charge or his authorised representative.28. CONDITION RELATING TO INSURANCE OF CONTRACT WORK.Contractor shall take out necessary Insurance Policy/ (viz. Contractors All RisksInsurance Policy, Erection All Risks Insurance Policy etc. as decided by theDirectorate of Insurance) so as to provide adequate insurance cover for execution ofthe awarded contract work for total contract value and complete contract periodcompulsorily from the “Directorate of Insurance, Maharashtra State, Mumbai only itspostal address for Correspondence is “264, MHADA, First Floor, Opp. Kalanagar,Bandra (East) Mumbai – 400051” ( Telephone Nos. 26590403/26590690 and FaxNo. 26592461/26590403) Similarly, all workmen’s appointed to complete thecontract work are required to insure under workmen’s compensation insurancepolicy. Insurance policy/policies taken out from any other Company will not beaccepted. If any contractor has effected Insurance with any insurance company thesame will not be accepted and the amount of premium calculated by the GovernmentInsurance Fund will be recovered directly from the amount payable to the Contractorfor the executed contract work and paid to the Directorate of Insurance Fund,Maharashtra State, Mumbai, The Director of Insurance reserves the right to distributethe risks of insurance among the other insurers.Contractor No. of Corrections Executive Engineer


(101)29 ÉɺÉxÉ =tÉäMÉ, =VÉÉÇ ´É EòɨÉMÉÉ®ú ʴɦÉÉMÉ {ÉjÉ Gò¨ÉÉÆEò ¤ÉÒºÉÒB/


(102)31.4 a) The concrete mix design shall be got approved from Engineer in charge andthe mix design shall give preliminary strength of 1.33 times working strength.b) The maximum size of aggregate permisible would be as per A-7 page-8 ofStandard Specifications Book 1979 Edition.31.5 The items provided with watering for curing include continuous watering operationsthrough out the day including lunch hours and also during holidays. For this purposecontractor shall have to construct tank of appro. 5000 liters capacity near eachbuilding and provide necessary Booster Pumps etc. to ensure adequate curing andwetting. Hold fasts coming in contact with R.C.C. columns shall be of sizes 30 cm x 4cm to be fitted with two rows, nails fixed properly in concrete.31.6 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.31.7 Material testing requirement frequency and type of testing is enclosed separately.Material to be used shall be tested accordingly and cost shall be borne by contractor.31.8 For R.C.C. centering plywood and M.S. sheet of approved quality shall be used andadjustable props and fasteners shall be used.31.9 The execution of any work from external side of the building 'H' frame steelscaffolding shall be used. No separate payment for claims in this regard shall beentertained.31.10 The scaffolding shall not be supported on existing external walls of the building bymaking holes in it and also the scaffolds shall not rest on any part of the building.31.11 Quality Assurance Manual : Contractor shall prepare the quality assurance manualbooklet in consultation with the Executive Engineer. Quality assurance manual shallbe comprehensive document covering every aspect of the work. Executive Engineershall approve this document. The quality manual document shall be used only afterapproval from Executive Engineer. Provision of the quality manual be binding on thecontractor. Quality manual shall be treated as a legal document as per with thiscontract document. It shall be used till the work is completed in full respect.Contractor No. of Corrections Executive Engineer


(103)Annexure 'A'QUALITY CONTROL TESTS(Refer Condition No.7 (vi) on Page No.73)Sr.No. Material Test1 Laterite Stone i) Compressive Strength.ii) Water Absorption2 Trap Metal i) Crushing value.ii) Impact value.iii) Abrasion value.iv) Water Absorption.v) Flakiness Index & Elongation indexvi) Gradation3 Bricks i) Crushing Strength.ii) Water Absorption.4 Flooring Tiles i) Flexural strengthii) Water Absorption5 Glazed Tiles i) Water Absorption6 Cement i) Compressive Strengthii) Initial setting time.iii) Final setting time.iv) Specific Gravityv) Soundnessvi) Finenessvii) Std. Consistency7 Steel i) Weight per meter.ii) Ultimate Tensile stress.iii) Yield stressiv) Elongationv) Bend Test.8 Interlocking concrete paving block i) Compressive Strengthii) Fexural Testiii) Resistance to wear9 Wood work (shutters) i) End immersion testsii) Knife testiii) Glue adhesion test10 Cement Concrete i) Mix designii) Compressive strength11 Structural steel i) Weight/Running metreContractor No. of Corrections Executive Engineer


(104)Annexure 'B'Construction Material Testing & its frequency(Refer Condition No.7 (i) on Page No.72)Sr. Material Rate Frequency1 CEMENT1) Consistency2) Initial & Final Setting time3) Fineness4) Specific Gravity5) Soundness6) Compressive StrengthTest per 50 M.T. above six testsshall be carried.2 METALa 1) Sieve Analysis (Gradation)1 Test for every day work(Concrete work)2) Sieve Analysis Red Book1 Test per 100 m3Specification3) Sieve Analysis1 Test per 200 m3Granular Sub Base (N.H.Work) MOSTb Water Absorption 1 Test per 200 m3c Impact (Concrete WBM/BT) 1 Test per 200 m3d Crushing 1 Test per for Each Sourcee Abrasion 1 Test per for Each Sourcef Flakiness & Elongation Index 1 Test per 200 m3g Plasticity Index for blindage used for1 Test per 25 m3WBM3 SAND1) Water Absorption & Specific Gravity 1 Test per for Each Source2) Fineness Modulus 1 Test per for Each day3) Slit Content 1 Test per for Each day work4) Bulkage 1 Test per for Each day work4 BRICKS1) Water Absorption2) Comp Strength3) Effloresce5 Flooring Tiles1) Flexural Strength2) Water Absorption3) AbrasionFor each 50000 Nos bricks Abovethree test are to be carried outFor 2000 Nos of Tiles above threetests are to be carried out6 Glazed Tiles1) Water Absorption 1 Test- 6 Tiles per 2000 Nos.7 Concrete Mix Design 1 Concrete Mix Design for eachCompressive strength C.C.Cubes forQtyQty. utpo 5 m31 Set (3 Nos.)6-15 m3 2 Set (3 Nos)16-30 m3 3 Set (3 Nos)grade of concrete per every per hour31-50 m3 4 Set (3 Nos)Quantity above 51 m34+1 additional set per 50 m3Contractor No. of Corrections Executive Engineer


(105)8 MURUM/ SOIL for earth work1) Optimum Dry Density 2 Test per 3000 m32) C.B.R. 1 Test per 3000 m33) Liquid & Plastic Limit/Plasticity1 Test per 3000 m3Index4) Filed Density 100% P.D. 1 Test per 3000 m35) Filed Moisture Content 1 Test per 3000 m39 WOOD1) Moisture Content 1 test per Source2) Density 1 test per Source10 WATER1) P.H. Value for Water and Sand 1 test per Source2) Chloride & Sulphate content 2 test per Source11 Steel1) Wt per meter2) Ultimate Tensile Stress3) Yield stress4) ElogationOne test for every 5.0 MT or partthereof for each diameterContractor No. of Corrections Executive Engineer


(106)Contractor No. of Corrections Executive Engineer


(107)8. ADDITIONAL SPECIFICATIONSThe contractor shall achieve that following requirements in respect of quantity ofwork and his contract rate shall provided for the same.1.1 ADMIXTURES :-Whenever necessary the admixture should be used to achieved the required workability.The type of admixture should be got approved from Engineer-in-charge. The rate isinclusive of all admixtures etc. if found necessary.1.2 CEMENT IN CONCRETE :For this purpose the conditions mentioned in additional specifications on Page 99 to 107shall be applicable.1.3 WATER / CEMENT RATIO :For high quality concrete of low permeability, the water/cement ratio shall be as per IS456 and mix design, more than 0.45 and preferably 0.40 or less subject to the attainmentof adequate workability.1.4 CURING FOR CONCRETE :Special attention shall be paid to curing of concrete in order to ensure maximumdurability and no minimize cracking. Concrete shall be cured with fresh water wheneverit is possible to ensure that the concrete surface can be kept wet despite wind, etc. careshall be taken on avoid rapid lowering of concrete temperatures caused by applying coldwater to hot concrete surface (thermal shock) Sea water shall not be used for curingreinforced concrete or prestressed concrete. Where there is doubt about the ability to keepconcrete surface permanently wet for the whole of the curing period heavy dutymembranes curing compound shall be used.1.5 CONCRETE COVER TO REINFORCEMENT :(i) The cover concrete must be of the same quality, impermeability and strength asthe rest of the concrete. Special mix design should be carried out for the concreteto be used for making concrete cover blocks.(ii) The concrete cover must develop sufficient alkalinity, and protect the steel. Thealkalinity developed shall not be less than 0.04 N and shall not more than 0.08 N.Contractor No. of Corrections Executive Engineer


(108)(iii)(iv)The cover must be uniform throughout and it's thickness shall be exclusive ofplaster or other decorative finishes.The concrete cover shall be as per the relevant clause of IS codes. In the case ofpoles the cover thickness shall be separately decided by the Engineer in charge.1.6 DETAILING OF MISCELLANEOUS ITEM :Binding Wires : All ends of binding wires shall be carefully turned inwards so that theydo not project out of concrete and start rusting action. Plastic coated galvanised wiresshall be used. Wherever possible polythene binding string and polythene bar grips shallbe used, after making sure that these do not result in loss of bond or chemical reactionwith concrete. The use is subject to approval of Engineer-in-charge.1.7 BAR SPACING : As per relevant I.S. codes and as detailed design drawing or asdirected by Engineer-in-charge.1.8 HOLLOWS IN CONCRETE : After concreting is complete the concrete surfacearticularly where there is congestion of reinforcement, shall be tested by light hammeringor if possible by Schmidtz hammer. Any portion showing signs of hollowness should begrouted immediately.SPECIFICATION FOR FORMWORK AND STEEL, CENTERING :-I) FORMWORK :-1.1 Formwork :- Formwork shall include all temporary forms of moulds required forforming the concrete which is cst-in-situ, together with all temporary constructionrequired for their support. Unless otherwise stated all formwork shall conform to I.S.Specification.1.2 Design of Formwork :- Formwork including complete false work shall be designed bythe contractor in accordance with I.S.: 2750 (1964), 4041 (1987) and all other relevantI.S. codes without any extra cost to the Government and these shall be got approvedfrom Engineer before any formwork is taken up.Contractor No. of Corrections Executive Engineer


(109)1.3 The contractor shall entirely be responsible for the adequancy and safety for falsework not-withstanding any approval or review by the Engineer of his drawing anddesign. Proprietary system of formwork if used a detailed information shall befurnished to the Engineer for approval.2. QUALITY OF SHUTTERING : The shuttering shall have smooth and even surfaceand its joints shall not permit leakage of cement slurry.2.1 Ply-board shuttering materials to be used shall be steel shuttering/marine plywoodwell seasoned free from projecting nails, splits or other defects that may mark on thesurface of concrete. It shall not be so dry as to absorb water from concrete, or so greenor wet as to shrink after erection. Mild steel plates or plywood shall be used for slaband beam bottoms.2.2 The timber shall be accurately spawned planed on the sides and the surface coming incontact with concrete.2.3 So far as practicable, clamps shall be used to hold the forms together. Where use ofnails is unavoidable minimum number of nails shall be used and these shall be leftprojecting so that they can be easily with drawn. use of double headed nails shall beprefered.3. TOLERANCE :-3.1 The formwork shall be made so as to produce finished concrete true to shape, lines,levels plumb and dimensions as shown on the drawings, subject to the followingtolerance unless otherwise specified in these documents or drawings or as directed bythe Engineer :a) Section dimension = 5 mmb) Plumb = 1 in 1000 of heightc) Levels = 3 mm before any deflection takes place.3.2 Tolerance given above are specified for local aberrations in the finished concretesurface and should not be taken as tolerance for the entire structure taken as a wholeor for the setting and alignment of formwork which should be as accurate as possibleto the entire satisfaction of the Engineer, Errors if noticed in any lift/ tilt of thestructure after stripping of forms, shall be corrected in the subsequent work to bringback the surface of the structure to its true alignment.Contractor No. of Corrections Executive Engineer


(110)4. SPECIAL PROVISION :- Whenever the concreting of thinner members in requiredto be carried out within shutters of considerable depth, temporary openings in the sideof the shutters shall, if so directed by the Engineer be provided to facilitate the puringand consolidation of the concrete. Small temporary openings shall be provided asnecessary at the bottom of shutters of walls and deep beams to permit the expulsion ofrubbish etc.5. REMOVAL OF FORMWORK :- The formwork shall be so removed that it shallnot cause damage to concrete. Centering shall be gradually and uniformly lowered insuch a manner as to avoid any shock or vibrations. Supports shall be removed in sucha manner as to permit the concrete to take stresses due to its own weight uniformlyand gradually.The whole of the formwork removal should be planned and definite scheme ofoperation shall be worked out. Under no circumstances forms be struck until theconcrete reaches a strength of at least twice the stress to which the concrete may besubjected at the time of striking but not before the period as mentioned in IS:456-2000where ordinary portland cement is used.II) STEEL CENTERING :-1. Work include :- Erecting steel centering with contractor's material comprising ofstandard steel adjustable props and standard steel trusses / joists / spans, centeringplace for bottom of slab and steel plats for bottom of beams etc. of adequate strengthproperly balanced for obtaining adequate rigidity to with stand all loads coming on itincluding permanent and temporary fixtures and fastenings etc complete for R.C.C.member like beams slabs and canopy including its removal after the specified period,stacking making good the damaged parts / its replacement before its next use with allleads and lift (all centering material shall be contractor.)2. For R.C.C. works formwork shall be of marine plywood of adequate thickness andgrade only. The centering and supporting arrangement such as standard steel trusses/joists/ spans standards adjustable/ fixed props. H type frames etc shall be designed bythe Contractor and approved from the Engineer before commencement of its erection.The Contractor with the prior approval of the Engineer shall use standard steelcentering arrangement which may be manufactured by the reputed firm.Contractor No. of Corrections Executive Engineer


(111)3. The supporting arrangement designed by the contractor shall conform to the relevantI.S. code and Standard practice adopted in this type of work. The centeringarrangement shall be adequately braced and properly secured by using appropriatetype of fastenings and fixtures to ensure stability and rigidity of the centering towithstand all loads coming on it. The entire responsibility for design, erection,maintenance and safety etc. will exclusively rest with the contractor. The Engineerreserves right to call detailed design calculations of the entire centering or part thereof to verify its stability and also reserve tight to reject entire centering arrangement orpart there of and any material used for the centering in the event of which thecontractor shall have to arrange for its replacemnet at his own cost.SPECIFICATIONS FOR CONCRETE WORKS :-1 DESIGN OF CEMENT CONCRETE MIXES :a) All the cement concrete of grade M-15 and higher strength shall be done with propermix design as per IS : 10262 - 1982 and shall confirm to the durability and otherrequirements of IS 456 2000. The mix design shall be got approved from theExecutive Engineer from time to time whenever there is change in the source and typeof 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 obtainedby the contractor at his cost from and approved laboratory. The contractor shallsubmit in advance details of such design to the Engineer-in-charge for his priorapproval.c) For concrete of Grade M-25/ M-30/M-35.Preliminary mix design must be carried out from an approved laboratory, forsubsequent changes field mix design shall be acceptable. However incase theExecutive Engineer has got difficulty in acceptance of the field mix design, laboratorymix design shall be got done by the contractor from approved laboratory at his owncost. Cement, find aggregate and coarse aggregate must be used by weight onlyaccording to the requirement of the approved mix design.d) The concrete mix design shall give target strength of 1.33 times the working strength.Contractor No. of Corrections Executive Engineer


(112)e) The minimum size of aggregate permissible shall be as per para A-7 of Page - 8 f ofstandard specification book of 1979 Edition Vol. 1.f) The provision of the specification No. B-7 at page - 38 to 40 of Vol. 1 1979 Edition ofstandard specification book for controlled concrete shall be applicable for all thestructural concrete items. The maximum water cement ratio shall be 0.45. The mixdesign shall be done accordingly.g) All the expenses of preliminary mix design, subsequent field/ laboratory mix design,work tests, shall be borne by the contractor.2. FROMWORK FOR CONCRETE WORK :- The forms of concrete shall be of thematerials as directly by the Executive Engineer-in-charge and shall preferably be ofsteel or plywood, Forms shall be of the required shape, profile and lines. Suitabledevices shall be used to hold corners, adjacent ends, edges of panel or other formstogether in accurante alignment. The forms and joints shall tight enough. Forms usedfor circular curved or structures of unusual shape, petal dome etc. shall be of such acharacter that will result in smooth concrete surface and exact shape. They shall beprepared such that they will not warp or distort during erection or while placingconcrete. Their design and layout shall be got approved form the Executive Engineerin-chargein advance.3. ERECTION AND REMOVAL OF FORM WORK :- The centering and struttingshall be of steel or plywood board exclusively for concreting. The design and drawingshould be got approved in advance from the Department. For minor members theEngineer-in-charge may, at his discretion, permit use of wooden shuttering. Thecentering and shuttering shall be close and tight to prevent leakage of cement slurry.The centering shall have the necessary props, bracing and edges sufficiently strongand stable which shall not yield or displace while or after laying of concrete. Theyshall be made in such way that they can be slackened and removed gradually andslowly without distributing the concrete. Centering and shuttering shall not beremoved before the design strength is achieved.4. MIXTURE OF CONCRETE :- Design mix concrete as well as nominal mixconcrete shall be mixed by following the provision in Standard specification at B. 6.4unless otherwise directed by the Engineer.Contractor No. of Corrections Executive Engineer


(113)Unless otherwise agreed by the Engineer concrete shall be mixed in a batch typemixer of such other type of mixer as the Engineer my approve.During hot weather the Contractor shall ensure that the constituent materials aresufficiently cool to prevent the concrete from stiffening in the intervals between itsdischarge from the mixer and its final position.5. TRANSPORTATION, PLACING AND COMPACTION OF CONCRETE :- Themethod of transportation placing and compaction of concrete shall be followed as persection B.6.6, 6.7 and 6.8 of Standard Specification unless otherwise directed by theEngineer. The compaction shall be done with surface float vibrators for slabs and withpin vibrators for columns and beams. Vibrators of adequate vibrating capacity shall beemployed for all types of works.6. CURING :- Curing shall be done by following provision of Section B.6.9 of StandardSpecification and as directed by the Engineer.7. WORKING IN EXTREME WEATHER : During windy weather sufficientprotection shall be provided to prevent the cement from being blown away during theprocess of proportioning and mixing. During wet weather, the concrete shall beadequately protected as soon as it is placed in position.No concreting shall be carried out during period of continuous heavy rains unless, it iscompletely covered during mixing, transporting and placing, In extreme hot weather,concreting shall be restricted to morning and evenings The time between mixing andplacing of concrete shall be kept to the minimum and formwork shall be cooled bysprinkling with water.8. FINISHING : Finishing work shall comply with requirement of section B.6.10 ofStandard Specification unless otherwise specified herein below :Immediately on removal of forms, the R.C.C. work shall be examined by the Engineerbefore any defects are made good.a) The work that has sagged or contains honey combing to an extent detrimentalto structural safety or architectural concept shall be rejected.Contractor No. of Corrections Executive Engineer


(114)b) Surface defects of a minor nature shall be rectified generally as indicatedbelow by the contractor.i) Surface defects which require rectification when forms are removed usuallyconsist of bulges due to movement of forms, ridges at form joints,honeycombed areas, damage resulting from the stripping of forms and bolthole. Bulges and ridges shall be removed by careful chipping or tooling andthe surface is then rubbed with a grinding stone. Honey combed and otherareas shall be chipped out, the edges being cut as straight as possible andperpendicular to the surface, or preferably slightly under cut to provide a keyat the edge, of the patch. Bolt holes shall be closed by cement mortar to ensurethorough filling.ii)iii)iv)Shallow patches shall be treated with a coat of thin grout composed of one partof cement and one part of sand and then filled with mortar similar to that usedin concrete. The mortar is placed in layers not more than 10 mm thick andeach layer shall be given a scratch finish to secure bond with the succeedinglayer. The last layer shall be finished to match the surrounding concrete byfloating, rubbing or tooling on formed surfaces by pressing the form materialagainst the patch while the mortar is still plastic.Large and deep patches requires filling up with concrete held in place byforms. Such patches shall be reinforced and carefully dowelled to the hardenedconcrete.The same amount of care to cure the material in the patches shall be taken forthe whole structure. Curing shall be started, as soon as possible after the patchis finished to prevent early drying. Damp Hessian cloth may be used. But insome locations it may be difficult to hold it in place, a membrane curingcompound in these cases will be most convenient.9. CONSTRUCTIONS JOINTS : Construction joints shall be provided and treatedfollowing the provisions of Specification and as directed by the Engineer-in-charge.10. DURABILITY :- Minimum cement contents for different exposures and sulphateattack are given in Tables 4 and 5 o I.S. 456, 2000 shall be followed for design mix.Contractor No. of Corrections Executive Engineer


(115)11. TESTS AND STANDARD OF ACCEPTANCE :-11.1 Tests and Standard of acceptance criteria of design mix concrete and nominal mixconcrete shall be as follows:Sampling and testing of Concrete shall be done as per provision of section B.6.12 ofStandard Specifications. Acceptance criteria for strength of concrete shall be as per IS456-2000.Case falling outside the above limit shall be examined by the Engineer on Merits ineach case.11.2 DEFECTIVE CONCRETE : Any concrete which gives substandard results, or isseverely damaged due to cracking or shows excessive honey combing and exposure ofreinforcement, if exhibits any fault which in the opinion of the Engineer, seriouslyimpairs its function, may be declared as defective concrete. Such non acceptableconcrete shall be removed from the site and replaced by fresh concrete of thespecified quality by the contractor at his own expenses. Alternatively in case ofacceptable concrete, the Contractor shall carry out whatever other remedy theEngineer may reasonably suggest "Small rendering shall be done by the Contractorwithout extra cost."12 KEEPING RECORDS : The record of mix design, mixing, slum, testing of C.C.cubes etc. shall be maintained in accordance with Section B-6.13 of the StandardSpecification.Contractor No. of Corrections Executive Engineer


(116)LIST OF APPARTUS REQUIRED FOR BUILDING WORK(Ref. Page No.74 Clause 7.1 Page No.91 Clause 24)Sr. Name of Apparatus Nos ( min )required1. 30 m and 50 m chain/ tape 2 Nos2. Automatic leveling instrument/ Tachometer with all accessorieslike 5.00 metre staff2 Nos.3. Vernier calipers 1 No.4. Cube moulds for concrete/ Cube moulds for cement mortar 6 Sets5. Silt jar for sand silt testing. 4 Sets6. Oven- Electrically operated, thermostatically controlled, rangeupto 200 0 C sensitivity 1 0 C.7. Platform balance 300 kg capacity1 No.8. Balance 20 kg capacity - self indicating type 1 No.9. Electronic Balance 5 kg capacity, accuracy 0.5 gm 2 Nos10. Water bath- electrically operated and thermostatically controlled 1 No.with adjustable shelves, sensitivity 1 0 C.11. Thermometers : Mercury-in-glass thermometer, range 0 0 to 250 0 C 4 Nos.Mercury-in-steel thermometer with 30 cm stem, range upto 300 0 C.12. Kerosene or gas stove or electric hot plate. 1 No.13. Set of IS sieves with lid and pan:450 mm diameter63 mm, 53 mm, 37.50 mm, 26.50 mm, 13.20 mm,9.50 mm, 6.70 mm, and 4.75 mm size200 mm diameter1 Sets2.36 mm, 2.0 mm, 1.18 mm, 600 micron, 425 micron,300 micron, 150 micron, and 75 micron2 Sets14. Water testing Kit 1 Set15. Atterbergs Limits (liquid and plastic limits) Determination 1 Setapparatus16. Dry Bulk Density Test apparatus (sand pouring cylinder, tray, canetc.).1 Set17. Speedy Moisture Meter complete with chemicals 1 Set18. Aggregate Impact Value Test apparatus/Los Angles Abrasion Test apparatus.1 Set19. Flakiness and Elongation Test Gauges 1 Set20. Vicat apparatus for testing setting times 1 Set21. Slump testing apparatus 4 Sets22. Compression and Flexural strength testing machine, 200 tonnecapacity with additional dial for flexural testing.1 No.Contractor No. of Corrections Executive Engineer


(117)9. QUALITY ASSURANCE AND MAINTENANCETo 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 sameapproved from the Engineer in charge within eight days from the date of work order. Forthis, contractor shall submit an organization chart of his technical personnel to be deployedon the work along with their qualification, job descriptions defining the functions ofreporting, supervising inspecting and approving. The contractor shall also submit a list oftools, equipment’s and the machinery and instrumentation which he proposes to use for theconstruction and for testing in the field and/or in the laboratory and monitoring. Thecontractor 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 personneland equipment on the field as per the approved chart and list respectively. The contractorshall submit written method statements detailing his exact proposals of execution of the workin accordance with the specifications. He shall get these approved from the Engineer incharge. 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 ofthe work and be continuously updated and supplemented and this shall be the responsibilityof the contractor. The forms should be got approved from the Executive Engineer-incharge.The contractor shall prepare detailed completion drawings after completion of thework. He shall also prepare and submit a maintenance manual giving procedure formaintenance, with the period of maintenance works including inspections, tools andequipment to be used, means of accessibility for all parts of the structure. He shall alsoinclude in the manual, the specifications for maintenance work that would be appropriate forhis design and technique of construction. This manual shall be submitted within the contractperiod.Contractor No. of Corrections Executive Engineer


(118)Contractor No. of Corrections Executive Engineer


(119)10. PRICE VARIATION CLAUSEIf during the Operative Period of the contract as defined in condition (i) below, there shall be anyvariation in the Consumer Price Index (New Series) for Industrial workers for Mumbai Centre as perthe Labour Gazette published by the Commissioner of Labour, Government of Maharashtra and /or inthe whole sale Price Index for all commodities prepared by the Office of Economic Adviser, Ministryof Industry Government of India, or in the price of Petrol/Oil and lubricants, and major constructionmaterials like bitumen, cement, steel, various types of metal pipes etc., then subject to the otherconditions mentioned below, price adjustment on account of1. Labour component2. Material component3. Petrol, Oil and Lubricants Component4. Bitumen Component5. HYSD & Mild. Steel Component6. Cement Component7. C.I. and D.I. Pipes ComponentCalculated as per the formula hereinafter appearing, shall be made, Apart from these, no otheradjustments shall be made to the contract price for any reasons whatsoever. Component percentage asgiven below are as of the total cost of work put to tender. Total of Labour, Material & POLComponents shall be 100 and other components shall be as per actual.1. Labour Component – K1 (29 %)2. Material Component – K2 (69 %)3. POL Component – K3 (02 %)4. Bitumen Component Actual4. HYSD & Mild. Steel Component Actual6. Cement Component Actual7. C.I. and D.I. Pipes Component ActualNote :- If Cement, HYSD & Mild. Steel, Bitumen, C.I. and D.I. Pipes are Supplied on Schedule “A”then respective component shall not be considered. Also if particular component is not relevant sameshall be deleted.(A) Formula for Labour Component :V K 1 L 1 -L 01 = 0.85 P XX100 L 0Where -V 1 = Amount of price variation in Rupees to be allowed for labour component.P = Cost of work done during the quarter under consideration minus the cost of Cement,HYSD & Mild. Steel, Bitumen, C.I. and D.I. Pipes calculated at the basic star ratesas applicable for the tender, consumed during the quarter under consideration.Kind of MaterialStar Rates1) Cement - Rs. 6500.00 per M.T.2) TMT steel - Rs.54000.00 per M.T.K 1 = Percentage of Labour Component as indicated above.L 0 = Basic Consumer Price Index for Mumbai centre shall be average consumer priceindex for the quarter preceding the month in which the last date prescribed forreceipt of tender falls.L 1 = Average Consumer Price Index for Mumbai Centre for the quarter underconsideration.Contractor No. of Corrections Executive Engineer


(120)(B)Formula for Materials ComponentV 2 = 0.85 P XK 2XM 1 -M 0100 M 0Where -V 2 = Amount of price variation in Rupees to be allowed For Materials component.P = Same as worked out for labour component.K 2 = Percentage of Material Component as indicated above.M 0 = Basic wholesale Price Index shall be average wholesale price index for the quarterpreceding the month in which to the last date prescribed for receipt of tender, fallsM 1 = Average wholesale Price Index during the quarter under consideration.(C) Formula for Petrol, Oil and Lubricant component :V 3 = 0.85 P X K 3 X P 1 - P 0100 P 0Where -V 3 = Amount of price variation in Rupees to be allowed for POL component.P = Same as worked out for labour component.K 3 = Percentage of Petrol, Oil and Lubricant Component.P 0 = Average Price of H.S.D. at Mumbai during the quarter preceding the month inwhich the last date prescribed for receipt of tender, falls.P 1 = Average Price of H.S.D. at Mumbai, during the quarter under consideration.(D)Formula for Bitumen componentV 4 = QB ( B 1 – B 0 )Where -V 4 = Amount of price variation in Rupees to be allowed for Bitumen componentQB = Quantity of Bitumen (Grade 30/40 & Grade 60/70) in metric tonnes used in thepermanent works and approved enabling works during the quarter underconsiderationB 1 = Current, average ex-refinery price per metric tonne of Bitumen (Grade 30/40 &Grade 60/70) under consideration including taxes (octroi, excise, sales tax) duringthe quarter under consideration.B 0 = Basic rate of Bitumen in rupees per metric ton as considered for working out valueof P. or average ex-refinery price in rupees per metric ton including taxes (octroi,excise sales tax) of Bitumen for the grade of bitumen under consideration prevailingquarter preceding the month in which the last date prescribe for receipt of tender;falls, whichever is higher.Contractor No. of Corrections Executive Engineer


(121)(E)(F)(G)Formula for HYSD & Mild. Steel ComponentV 5 = S 0 ( SI 1 – SI 0 ) X TSI 0Where -V 5 = Amount of price variation in Rupees to be allowed for HYSD & Mild Steelcomponent.S 0 = Basic rate of HYSD & Mild Steel in rupees per metric tonne as considered for workingout value of PSI 1 = Average Steel index as per RBI Bulletin during the quarter under consideration -SI 0 = Average of Steel Index as per RBI Bulletin for the quarter preceding the month inwhich the last date prescribed for receipt of tender, falls.T = Tonnage of HYSD & Mild Steel used in the permanent works for the quarter underconsideration.Formula for Cement Component:V 6 = C 0 ( CI 1 – CI 0 ) X TCI 0Where -V 6 = Amount of price escalation in Rupees to be allowed for cement component.C 0 = Basic rate of cement in rupees per metric ton as considered for working out value of PCI 1 = Average cement Index published in the RBI bulletin for the quarter underconsideration.CI 0 = Average of cement Index published in the RBI bulletin for the quarter preceding themonth in which to the last date prescribed for receipt of tender, fallsT = Tonnage of Cement used in the permanent works for the quarter under consideration.Formula for C.I./D.I. pipe component.V 7 = Q d ( D 1 – D 0 )Where -V 7 = Amount of price escalation in rupees to be allowed for C.I./D.I. pipe component.D 0 = Pig Iron basic price in rupees per tonne considered for working out value of P.D 1 = Average Pig Iron price in rupees per tonne during the quarter under consideration(published by IISCO)Q d = Tonnage of C.I./D.I. pipes used in the works during the quarter under consideration.Contractor No. of Corrections Executive Engineer


The following conditions shall prevails.(122)i) The operative period of the Contract shall mean the period commencing from the dateof work order issued to the Contractor and ending on the date on which the timeallowed for the completion of the works specified in the Contract for work expires,taking into consideration the extension of time, if any, for completion of the workgranted by the Engineer under the relevant clause of the Conditions of Contract in casesother than those where such extension is necessitated on account of default of theContractor. The decision of the Engineer as regards the operative period of the Contractshall be final and binding on the Contractor. Where any compensation for liquidateddamages is levied on the Contractor on account of delay in completion or inadequateprogress under the relevant Contract provisions, the price adjustment amount for thebalance of work from the date of levy of such compensation shall be worked out bypegging the indices, L 1 , M 1 , C 1 , P 1 , B 1 , S1 1 and C1 1 to the levels corresponding to thedate from which such compensation is levied.ii)iii)iv)This price variation clause shall be applicable to all contracts in B1/B2 & C from butshall not apply to piece works. The price variation shall be determined during eachquarter as per formula given above in this clause.The price variation under this Clause shall not be payable for the extra items required tobe executed during the completion of the work and also on the excess quantities ofitems payable under the provisions of Clause 38/37 of the contract from B1/B2respectively. Since the rates payable for extra items or the extra quantities under Clause38/37 are to be fixed as per current DSR or as mutually agreed to yearly revision tillcompletion of such work. In other words, when the completion/ execution of extra itemsas well as extra quantities under Clause 38/37 of the contract from B1/B2 extendsbeyond the operative date of the DSR then rates payable for the same beyond the dateshall be revised with reference to the current DSR prevalent at that time on year toyear basis or revised in accordance with mutual agreement thereon, as provided for inthe Contract, whichever is less.This clause is operative both ways, i.e. if the price variation as calculated above is onthe plus side, payment on account of the price variation shall be allowed to thecontractor and if it is on the negative side, the Government shall be entitled to recoverthe same from the Contractor and the amount shall be deductible from any amounts dueand payable under the contract.v) To the extent that full compensation for any rise or fall in costs to the Contractor is notentirely covered by the provision of this or other clauses in the contract, the unit rateand prices included in the contract shall be deemed to include amounts to cover thecontingency of such other actual rise or fall in costs.Contractor No. of Corrections Executive Engineer


(123)11. SPECIFICATION FOR ANTICORROSIVE TREATMENT TO TMT/MILD/TORSTEEL BAR REINFORCEMENT CODE OF PRACTICE FOR CORROSIONPROTECTION OF REINFORCING STEEL USING CEMENT - POLYMERCOMPOSITE COATING SYSTEM FOREWORD0.1 This standard covers the code of practice for corrosion protection of reinforcing steelusing cement polymer composite coating system. In this preparation assistance hasbeen derived from the following.(A)ASTM A775 / A775M -94 d Standard specification for Epoxy coated reinforcingsteel bars.(B) Test methods specified by Central Electrochemical Research Institute Karaikudi -630006.0.2 This practice covers the various test procedures required to ensure the quality ofcoated product.1. SCOPEThis specification covers the code of practice for cement-polymer composite coating systemwhich will be applicable to reinforcing bars conforming to :BIS 432 ( Part 1 ) 1982 - Specification for mild steel and medium tensile steel bars and harddrawn steel wire for concrete reinforcement - Part 1 Mild steel and Medium Tensile steelbars.BIS 432 ( Part 2 ) 1982 - Specification for mild steel and medium tensile steel bars and harddrawn 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 andhigh yield strength deformed bars for concrete reinforcement.This standard specifies the recommended practice for surface preparation, method ofapplication, testing, inspection, handling and stacking of coated reinforcing bars.2. SURFACE PREPARATION2.1 Prior to blast cleaning visible deposits of oil, grease or paint shall be removed bysuitable alkaline cleaner (soak cleaning compound ) as per SSPC - SPCOM, clause 11.1.22.2 The surface of the steel reinforcing bars to be cleaned by abrasive blast cleaning usingeither sand or grit to the near white metal finish in accordance with SSPC - SP 10 - / NACENo.2.1994.2.3 The prepared surface shall meet the visual standards of comparisons as in SSPC - VIS22.4 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.Contractor No. of Corrections Executive Engineer


(124)3. APPLICATION OF COATING3.1 The application of the coating shall not be unduly delayed and commenceimmediately after completion of surface preparation.3.2 The coating shall be applied by an appropriate method and fully cured in accordancewith the recommendations of the supplier of the coating material.3.3 It is advisable that severely rusted and heavily pitted reinforcements are not acceptedfor treatment.4. REQUIREMENTS OF THE COATED RODS.Cement polymer coated rods shall meet the following requirements;4.1 Uniformity of the coating.The coated rod when visually examined shall be fairly uniform in thickness and shall bedevoid of any defects such as cracks peeling, bulging etc. No surface area shall be leftuncoated. No rust spots shall be visible with the unaided eye before embedding in concrete.4.2 Thickness of the coating.4.2. a) After curing, the minimum dry film thickness of the coated rods shall not be less than125 microns.4.2. b) Measurement shall be made using commercially available coating thickness meterwhich should be specifically suitable for curved surface.4.2. c) The minimum dry film thickness should be ensured atleast on five deformations/ribsover each one metre length of the coated road.4.2.d) The thickness of the coating shall also be measured on the straight length of the barbetween the ribs and that also shall not be less than, 125 microns.4.3 Adhesion of coating.The adhesion of the coating shall be evaluated by mandrel bent test. The coated rods shall bebent around a mandrel through 180 as per the test procedure-A given in the Annexure. Whenvisually examined with unaided eye there shall not be any cracking or disbonding at theoutside radius of the bent bar.4.4 Relative bond strength in concrete.The relative bond strength of the coated/uncoated bars shall be evaluated by conducting pullout test ( three cured coated bars and three uncoated bars ) as per the procedure given BIS-2770 Part-1 Methods of testing bonds in Reinforced Concrete Part-1 Pull out Test (1967).The average bond strength at 0.25 mm slip for coated bar shall not be less than that of theuncoated bar.Contractor No. of Corrections Executive Engineer


(125)4.5 Resistance to 2v impressed voltage Test.The resistance of the coating against chloride permeation and the film integrity on the rodshall be tested by conducting 2v. Impressed voltage test as per the test procedure- B given inthe Annexure. At the end of 1 hour, there shall not be any evolution of hydrogen gas at thecathode or appearance of corrosion products of iron at the anode.4.6 The abrasion resistance :The abrasion resistance of the coating shall be tested by a Taber abraser on coated panels asper the test procedure- C given in the Annexure. The weight loss shall not exceed 100 mg /1000 cycles.4.7 Tolerable limit for chloride :Using anodic polarization technique the tolerable limit for chloride shall be determined as perthe test procedure-D given in the Annexure. For cement polymer rod it shall not be less than10,000 PPM.4.8 Chemical Resistance of the coating :The chemical resistance of the coated bar shall be evaluated as per the test procedure-E bypartially keeping the coated rods immersed in the following four environments for 45 days.a. 3M NaOH b. 3M CaCl2c. 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.4.9 Impact Resistance of the coating :The resistance of the coated rebar to mechanical damage be assessed by standard fallingweight test as per the test procedure - F with an impact force of 9 N-m . No shattering,cracking or bond-loss of the coating shall be observed except at the impact area.5. ACCEPTANCE / INSPECTION.5.1 The coated rods that do not meet the requirements of the above specification shall berejected.5.2 The manufacturer of the coated rebar, shall submit a certificate from an appropriatetesting agency that the coated rebars meet the requirements of the specification.Contractor No. of Corrections Executive Engineer


(126)6. PROCEDURE FOR HANDLING, STACKING AND TRANSPORTINGOF COATED REINFORCING BARS.The durability of the coated rebars is related to the coating quality. The more damage is to thecoating, it is more prone to corrosion. Good jobs site practices can minimise the coatingdamage. For this reason, standards, such as ASTM, JSCE, NACE (USA) have laid downspecific procedures for stacking and transporting coated bars. Some important guidelines arereferred here.6.1 Stacking :6.1 a) It is preferable to store the coated bars on buffer material placed at suitable intervalsinstead of placing them directly on the ground.6.1 b) It is nor desirable to store coated bars by piling them on top of one another. If they areto be stored by piling, buffer materials such as wood, rubber, jute sack etc. , should be used toseparate the layers. However, the number of layers allowed shall be limited to a maximum offive.6.1 c) The coated rods shall be stored in an enclosed yard.6.1 d) If any damage had accured during stacking it should be repaired immediately beforeany rusting could occur by using the same coating formulation.6.2 Handling and Transporting6.2.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.6.2.b) When loading and unloading bundles of coated bars, it shall be preferable to lift them,with a strong back, spreader bar multiple supports etc. To avoid extreme bending, nylonslings at 2 or 3 points shall be used.7. SPECIFICATIONS FOR PATCH REPAIRING OF COATING DAMAGES.7.1 Coating repair is required when peeling off and other damages accur duringfabrication or handling.7.2 The patch repair shall be done at site using the same coating material as per themanufacturer’s recommendations.7.3 It is essential to ensure a minimum coating thickness of 150 microns at all therepaired portions before embedding in concrete.Contractor No. of Corrections Executive Engineer


(127)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.3. ASTM G12-83 Standard test method for non-destructive measurement of filmthickness of pipeline coating on steel.4. ASTM D-4060-90 Standard test method for abrasion resistance of organic coating bythe 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 PulloutTest ( 1967 )7. SSPC - SP 10-NACE No.2 1994 Near White Blast Cleaning.8. SSPC - VIS 2 Guide to standard method of evaluating degree of rusting on paintedsteel surfaces.9. SSPC-SP-COM - Surface Preparation Specifications.Contractor No. of Corrections Executive Engineer


Determination of adhesion of the coating :(128)ANNEXURETEST PROCEDURE A.Adhesion of the coating is to be tested as per ASTM-A-775/775 M 94 d. 10 mm Dia coatedrods of length 1 m. shall be used in this test. The coated rods shall be padded with sponge andbend to 180 degree around a 75 mm diameter mandrel. The bending shall be done at anuniform rate and not suddenly. No cracking of the coating shall be visible to the unaided eyeon the outside radius of the bar. If the test is to be conducted on other than 10 mm diameterrod, then the diameter of the mandrel has to be changed accordingly as tabulated below :Diameter of the Rod (MM)8 mm and 10 mm12162532Diameter of the mandrel (MM)75100125200250TEST PROCEDURE B.Applied Voltage Test :Two identical coated bars of same size and length shall be used in the test. 14 mm gaugecopper wire shall be soldered to the one end of the each bar. The other end of the bars shallbe sealed with an insulating material to a length of 2.5 cm. The exposed area on which test isto be conducted shall not be less than 240 sqcms, if 10 mm. diameter rods are used, then thelength exposed shall not be less than 80 n cm. A non-conductive plastic container of sizenot less than 150 x 150 mm x 850 mm is filled with 7 % NaCl solution (70 gms./litre) up tothe height of 800 mm. The coated rebars shall be suspended vertically so as to have aclearance of 25 mm from the bottom, 40 mm from the sides and 40 mm in between the rods.A potential of 2 V in between the coated rods shall be impressed for a period of 60 minutesusing suitable DC power source. The voltage and current shall be measured by using a highresistance voltmeter having an internal resistance of not less than 10 Mega Ohms and havinga range upto 5 V (minimum) Storage batteries may also be used for impressing the voltage.During this 60 minutes of testing, there shall not be any coating failure as evidenced byevolution of hydrogen gas at the cathode or by appearance of corrosion products of iron at theanode.Contractor No. of Corrections Executive Engineer


(129)TEST PROCEDURE C.Determination of abrasion resistance of the coating :Test shall be conducted as per ASTM D 4060 using Taber Abraser using CS-19 wheel under1 kg. load per wheel. Abrasion resistance of the coating shall be conducted on panel of size100 mm x 100 mm in which 8 mm Dia hole shall be drilled. The panel shall be coated as perspecified procedure. After curing, thickness of the coating shall be measured to the nearest0.1 mg. Then the coated panel shall be mounted on the turn table. The abrading heads shallplaced on the panel and the vacuum pickup nozzle kept in position. The counter shall be setin 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 lightbrushing. 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.Choride tolerable limit :TEST PROCEDURE D.10 mm Dia cement polymer coated rod of length 10 cm. shall be used. Bottom edge of thecoated rod shall be sealed using lacquer. Then test specimen is kept immersed in 0.04NNaOH + 10,000 PPM Chloride and potential is monitored using high impedance Multimeteragainst suitable reference electrode such as saturated calomel electrode. After gettingstabilized potential, using appropriate current regulator (0-100 mA), the test specimen isanodically polarized at a constant current density of 290 uA/sqcm. using a Platinum/StainlessSteel/TSIA/Polished mild steel as cathode. Potential with time is followed for 5 minutes. Atthe end of 5 minutes, no rust spots shall be observed on the coated rod.Chemical Resistance of the coating :TEST PROCEDURE E.The coated rods ( any diameter ) of length 30 cm. shall be used in this test. The bottom edgeof the coated rods are to be sealed using lacquer. Transparent PVC cylindrical container shallbe use. 3M Cacl2 3M NaOH Saturated Ca(oh)2 and distilled water are prepared as individualtest solution and filled in the separate container up to the half of its height. Then the coatedrods are kept partially immersed in the test solution so that they are in term contact with boththe liquid and vapour phase of the test solution. The test shall be conducted for 45 days. Thecoating should not blister, soften or disbond during this period.Impact resistance of the coating :TEST PROCEDURE F.The resistance of a cement polymer reinforcing bar to mechanical damage shall bedetermined by the falling weight test. A test apparatus similar to the described in the testmethod G14 of the ASTM standard shall be used. Impact shall occur on the low laying areasof the coated bar, that is between deformations and ridges. The test shall be performed atroom temperature. With an impact force of 9 NM, no shattering, cracking or disboundment ofthe coating shall occur except at the impact area, that is, area permanently deformed by thetup.Contractor No. of Corrections Executive Engineer


(130)Contractor No. of Corrections Executive Engineer


(131)12. GENERAL SPECIFICATION FOR WATERPROOFINGRates for respective items shall include for the additional specifications :1. The work of waterproofing described in the following items shall be carried out by thecontractor only through a renowned specialist water proofing agency using cementwaterproofing compounds, as approved in writing by the Engineer-in-charge.2. The contractor shall give before execution, detailed specifications for each item ofwork waterproofing to be executed according to the specifications of the specialistagency he proposes to employ for approval. The work shall not be started unlessapproval in writing is given by the Engineer-in-charge to the said specifications.3. The contractor shall give a Guarantee Bond on requisite stamp paper for a minimumperiod of ten Years for all the items of waterproofing done. During the guaranteeperiod the contractor shall entirely be responsible to rectify any defect at his own costto maintain the work in waterproof condition. The waterproofing contractor shall alsohave to make good all the surroundings disturbed by him during the rectification workat his own cost. The form of written guarantee shall be all legal stamped agreementsacceptable to the Government. The guarantee shall be given within in one month fromthe date of completion of waterproofing treatment but any delay in furnishing theguarantee shall not relieve the contractor from the implications of this clause.4. 10% (ten Present) of the cost of the waterproofing work executed shall be retained as"Retention Money" for a period of 10 years covering the guarantee. And the sameshall be released only after satisfactory performance of the treatment during guaranteeperiod of 10 years. The amount may be converted into any approved interest bearingsecurity (for ten years after completion of defect liability period), in the name ofExecutive Engineer, Presidency Division, Mumbai on receipt of such written requestfrom the contractor.5. The waterproofing agency as approved by Engineer-in-charge shall provide andinstall at his own cost the following for his own use and remove the same aftercompletion of the work.Contractor No. of Corrections Executive Engineer


(132)I) Two pumps electrical/diesel operated for watering and curing at any level inthe building. Curing shall be carried out for a minimum period of 14 days.II) Temporary mild steel water storage tanks.III) temporary galvanised iron pipings and fittings for water line.IV) Flexible hose lengths.V) Cement godown, site office.6. Injections to reinforced cement concrete slab, wherever required, have to beundertaken by the contractor free of cost.7. before starting the waterproofing work, the surface receiving the treatment shall becleaned properly.8. The item of waterproofing as given in the Schedule 'B' applies for work in any portionand on any floor and at any height. The lift of materials shall not form any criteria for extrapayment.Contractor No. of Corrections Executive Engineer


(133)13. Model Format of Bank Guarantee BondBANK GUARANTEE BOND FOR SECURITY DEPOSIT (Revised)(on stamp paper worth Rupees 100/-)In consideration of the Governor of Maharashtra (here in after referred to as “the Government”)having agreed to exempt .................................. (here in after referred to as “the Contractor”) fromdepositing with the Government in cash the sum of Rs. ..................... (Rupees......................................................... only) being the amount of Security Deposit payable by theContractor to the Government under the terms and conditions of the Agreement dated the..................... day of .................. and made between the Government on the one part, and theContractor on the other part (hereinafter referred to as “the said Agreement”) for ..................................as security for due observance and performance by the Contractor of the terms and conditions of thesaid Agreement, on the Contractor furnishing to the Government a Guarantee in the prescribed formof a Schedule Bank of India being in fact those presents in the like sum of Rs. ................. (Rupees........................................ only). We ................................ Bank/Limited registered in India under............................................................. Act and having one of our Local Head Office at..................................... do hereby :1. Guarantee to the Government :(a)(b)Due performance and observance by the Contractor of terms, covenants and conditions on thepart of the Contractor contained in the said Agreement. andDue 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 Contractorunder or in respect of the said Agreement.2. Undertake to pay to the Government on demand and without demur and not withstanding anydispute or disputes raised by the Contractor(s) in any suit or proceeding filed in any court ofTribunal relating there to the said sum of Rs. ................................. (Rupees.................................................... only) or such lesser sum as may demand by the Governmentfrom 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 thesubsistence of the said Agreement and that the same will be continue to be enforceabletill all the dues of the Government under or by virtue of the said Agreement have beenduly paid and its claims satisfied or discharged and till the Government certifies that theterms and conditions of the said Agreement have been fully properly carried out by theContractor.(b) We shall not be discharged or released from the liability under this Guarantee byreasons ofi) Any change in the constitution of the Bank or the Contractor. orii) Any agreement entered into between the Government and the Contractor with orwithout our consent.iii) Any forbearance or indulgence shown to the Contractoriv) Any variation in the terms, convenants or conditions contained in the said Agreement.v) Any time given to the Contractor, orvi) Any other conditions or circumstances under which, in law, a surety would bedischarged.(c)(d)Our liability here under shall be joint and several with that of the Contractor as if wewere the Principal debtors in respect of the said sum of Rs. ................. (Rupees................................................…… only) andWe shall not revoke this guarantee during its currency except with the previous consentin writing of the Government.Contractor No. of Corrections Executive Engineer


(134)IN WITNESS WHERE OF the Common Seal of............................................................. has beenhereunto affixed this ......................... day of....................................................................20...The Common Seal of ................................... waspursuant to the resolution of the Board of Directors ofthe Company dated the ............... day of..........................herein affixed in the presence of.................... who, in token thereof, have hereto settheir respective hands in the presence of :1) -----------------------------------------------2) -----------------------------------------------SPECIMEN FORM OF TERM DEPOSIT RECEIPT TO BE ATTACHED ALONG WITH THETENDER AS EARNEST MONEY.DEPOSIT No.:State/Reserve Bank of IndiaTERM DEPOSIT RECEIPTRs.Received from ...................................................... the sum of Rupees ..................................................... which is placed to his credit with the State/Reserve Bank of India as TermDeposit Receipt for a period of one year in the name of the Executive Engineer, Presidency Division,Mumbai - 400 001.No.:For State/Reserve Bank of IndiaDatedNOT TRANSFERABLESignatureSignature of Contractor’sExecutive Engineer,Presidency Division,Mumbai.Contractor No. of Corrections Executive Engineer


(135)GUARANTEE BOND FOR WATERPROOFING WORK(On stamp paper worth Rupees 100/-)Name of work: MOW to New Council Hall Building at Mumbai – Additionaland Alterations and Structural Repairs to New Council HallBuilding at MumbaiName of Agency :Agreement No. :The contractor hereby declares that the water proofing work carried out under this contractshall be of the best quality and workmanship and shall strictly in accordance with thespecifications and particulars contained/mentioned in the clause hereof and the contractorhereby guarantee that the said work should continue to conform to the description and qualityaforesaid for a period of Ten years from the date of handing over the said work to theDepartment and notwithstanding the fact that the Department may have inspected and orapproved the said work. If during the aforesaid period of Ten years, the said work bediscovered not to conform to the description and quality aforesaid for a period of Ten yearsfrom the date of handling over the said work to the Department and notwithstanding the factthat Department may have inspected and or approved the said work. If during the aforesaidperiod of Ten years, the said work be discovered not to conform to the description andquality aforesaid or have deteriorated (and the decision of the Engineer in charge in thatbehalf will be final and conclusive) the department will be entitled to reject the said work orsuch portion thereof as may be discovered not to conform to the said description and quality.On such rejection, the work will be at the contractor’s risk and all the provisions hereincontained relating to rejection of work etc. shall apply. The contractor shall, if so calledupon, have to make good the work etc. or such portion thereof, as is rejected by the Engineerin charge, otherwise the contractor shall pay to the Department, such damages, as may ariseby the reason of the breach of the condition herein contained. Nothing herein contained shallprejudice any other right of the Department in that behalf under this contract or otherwise.Date :Place :ContractorContractor No. of Corrections Executive Engineer


(136)Contractor No. of Corrections Executive Engineer


(137)14. Form of StoresEòɨÉÉSÉä xÉÉǼ É :ʺɨÉå]õSÉ +É´ÉEò ´É JÉ{ɪÉÉÆSÉÉ Ê½þÉÉä¤É nùÉÇÊ´ÉhÉÉ®úÒ xÉÉånù´É½þÒ Gò.1¨ÉÉMÉÒ±É ºÉ{iÉɽþÉ{ÉɺÉÚxÉ EòɨÉÉSªÉÉ Ê`öEòÉhÉÒ +ºÉ±Éä±ÉÒ Êɱ±ÉEòÊnùxÉÉÆEò MÉÉb÷Ò Gò¨ÉÉÆEò |ÉÉ{iÉ ÊºÉ¨Éå]õSÉä´ÉVÉxÉ+É´ÉEò +ÉÊhÉ JÉ{É ªÉÉÆSÉÉ Ê½þÉä¤É´ÉÉ{É®ú±É䱪ÉÉ ÊºÉ¨Éå]õSÉä´ÉVÉxÉÊnù´ÉºÉÉSªÉÉ +JÉä®úÒºÉÊɱ±ÉEò ʺɨÉå]õSÉä ´ÉVÉxÉEÆòjÉÉ]õnùÉ®úÉSÉÒ ºÉ½þÒ+ʦɪÉÆiªÉÉSÉÒ ºÉ½þÒxÉÉånù´É½þÒ Gò.2ÊxÉ®ÊxÉ®úɲªÉÉ ¤ÉɤÉÓ´É®ú +É`ö´Éb÷¬É¨ÉvªÉä ={ɪÉÉäMÉÉiÉ +ÉhÉhÉä +ɴɪÉEò +ºÉ±Éä±Éä {ÉÊ®ú¨ÉÉhÉ ªÉÉÆSÉÒ iÉÖ±ÉxÉÉ nùÉJÉ´ÉhÉÉ®äúEòÉä¹]õEò+É`ö´Éb÷¬É¨ÉvªÉä Eäò±É䱪ÉÉ EòɨÉÉSÉä BEÚòhÉ +ÆnùÉVÉä {ÉÊ®ú¨ÉÉhÉ1)2)3)Contractor No. of Corrections Executive Engineer


(138)....................................... ¸üÖê•Öß ÃÖÓ¯ÖÖÖ·µÖÖ †Öšü¾Ö›üÖÃÖÖšüß ÖÖêÂÖ¾ÖÖ¸üÖ†.Îú.²ÖÖ²Öà“Öê ­ÖÖÓ¾Öêú»Ö껵ÖÖ úÖ´ÖÖ“Öê †Ó¤üÖ•Öê¯Ö׸ü´ÖÖÖ¯Ö׸ü´ÖÖÖ ‹ú´ÖÖ­Ö¾ÖÖ¯Ö¸üÖê†Ö¾Ö¿µÖú†ÃÖ»Öê»Öê ×ÃÖ´Öëü“Öê¯Ö׸ü´ÖÖÖ/¯ÖÖꟵÖÖ´Ö¬µÖê(¯ÖÖꟵÖÖ“µÖÖ ¯ÖÏŸµÖêúÃÖÓµÖêŸÖ) ´Öê.ü­Ö¾ÖÖ¯Ö¸üÖ¾ÖµÖÖÃÖÆü¾Öê †ÃÖ»Ö껵ÖÖ×ÃÖ´Öëü“Öê ‹æúÖ¯Ö׸ü´ÖÖÖ ´Öê.ü­Ö1 2 3 4 5 6 7¯ÖÏŸµÖÖ¾ÖÖ¯Ö¸ü»Öê»Öê×ÃÖ´Öëü“Öê ‹æúÖ¯Ö׸ü´ÖÖÖ ´Öê.ü­ÖContractor No. of Corrections Executive Engineer


(139)¯ÖÖê»ÖÖ¤üÖ“Öß †Ö¾Öú †Ö×Ö Ö¯ÖµÖÖÓ“ÖÖ ×Æü¿ÖÖê²Ö ¤ü¿ÖÔ×¾ÖÖÖ¸üß ­ÖÖë¤ü¾ÖÆüß Îú.1úÖ´ÖÖ“Öê ­ÖÖ¾Ö :´ÖÖÖᯙ ÃÖ¯ŸÖÖÆüÖ¯ÖÖÃÖæ­Ö úÖ´ÖÖ“µÖÖ ×šüúÖÖß †ÃÖ»Öê»Öß ×¿Ö»»Öú†Ö¾Öú †Ö×Ö Ö¯Ö µÖÖÓ“ÖÖ ×Æü¿Öê²Öפü­ÖÖÓú ÖÖ›ß Îú´ÖÖÓú ¯ÖÏÖ¯ŸÖ ¯ÖÖê»ÖÖ¤üÖ“Öê ¾ÖÖ¯Ö¸ü»Ö껵ÖÖ ¯ÖÖê»ÖÖ¤üÖ“Öê פü¾ÖÃÖÖ“µÖÖ †Öê¸üßÃÖ¾Ö•Ö­Ö¾Ö•Ö­Ö ×¿Ö»»Öú ¯ÖÖê»ÖÖ¤üÖ“Öê ¾Ö•Ö­Ö1 2 3 4 5‹æúÖÓú¡ÖÖü¤üÖ¸üÖ“Öß ÃÖÆü߆׳ֵÖÓŸµÖÖ“Öß ÃÖÆüß­ÖÖë¤ü¾ÖÆüß Îú.2×­Ö¸ü×­Ö¸üÖóµÖÖ ²ÖÖ²Öà¾Ö¸ü †Öšü¾Ö›üÖ´Ö¬µÖê ˆ¯ÖµÖÖêÖÖŸÖ †ÖÖÖê †Ö¾Ö¿µÖú †ÃÖ»Öê»Öê ¯ÖÖê»ÖÖ¤üÖ“Öê ¯Ö׸ü´ÖÖÖ ¾Ö ¯ÖÏŸµÖÖÖŸÖˆ¯ÖµÖÖêÖÖŸÖ †ÖÖ»Öê»Öê ¯Ö׸ü´ÖÖÖ µÖÖÓ“Öß ŸÖã»Ö­ÖÖ ¤üÖÖ¾ÖÖÖ¸êü úÖêÂüú†Öšü¾Ö›üÖ´Ö¬µÖê êú»Ö껵ÖÖ úÖ´ÖÖ“Öê ‹æúÖ †Ó¤üÖ•Öê ¯Ö׸ü´ÖÖÖ1)2)3)Contractor No. of Corrections Executive Engineer


(140)­ÖÖë¤ü¾ÖÆüß Îú.3....................................... ¸üÖê•Öß ÃÖÓ¯ÖÖÖ·µÖÖ †Öšü¾Ö›üÖÃÖÖšüß ÖÖêÂÖ¾ÖÖ¸üÖ†. ²ÖÖ²Öà“Öê ­ÖÖÓ¾Ö êú»Ö껵ÖÖ úÖ´ÖÖ“Öê †Ó¤üÖ•Öê ¾ÖÖ¯Ö¸üÖê ¾ÖÖ¯Ö¸üÖ¾ÖµÖÖÃÖ ¯ÖÏŸµÖÖÎú.¯Ö׸ü´ÖÖÖ†Ö¾Ö¿µÖú Æü¾Öê †ÃÖ»Ö껵ÖÖ ¾ÖÖ¯Ö¸ü»Öê»Öê¯Ö׸ü´ÖÖÖ ‹ú´ÖÖ­Ö †ÃÖ»Öê»Öê ¯ÖÖê»ÖÖ¤üÖ“Öê ¯ÖÖê»ÖÖ¤üÖ“Öê¯ÖÖê»ÖÖ¤üÖ“Öê ¯Ö׸ü´ÖÖÖ ´Öê.ü­Ö ‹æúÖ ¯Ö׸ü´ÖÖÖ¯Ö׸ü´ÖÖÖ ´Öê.ü­Ö´Öê.ü­Ö1 2 3 4 5 6 7Contractor No. of Corrections Executive Engineer


SCHEDULE 'B' Sr.No - 19Name of work : MOW to New Council Hall Building at Mumbai - Additions and Alterations andstructural Repairs to New Council Hall Building at Mumbai.Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)8517.21 1 . Removing the existing cement plaster of any thickness without causing dust 24.90 Rupees Twenty Four And Per 212078.53Square nuisance and stacking the debris upto a distance of 50 metres or spreading in the Paise Ninety Only SquareMetres compound and cleaning the site etc. complete. Metres2028.08 2 . Chipping the R.C.C. surface and cleaning the rusted reinforcement and exposed 106.65 Rupees One Hundred Six Per 216294.73Square surface by wire brush mechanical device or any other established method and And Paise Sixty Five Only SquareMetres applying rust removing solution of approved make and quality with cotton waste Metreswab to reinforcement and allowing to dry the same for 24 hours, brushing ofloose particle and applying 1st coat of rust preventive coating of polymer andcement slurry in 1:1.5 proportion with soft brush without adding water includingapplying another coat of rust preventivr after 4 hours allowing Air Curing for 48hours etc. including scaffolding etc. complete.2028.08 3 . Providing and applying a priming cum bonding coat of polymer of approved make 105.65 Rupees One Hundred Five Per 214266.65Square and quality as approved by Engineer-in-charge and cement slurry in 1:1 And Paise Sixty Five Only SquareMetres proportionate by weight to concrete area by brush or any other established Metremethod etc. complete.1622.35 4 . Providing and applying 15mm thick polymer mortar to load carrying R.C.C. 967.00 Rupees Nine Hundred Sixty Per 1568812.45Square members in two layers in proportion of 1:5:15 by weight of polymer of approved Seven And Paise Nil Only SquareMetres make and quality, cement and Quartz sand with required water cement ratio for Metredesired consistency and applying and finishing by floating, including applyingpriming cum bonding coat for 2nd layer curing after initial setting time etc. as permanufacturers specification etc. complete.1715.97 5 . Providing internal cement plaster20 mm thick in a single coat in cement mortar 1:5 317.00 Rupees Three Hundred Per 543962.49Square without neeru finish to concrete or brick surfaces in all positions including Seventeen And Paise Nil SquareMetres scaffolding and curing complete. Only Metre


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)4594.47 6 . Providing sand face plaster externally to concrete, stone or brick surfaces using 557.00 Rupees Five Hundred Fifty Per 2559119.79Square approved screened sand including preparing the base, watering and applying Seven And Paise Nil Only SquareMetres base coat of 15 mm thick in cement mortar 1:4 using water proofing compound at Metrethe rate of 1 Kilogramme per cement bag and curing the same for not less thantwo days and keeping the surface of base coat rough to receive the sand facedtreatment not to exceed 8 mm thickness in cement mortar 1:4 and finishing thesurface by taking out grains and curing for 14 days and scaffolding etc. complete.12206.93 7 . Removing old paint from steel and other metal surface and making the surface 19.75 Rupees Ninteen And Paise Per 241086.87Square even with hand scrapping or by mechanical means scaffolding necessary etc. Seventy Five Only SquareMetres complete. Metre585.10 8 . Providing and fixing G.I. pipes 40 mm diameter heavy type galvanised iron pipe 581.70 Rupees Five Hundred Eighty Per 340352.67Running having 48.3 mm outer dia. and 4.545 Kg. per meter weight and having embossed One And Paise Seventy RunningMetres at every metre as ISI mark and name of the manufacturer to walls, ceilings, floors Only Metreetc. with screwed sockets, backnuts, elbows, tees, reducers, enlargers, plugs,clamps etc. including necessary drilling in holes in walls/ slabs etc. and remakinggood the demolished portion to restore the same in original condition neatly andapplying primer and two coats of oil painting including necessary scaffoldingincluding removing the existing pipe, if necessary and conveying and stacking thesame in P.W.D. chowky or as directed etc. complete.770.00 9 . Providing and fixing ISI 1729/2002 grade 100 mm dia Cast Iron Soil Pipes With 1670.90 Rupees One Thousand Six Per 1286593.00Running lugs including plug bend necessary fittings such as bends, tees, single junction, Hundred Seventy And Paise RunningMetres double junction, slotted vent, offsets on wall or into the ground including filling Ninety Only Metrejoints with cement mortar 1:2 proportion fixing on wall by means of galvanisedM.S. bracket of 30 x 5 mm plate and 8 mm square rod with G.I. clamp withwasher as per design, drawing and as directed to keep pipe 50 mm away fromwall including necessary scaffolding and painting the exposed faces with one coatof red lead oil paint and two coats of oil paint including removing the existing pipeif necessary and conveying and stacking in PWD Chowky or as directed byEngineer-in-Charge.


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)851.00 10 . Providing and fixing ISI 1729/2002 grade 100 mm dia Cast Iron Waste Water 1494.80 Rupees One Thousand Four Per 1272074.80Running Pipe with lugs necessary fittings such as bends, tees, single junction, double Hundred Ninety Four And RunningMetres junction, slotted vent, offsets on wall or into the ground including filling joints with Paise Eighty Only Metrecement mortar 1:2 proportion fixing on wall by means by galvanised M.S. bracketof 30 x 5 mm plate and 8 mm square rod with G.I. clamp with washer as perdesign drawing and as directed to keep pipe 50 mm away from wall includingnecessary scaffolding and painting the exposed fees with one coat of red lead oilpaint and two coats oil paint including removing the existing pipe if necessary andconveying and stacking in PWD Chowky or as directed by Engineer-in-Charge.40 11 . Providing and fixing screw down 40 mm dia. wheeled stop tap of gun metal 1019.70 Rupees One ThousandNumbers bearing I.S.I mark including sockets, union nut complete. Ninteen And Paise SeventyPerNumber40788.00Only12.60 12 . Providing and fixing mild steel grill work for window, ventilator weighing 15 kg 1594.40 Rupees One Thousand Five Per 20089.44Square per Sqm. as per drawing including necessary welding and painting with one coat Hundred Ninety Four And SquareMetres of anticorrosive paint etc. complete. Paise Forty Only Metre833.93 13 . Providing and fixing in position P.V.C. hand rail of approved quality, make and 327.55 Rupees Three Hundred Per 273153.77Running shade including mild steel plate of required size as directed etc. complete. Twenty Seven And Paise RunningMetres Fifty Five Only Metre1170.58 14 . Finishing the terrace slab integrally with cement mortar 1:3 proportion with 20 mm 174.85 Rupees One Hundred Per 204675.91Square thick layer including curing, finishing using water proofing compound at the rate of Seventy Four And Paise SquareMetres 1 kg./bag of cement etc. complete. Eighty Five Only Metre5704.67 15 . Providing and applying one pre-treatment coat for Acrylic latex paint of approved 14.40 Rupees Fourteen And Paise Per 82147.25Square manufacturer including preparing the surface etc. complete. Forty Only SquareMetresMetre


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)19533.95 16 . Providing and applying one coat of exterior primer for Acrylic latex paint of 24.00 Rupees Twenty Four And Per 468814.80Square approved manufacturer including preparing the surface etc. complete. Paise Nil Only SquareMetresMetre19533.95 17 . Providing and applying two coats of exterior Acrylic latex paint of approved 119.30 Rupees One Hundred Per 2330400.24Square colour and shade to the plastered surface as per manufacturers specification Ninteen And Paise Thirty SquareMetres including scaffolding preparing the surface etc. complete. (Excluding primer coat). Only Metre1106.980 18 . Removing any kind of debris including loading in truck and conveying to dumping 660.00 Rupees Six Hundred Sixty Per Cubic 730606.80Cubic point approved by BMC, unloading, spreading etc. complete. With all leads and And Paise Nil Only MetreMetres lifts.12350.00 19 . Providing and erecting double scaffolding for external plaster and other repair 62.65 Rupees Sixty Two And Per 773727.50Square works using bamboo male of 1" to 1-1/2 "dia. Vertical and Horizontal at 1.20 Paise Sixty Five Only SquareMetres mtr. and necessary cross bamboos and short bamboos for supports from building Metreand providing and fixing planks by taking necessary holes in wall and remakinggood the damages after completion of work, including coir and all necessarymaterial including conveying loading unloading including removing the same offercompletion of work by taking necessary precautions and safety measures oflabour etc.complete (The Equvational area shall measureed fo payment will bemade once irrespective of duration of scaffolding)10629.02 20 . Removing the old cement concrete or any type of tiled flooring including levelling 40.55 Rupees Forty And Paise Per 431006.76Square the surface, cleaning the site including sorting out serviceable tiles and stacking the Fifty Five Only SquareMetres same and debris disposing off upto a distance of 50 metres. Metre103.12 21 . Providing and fabricating and installing structural aluminium composite panels of 6060.00 Rupees Six Thousand Sixty Per One 624907.20Square 4mm thick with specially designed extruded aluminium sections with necessary And Paise Nil Only SquareMetre EPDM Gasket, Silicon sealant to accommodate aluminium panels of approved Metrecolour shade and size as per drawings, including necessary riveting whether andstructural silicon sealant, spacer, abrotape, duly powder coated etc complete.


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)405.73 22 . Providing and applying 30 mm thick polymer mortar to load carrying R.C.C 1441.45 Rupees One Thousand Four Per 584839.51Square member in two layers in proportion of 1:5:15 by weight of Polymer of approved Hundred Forty One And SquareMetres make and quality, cement and Quartz sand with required water cement ratio for Paise Forty Five Only Metredesired consistency and applying and finishing by floating, after curing initial settingtime applying bonding coat for 2nd coat etc. as per manufactures specificationetc. complete.2714 23 . Providing leak proof treatment by injection grouting method to existing floor 539.55 Rupees Five Hundred Thirty Per Hole 1464338.70Holes without removing tiles of W.C./Bath or terrace with water proofing compound Nine And Paise Fifty Fiveand cement solutions (fine sand, cement etc.) making holes, refilling and makingOnlythem water tight including making good the damages, cleaning etc. complete.2601.77 24 . Providing & applying laying White Aggregate plaster in white cement with marble 1191.15 Rupees One Thousand One Per One 3099098.34Square pebbles as decorative finish to give marble like appearance to concrete, brick of Hundred Ninety One And SquareMetres block surfaces in all position including preparation of surface smoothly, evenly by Paise Fifteen Only Metreracking of joints in case of Brick or block work including backing layer of 12mmthick with cement mortar 1:3 with 2% integral cement water proofing compound,roughening for wall keying hardening and drying the surface for a minimum fivedays gaps including second coat of cement lime mortar into a proportion 1:4preparing the surface for three coat of marble finish plaster giving a thin coat ofwhite cement of slurry mixing one part of white cement and two parts of coursecalcite powder, applying the mortar with steel float on the surface in proper evenness applying at coat of white cement and lime to set a smooth finish the applyinga coat of white and lime to get a smooth finish then applying a thin coat of slurrymade of white cement and black oxide colour in required proportion by the steelfloat to gent black streaks on the surface and curing the surface for two daysincluding all materials and labour etc complete.435 25 . Removing doors and windows of any size and type with frame, mild steel/ 104.30 Rupees One Hundred Four Per 45370.50Numbers wrought iron grill work and stacking the same in compound or in P.W.D. Chowky. And Paise Thirty Only Number


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)210.52 26 . Providing and fixing in position extruded modular alluminium ‘E’ Glass Sandwitch 8192.85 Rupees Eight Thousand One Per One 1724758.78Square window having frame made out of extruded tubular section of size 63 mm x 38 Hundred Ninety Two And SquareMetres mm x 2.00 mm thickness (wt. 1.054 kg/Rmt) mechanically assembled at corners Paise Eighty Five Only Metrewith glazing, beading of angle 25 mm x 25 mm x 1.60 mm thick (wt. 0.21 kg/Rmt)including 12mm thick Toughen glass both side having 19mm Air gap (energysaving) including glass with rubber gasket and wooden encasement wherevernecessary etc. as per approved drawing and specification etc. complete.158.570 27 . Lowering down the debris of the existing waterproofing treatment from the terrace 529.85 Rupees Five Hundred Per Cubic 84018.31Cubic by any means without causing dust nuisance and damage to structure, stacking Twenty Nine And Paise MetreMetres the same as and where directed including cleaning the site complete. Eighty Five Only2856.39 28 . Providing and laying cement concrete flooring 50 mm thick with M-20 cement 450.75 Rupees Four Hundred Fifty Per 1287517.79Square concrete laid to proper line level and slope in alternate bays including compaction, And Paise Seventy Five Only SquareMetres filling joints, marking lines to give the appearance of tiles of 30 cm x 30 cm or Metreother size, as specified and laid diagonally or square, finishing smooth (with extracement) in any colour as directed, and curing complete.2856.39 29 . Providing and laying in required position flooring of broken China mosaic (broken 618.40 Rupees Six Hundred Per 1766391.58Square pieces of China chips) of approved colour and pattern laid on bed of cement Eighteen And Paise Forty SquareMetres mortar 1:4 including neat cement float, giving proper slopes, compaction, curing Only Metreand finishing etc. complete.88 30 . Removing urinal pans or wash hand basins with frame including disconnecting the 48.00 Rupees Forty Eight AndNumbers sanitary and water supply connections, removing the same carefully and stacking Paise Nil OnlyPerNumber4224.00the serviceable materials as and where directed including throwing theunserviceable materials outside.44 31 . Removing W.C. pans including disconnecting the sanitary and water supply 123.40 Rupees One Hundred Per 5429.60Numbers connections, removing and breaking flooring and bed concrete around pans and Twenty Three And Paise Numberremoving pan carefully and throwing out the refusal outside etc. complete.Forty Only


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)263.83 32 . Removing existing water proofing treatment such as I.P.S./Brick bat coba/etc. 44.45 Rupees Forty Four And Per 11727.24Square from terrace/toilet block without damage to structure, levelling and cleaning the Paise Forty Five Only SquareMetres surface for providing new specialised water proofing treatment complete. Metre25.040 33 . Pulling down burnt brick masonry (in cement mortar) with plaster including sorting 248.35 Rupees Two Hundred Forty Per Cubic 6218.68Cubic out serviceable bricks and stacking the same and debris separately upto a Eight And Paise Thirty Five MetreMetres distance of 50 metres or spreading the debris etc. complete. Only371.82 34 . Providing waterproof bedding 25 mm thick for flooring of bath and W.C. in 449.90 Rupees Four Hundred Forty Per 167281.82Square cement mortar 1:3 using 1 kg of waterproofing compound of approved make and Nine And Paise Ninety Only SquareMetres manufacturer per bag of cement including leveling, curing etc. complete. Metre357.94 35 . Providing Second Class Burnt Brick masonry with conventional/ I.S. type bricks 806.10 Rupees Eight Hundred Six Per 288535.43Square in cement mortar 1:4 in half brick thick wall including mild steel longitudinal And Paise Ten Only SquareMetres reinforcement of 2 bars of 6 mm diameter/2 hoop iron strips 25 mm x 1.6 mm at Metreevery third course properly bent and bonded at ends, scaffolding, racking outjoints and watering etc. complete.1014.19 36 . Providing waterproof plaster in W.C. and bath 20 mm thick for dado in cement 349.10 Rupees Three Hundred Forty Per 354053.73Square mortar 1:3 with neat finishing, floating using waterproofing compound at the rate of Nine And Paise Ten Only SquareMetres 1 kg. per bag of cement of approved make and manufacturer etc. complete. Metre644.60 37 . Providing and fixing leak proof and frost proof ASTMD (UPVC) Pipes of 20 mm 170.50 Rupees One Hundred Per 109904.30Running dia having a wall thickness 3.91 mm schedule 80 pipes (pressure rating) for Seventy And Paise Fifty Only RunningMetres normal water supply etc. complete. Metre


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)644.60 38 . Providing and fixing G.I. pipes 15 mm diameter heavy type having 21.30 mm 296.25 Rupees Two Hundred Ninety Per 190962.75Running outer dia. and 1.504 Kg. per meter weight and having embossed at every metre Six And Paise Twenty Five RunningMetres as ISI mark and name of the manufacturer to walls, ceilings, floors etc. with Only Metrescrewed sockets, backnuts, elbows, tees, reducers, enlargers, plugs, clamps etc.including necessary drilling in holes in walls/ slabs etc. and remaking good thedemolished portion to restore the same in original condition neatly and applyingprimer and two coats of oil painting including necessary scaffolding includingremoving the existing pipe, if necessary and conveying and stacking the same inP.W.D. chowky or as directed etc. complete.121.00 39 . Providing and fixing ISI 1729/2002 grade 150 mm dia Cast Iron Soil Pipes With 2626.00 Rupees Two Thousand Six Per 317746.00Running lugs including plug bend necessary fittings such as bends, tees, single junction, Hundred Twenty Six And RunningMetres double junction, slotted vent, offsets on wall or into the ground including filling Paise Nil Only Metrejoints with cement mortar 1:2 proportion fixing on wall by means of galvanisedM.S. bracket of 30 x 5 mm plate and 8 mm square rod with G.I. clamp withwasher as per design, drawing and as directed to keep pipe 50 mm away fromwall including necessary scaffolding and painting the exposed faces with one coatof red lead oil paint and two coats of oil paint including removing the existing pipeif necessary and conveying and stacking in PWD Chowky or as directed byEngineer-in-Charge.154.00 40 . Providing and fixing ISI 1729/2002 grade 75 mm dia Cast Iron Waste Water 1335.00 Rupees One Thousand Three Per 205590.00Running Pipe with lugs necessary fittings such as bends, tees, single junction, double Hundred Thirty Five And RunningMetres junction, slotted vent, offsets on wall or into the ground including filling joints with Paise Nil Only Metrecement mortar 1:2 proportion fixing on wall by means by galvanised M.S. bracketof 30 x 5 mm plate and 8 mm square rod with G.I. clamp with washer as perdesign drawing and as directed to keep pipe 50 mm away from wall includingnecessary scaffolding and painting the exposed fees with one coat of red lead oilpaint and two coats oil paint including removing the existing pipe if necessary andconveying and stacking in PWD Chowky or as directed by Engineer-in-Charge.


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)33.00 41 . Providing and fixing G.I. pipes 50 mm diameter heavy type having 60.3 mm outer 693.50 Rupees Six Hundred Ninety Per 22885.50Running dia. and 6.329 Kg. per meter weight and having embossed at every metre as ISI Three And Paise Fifty Only RunningMetres mark and name of the manufacturer to walls, ceilings, floors etc. with screwed Metresockets, backnuts, elbows, tees, reducers, enlargers, plugs, clamps etc. includingnecessary drilling in holes in walls/ slabs etc. and remaking good the demolishedportion to restore the same in original condition neatly and applying primer andtwo coats of oil painting including necessary scaffolding including removing theexisting pipe, if necessary and conveying and stacking the same in P.W.D.chowky or as directed etc. complete.110 42 . Providing and fixing 10 cm cast iron Nahani Trap with fixed cast iron grating, cast 1351.40 Rupees One Thousand Three Per 148654.00Numbers iron plug bend and piece of cast iron pipe upto plug bend etc. complete. Hundred Fifty One And NumberPaise Forty Only74.360 43 . Providing waterproofing in W.C. and bath including brick bat coba in all positions 4154.35 Rupees Four Thousand OneCubic consisting of specialised materials as per manufacturer's specifications including Hundred Fifty Four AndPer Cubic 308917.47MetreMetres12mm bedding n CM 1:3 1kg of waterproofing compound per bay of cement andapplying polymer membrance coating by adding cement as directed and laying Paise Thirty Five Onlylaying brick bat coaba in cm 1:5 mm 1 kg of waterproofing compound per bag ofcement, grouting of necessary and finishing the brick bat sruface with 20mmbeding in CM 1:3 mm 1 kg of waterproofing compund per bag of cement andcovering ten years' guarantee on requisite stamp paper including all leads, lifts etc.complete.59.40 44 . Providing and fixing Kadappa Stone slab for Kitchen platform of approved type 1013.20 Rupees One Thousand Per 60184.08Square and design 30 mm to 40 mm thick in cement mortar 1:4 including providing and Thirteen And Paise Twenty SquareMetres fixing border patti on front edge, filling joints, curing, cleaning etc. complete. Only Metre2286.61 45 . Providing and laying machine cut mirror polished carbon black/ coffee brown/ jet 2853.30 Rupees Two Thousand Eight Per One 6524384.31Square black granite stone slab of required size and about 20mm thick of approved Hundred Fifty Three And SquareMetres quality for window/ doors frame /molding and cement mortar 1:4 including filling Paise Thirty Only Metrejoints with neat colour cement slurry, curring, Hand polishing rounding andmoulding the edges and cleaning complete.


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)758.06 46 . Providing and laying Rectified and vitrified mirror finish decorative type tiles of size1420.95 Rupees One Thousand Four Per 1077165.36Square 600 mm x 600 mm and 10 mm thick having water absorption less than 0.05% of Hundred Twenty And Paise SquareMetres approved make, shade and pattern for dado in required position laid on plaster of Ninety Five Only Metre1:4 cement mortar, cement paste, filling joints with neat cement slurry, curing andcleaning etc. complete.439.60 47 . Providing and laying Rectified and vitrified mirror finish decorative type tiles of size1587.30 Rupees One Thousand Five Per 697777.08Square 600 mm x 600 mm and 10 mm thick having water absorption less than 0.05% of Hundred Eighty Seven And SquareMetres approved make, shade and pattern for flooring in required position laid on a bed Paise Thirty Only Metreof 1:4 cement mortar including neat cement float, filling joints with cement slurry,curing and cleaning etc. complete.583.21 48 . Providing and fixing in position Gypsum board false ceiling with 12.5 mm thick 1674.90 Rupees One Thousand Six Per 976818.43Square Gypsum boards, screwed/fixed to the under structure of suspended G.I. Grid Hundred Seventy Four And SquareMetres constructed and suspended from the main ceiling consisting of ceiling sections of Paise Ninety Only Metresize 25 x 50 mm maximum center to center distance of 600 milimetre perimeterchannel and intermediate channels at maximum center to center distance 1200milimetre galvanized grid should be fixed to reinforced cement concrete slab. Thegypsum board should be fixed to galvanized iron grid with necessary screws. Theboards should be taped and filled from underside to give smooth, seamlessceiling. The rate should include necessary additional ceiling sections andintermediate channels. Additional intermediate channels should be fixed to straphangers for additional support to prevent strapping at every 1200 milimetre itemto be completed in all respect including necessary sleeves for ducts finishing ofjoints cut outs and including labour, material, lifts etc. all complete.18.15 49 . Providing and fixing aluminum louvered windows consisting of vertical arm 1291.00 Rupees One Thousand Two Per 23431.65Square (40x12mm) with holders, lever and locking arrangement weighing at 0.91 Hundred Ninety One And SquareMetres Kg/Rmt. with 3mm thick sheet glass louvers etc. complete. Paise Nil Only Metre


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)249.84 50 . Providing and fixing in position extruded modular alluminium fixed glass panel 3796.00 Rupees Three Thousand Per 948392.64Square window having frame made out of extruded tubular section of size 63 mm x 38 Seven Hundred Ninety Six SquareMetres mm x 2.00 mm thickness (wt. 1.054 kg/Rmt) mechanically assembled at corners And Paise Nil Only Metrewith glazing, beading of angle 25 mm x 25 mm x 1.60 mm thick (wt. 0.21 kg/Rmt)including plain sheet glass 5.5 mm thick with rubber gasket and woodenencasement wherever necessary etc. as per approved drawing and specificationetc. complete.195.37 51 . Providing and fixing on site full ht. Both side laminated lobby door shutters at 6984.00 Rupees Six Thousand Nine Per One 1364464.08Square require location and having height more that 1.5metre made by using solid core Hundred Eighty Four And SquareMetres commercial type flush door 35mm thick of the requisite manufacture viz Paise Nil Only MetreAnchor/Century/ Kenwood/Duro or equivalvant generally confirming to I.S.303/I.S.710 - 1980, finished with 1.5mm thick laminate matt/suede/ fine linefinished lamination pattern with grooves on both sides. Antitermite treatment toplywood and woodwork with ten years guarantee bond etc. including all leads &lifts etc complete necessary lipping (BTC), moulding, hardware, pivots, locks,handles polishing etc as per Architect's Drawing and instructions of Engineer inCharge.22 52 . Providing and fixing White glazed earthenware half stall type urinal with flushing 16500.00 Rupees Sixteen Thousand Per One 363000.00Numbers cistern with Censor type with fittings, inlet pipe and stop tap, brackets for fixing Five Hundred And Paise Nil Numberthe cistern, 32 mm diameter galvanised iron heavy type flush pipe with fittings andOnlyflushing spreader arrangement etc. complete.44 53 . Supplying coloured glazed cone shape wash hand basin 0.370 x 0.370 x 0.150 5000.00 Rupees Five Thousand And Per One 220000.00Numbers with necessary fittings complete. Paise Nil Only Number44 54 . Providing and fixing White glazed earthenware half stall type urinal with flushing 16500.00 Rupees Sixteen Thousand Per One 726000.00Numbers cistern with Censor type with fittings, inlet pipe and stop tap, brackets for fixing Five Hundred And Paise Nil Numberthe cistern, 32 mm diameter galvanised iron heavy type flush pipe with fittings andOnlyflushing spreader arrangement etc. complete.66 55 . Providing fixing heavy type 12mm dia fist A 2 x 1 bib cock of Jaquar company 860.00 Rupees Eight Hundred Sixty Per One 56760.00Numbers including socket, union nut etc complete And Paise Nil Only Number


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)66 56 . Supplying heavy type 12mm dia pillar cock of Jaquar company including sockets, 1250.00 Rupees One Thousand TwoNumbers union nut etc complete Hundred Fifty And PaisePer OneNumber82500.00Nil Only44 57 . Providing and fixing decorative Mirrors of approved quality and designs on glass, 1400.00 Rupees One Thousand Four Per 61600.00Numbers copper plated with 3/8" thick ply wood backing, in the masonry etc. complete. Hundred And Paise Nil Only Number22 58 . Supplying heavy type 12mm dia long body perk jet spray 1 set of Jaquar 385.00 Rupees Three Hundred Per One 8470.00Numbers company including socket union nut etc complete Eighty Five And Paise Nil SquareOnlyMetre341.55 59 . Providing 12 mm thick P.O.P. finish in single coat to concrete or brick surfaces in 208.55 Rupees Two Hundred Eight Per 71230.25Square all positions including scaffolding etc. complete. And Paise Fifty Five Only SquareMetresMetre1392.37 60 . Providing and applying plastic emulsion paint of approved quality colour and 52.60 Rupees Fifty Two And Paise Per 73238.66Square shade to old/new surfaces in two coats including scaffolding, preparing the Sixty Only SquareMetres surfaces to receive the paint and applying putty (excluding priming coat) complete. Metre28.38 61 . Providing and fixing on site 40cm deep low height storage unit at require location 18564.00 Rupees Eighteen Thousand Per One 526846.32Square less than 1.35meter height by using 19mm thick marine ply of the requisite Five Hundred Sixty Four SquareMetres manufacture viz Anchor/ Century/ Kenwood/ Duro/ Jet or equivalent generally And Paise Nil Only Metreconfirming to I.S. 710/1980 for frame, internal verticals, horizontal division,openable shutters, 6mm thick marine ply back, with necessary locks, handles,hardware, lipping (BTC), moulding etc. The total shall be finished with formicalaminate sheet finished lamination pattern with grooves externally and two coats offrench polish with anti-termite treatment to plywood and wood work including allleads and lifts etc. complete as per Architect's Drawing and instruction of Engineerin Charge.


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)38.72 62 . Providing and fixing on site Laminated Covering to column/ beam/ wall/ slab by 4918.00 Rupees Four Thousand Nine Per One 190424.96Square using 19mm thick marine ply of the requisite manufacture viz, Anchor/ Century/ Hundred Eighteen And Paise SquareMetres Kenwood/ Duro or equivalent generally confirming to I.S.303/ IS. 710-1980 Nil Only Metrefixed firmly and finished with 1.5mm thick laminate matt/ suede/ fine line finishedlamination pattern with grooves, Externally including necessary lipping (BTC)moulding, hardware, polishing etc and antitermite treatment to plywood and woodwork with ten years guarantee bend etc. including all leads and lifts etc completeas per Architect's Drawing and instructions of Engineer in charge.2508.08 63 . Providing and laying Rectified and vitrified mirror finish decorative type tiles of size1398.50 Rupees One Thousand Three Per 3507549.88Square 600 mm x 600 mm and 10 mm thick having water absorption between 0.05% to Hundred Ninety Eight And SquareMetres 2.5% of approved make, shade and pattern for flooring in required position laid Paise Fifty Only Metreon a bed of 1:4 cement mortar including neat cement float, filling joints withcement slurry, curing and cleaning etc. complete.182.81 64 . Providing and laying Rectified and vitrified mirror finish decorative type tiles of size1527.95 Rupees One Thousand Five Per 279324.54Square 600 mm x 600 mm and 10 mm thick having water absorption between 0.05% to Hundred Twenty Seven And SquareMetres 2.5% of approved make, shade and pattern for dado in required position laid on Paise Ninety Five Only Metreplaster of 1:4 cement mortar, cement paste, filling joints with neat cement slurry,curing and cleaning etc. complete.72.11 65 . Providing and laying machine cut mirror polished Granite stone slab of required 2469.40 Rupees Two Thousand Four Per 178068.43Square size and 20 mm thick of approved quality veins and colour for flooring in required Hundred Sixty Nine And SquareMetres pattern laid on a bed of cement mortar 1:6 including neat cement float, filling joints Paise Forty Only Metrewith neat coloured cement slurry, curing, hand polishing and cleaning complete.2.880 66 . Dismantling plain cement concrete work including breaking concrete by chiseling, 923.60 Rupees Nine Hundred Per Cubic 2659.97Cubic wedging etc., stacking the serviceable materials and stacking the debris upto a Twenty Three And Paise MetreMetres distance of 50 metres or spreading etc. complete. Sixty Only


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)7.124 67 . Providing and casting in situ cement concrete M-30 of trap metal for R.C.C. 6842.70 Rupees Six Thousand EightCubic work in foundation like raft, strip, grillage foundation and footing of R.C.C. Hundred Forty Two AndPer Cubic 48747.39MetreMetres Columns and steel stanchions including bailing out water manually, centering, Paise Seventy Onlyformwork, compacting, finishing and curing. (Excluding mild steel reinforcementand structural steel).36.03 68 . Providing and laying damp-proof course 60 mm thick of Shahabad stone and 861.15 Rupees Eight Hundred Sixty Per 31027.23Square bitumen using cement with water proofing compound of approved make and One And Paise Fifteen Only SquareMetres manufacture etc. complete. Metre106.59 69 . Providing Expansion Joints in R.C.C. framed structure at floor level with plain 2815.60 Rupees Two Thousand Eight Per 300114.80Square premoulded filler 25 mm thick including 3 mm aluminium plate, fixing teak wood Hundred Fifteen And Paise SquareMetres battens on both faces and finishing as directed etc. complete. Sixty Only Metre7.81 70 . Providing and fixing 24 gauge plain alluminium sheet on the face of door shutter of 596.95 Rupees Five Hundred Ninety Per 4662.18Square W.C./Bath including cutting to required size and fixing by screws including making Six And Paise Ninety Five SquareMetres good the damages if any to existing door shutter and frame etc. complete. Only Metre7.84 71 . Providing and laying polished Kotah Stone flooring of approved quality 25 mm to 898.25 Rupees Eight Hundred Per 7042.28Square 30 mm thick and having size not less than 55 cm x 55 cm in plain/diamond pattern Ninety Eight And Paise SquareMetres laid on a bed of cement mortar 1:6 including cement float, filling joints with neatcement slurry, curing, polishing and cleaning complete.Twenty Five Only Metre828.12 72 . Providing and fixing in position extruded modular alluminium section three track 3711.15 Rupees Three Thousand Per 3073277.54Square sliding window made up to three track drain bottom section of size 92mm. x 45 Seven Hundred Eleven And SquareMetres mm. x 1.05 mm. thick (1.659 Kg/Rmt) three track top and sides section of size Paise Fifteen Only Metre92mm. x 31 mm. x 1.30mm. thick (0.933 Kg/Rmt) The shutter comprising ofbottom and top member of size 40mm.x18mm.x1.25mm thick (0.417Kg/Rmt)Interlocking section of size 40mm.x 18mm.x 1.10 mm. thick (0.469Kg/Rmt) handles section of Size 40mm x 18mm x 1.25mm thick (0.417 Kg/Rmt)with 5.5 mm. thick selected quality tinted glass fixed in shutter with approvedquality neoprene, gasket, P.V.C. lining etc complete. (Excluding frame). WithPowder Coating


Quantity Description Rate in Rate in Words (Rs.) Unit Per AmountUnit Figure (Rs.) (Rs.)13180.00 73 . Providing encasement to columns /beams/pardi etc. with free flow high strength 49.50 Rupees Forty Nine AndKilograms non shrink micro concrete M-35 using single component cement micro concrete Paise Fifty OnlyPerKilogram652410.00shrinkage components and added with 100% by weight staturated dry stone dustwater cement ratio shall be maintained properly as per manufactures specificationsto achieve dense solid mass prepared micro concrete shall be poured properly asper in prefixed holding boards slurry tight form work properly aligned to requiredsize and shape and well oiled air bubbles if any shall be removed by tapping theboards removing the boards after 24 hours and curing the micro concretethoroughly for 14 days cost inclusive of shuttering curing etc. complete.Total Rs. : 48770996.04Less 7.5% Rebate On Item No. 8 to 11 & 39 to 42 Rs. 275774.45Rupees Four Crore Eighty Four Lacs Ninety Five Thousand Two Hundred Twenty Two And Paise Nil OnlyTotal Rs. : 48495221.59Say Rs. : 48495222.00Signature of ContractorExecutive Engineer,Presidency Division, Mumbai.


SCHEDULE 'C'Sr.No - 19Name of work : MOW to New Council Hall Building at Mumbai - Additions and Alterations andstructural Repairs to New Council Hall Building at Mumbai.ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.1 . Removing the existing cement plaster of any thickness without causing dust--nuisance and stacking the debris upto a distance of 50 metres or spreadingin the compound and cleaning the site etc. complete.2 . Chipping the R.C.C. surface and cleaning the rusted reinforcement andexposed surface by wire brush mechanical device or any other establishedmethod and applying rust removing solution of approved make and qualitywith cotton waste swab to reinforcement and allowing to dry the same for24 hours, brushing of loose particle and applying 1st coat of rust preventivecoating of polymer and cement slurry in 1:1.5 proportion with soft brushwithout adding water including applying another coat of rust preventivrafter 4 hours allowing Air Curing for 48 hours etc. including scaffoldingetc. complete.--3 . Providing and applying a priming cum bonding coat of polymer of approvedmake and quality as approved by Engineer-in-charge and cement slurry in1:1 proportionate by weight to concrete area by brush or any otherestablished method etc. complete.--4 . Providing and applying 15mm thick polymer mortar to load carrying R.C.C.members in two layers in proportion of 1:5:15 by weight of polymer ofapproved make and quality, cement and Quartz sand with required watercement ratio for desired consistency and applying and finishing by floating,including applying priming cum bonding coat for 2nd layer curing afterinitial setting time etc. as per manufacturers specification etc. complete.--5 . Providing internal cement plaster20 mm thick in a single coat in cementBd/L-4mortar 1:5 without neeru finish to concrete or brick surfaces in all positionsP-368including scaffolding and curing complete.Additional Specification if anyThe work shall be carried as per wording of the item and asdirected by Engineer in-charge.The work shall be carried as per wording of the item and asdirected by Engineer in-charge.The work shall be carried as per wording of the item and asdirected by Engineer in-charge.The work shall be carried as per wording of the item and asdirected by Engineer in-charge.--


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.6 . Providing sand face plaster externally to concrete, stone or brick surfacesusing approved screened sand including preparing the base, watering andapplying base coat of 15 mm thick in cement mortar 1:4 using waterproofing compound at the rate of 1 Kilogramme per cement bag and curingthe same for not less than two days and keeping the surface of base coatrough to receive the sand faced treatment not to exceed 8 mm thickness incement mortar 1:4 and finishing the surface by taking out grains and curingfor 14 days and scaffolding etc. complete.Bd/L-7P-369--Additional Specification if any7 . Removing old paint from steel and other metal surface and making the--surface even with hand scrapping or by mechanical means scaffoldingnecessary etc. complete.8 . Providing and fixing G.I. pipes 40 mm diameter heavy type galvanised ironpipe having 48.3 mm outer dia. and 4.545 Kg. per meter weight and havingembossed at every metre as ISI mark and name of the manufacturer towalls, ceilings, floors etc. with screwed sockets, backnuts, elbows, tees,reducers, enlargers, plugs, clamps etc. including necessary drilling in holesin walls/ slabs etc. and remaking good the demolished portion to restore thesame in original condition neatly and applying primer and two coats of oilpainting including necessary scaffolding including removing the existingpipe, if necessary and conveying and stacking the same in P.W.D. chowkyor as directed etc. complete.Bd/V-5P-5519 . Providing and fixing ISI 1729/2002 grade 100 mm dia Cast Iron Soil PipesWith lugs including plug bend necessary fittings such as bends, tees, singlejunction, double junction, slotted vent, offsets on wall or into the groundincluding filling joints with cement mortar 1:2 proportion fixing on wall bymeans of galvanised M.S. bracket of 30 x 5 mm plate and 8 mm square rodwith G.I. clamp with washer as per design, drawing and as directed to keeppipe 50 mm away from wall including necessary scaffolding and paintingthe exposed faces with one coat of red lead oil paint and two coats of oilpaint including removing the existing pipe if necessary and conveying andstacking in PWD Chowky or as directed by Engineer-in-Charge.Bd/V-35P-570The work shall be carried out as per wording of the itemand as directed by Engr. incharge.----


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.10 . Providing and fixing ISI 1729/2002 grade 100 mm dia Cast Iron WasteWater Pipe with lugs necessary fittings such as bends, tees, single junction,double junction, slotted vent, offsets on wall or into the ground includingfilling joints with cement mortar 1:2 proportion fixing on wall by means bygalvanised M.S. bracket of 30 x 5 mm plate and 8 mm square rod with G.I.clamp with washer as per design drawing and as directed to keep pipe 50mm away from wall including necessary scaffolding and painting theexposed fees with one coat of red lead oil paint and two coats oil paintincluding removing the existing pipe if necessary and conveying andstacking in PWD Chowky or as directed by Engineer-in-Charge.Bd/V-35P-57011 . Providing and fixing screw down 40 mm dia. wheeled stop tap of gun metalBd/V-9bearing I.S.I mark including sockets, union nut complete.P-55512 . Providing and fixing mild steel grill work for window, ventilator weighingBd/U-115 kg per Sqm. as per drawing including necessary welding and paintingP-537with one coat of anticorrosive paint etc. complete.13 . Providing and fixing in position P.V.C. hand rail of approved quality, makeBd/Q-8and shade including mild steel plate of required size as directed etc.P-425complete.--------Additional Specification if any14 . Finishing the terrace slab integrally with cement mortar 1:3 proportion with--20 mm thick layer including curing, finishing using water proofingcompound at the rate of 1 kg./bag of cement etc. complete.15 . Providing and applying one pre-treatment coat for Acrylic latex paint of--approved manufacturer including preparing the surface etc. complete.16 . Providing and applying one coat of exterior primer for Acrylic latex paint--of approved manufacturer including preparing the surface etc. complete.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.17 . Providing and applying two coats of exterior Acrylic latex paint of approvedcolour and shade to the plastered surface as per manufacturers specificationincluding scaffolding preparing the surface etc. complete. (Excludingprimer coat).--18 . Removing any kind of debris including loading in truck and conveying to--dumping point approved by BMC, unloading, spreading etc. complete.With all leads and lifts.19 . Providing and erecting double scaffolding for external plaster and otherrepair works using bamboo male of 1" to 1-1/2 "dia. Vertical and Horizontalat 1.20 mtr. and necessary cross bamboos and short bamboos for supportsfrom building and providing and fixing planks by taking necessary holes inwall and remaking good the damages after completion of work, includingcoir and all necessary material including conveying loading unloadingincluding removing the same offer completion of work by taking necessaryprecautions and safety measures of labour etc.complete (The Equvationalarea shall measureed fo payment will be made once irrespective of durationof scaffolding)--20 . Removing the old cement concrete or any type of tiled flooring including--levelling the surface, cleaning the site including sorting out serviceable tilesand stacking the same and debris disposing off upto a distance of 50 metres.21 . Providing and fabricating and installing structural aluminium compositepanels of 4mm thick with specially designed extruded aluminium sectionswith necessary EPDM Gasket, Silicon sealant to accommodate aluminiumpanels of approved colour shade and size as per drawings, includingnecessary riveting whether and structural silicon sealant, spacer, abrotape,duly powder coated etc complete.--Additional Specification if anyThe work shall be carried out as per wording of the itemand as directed by Engr. incharge.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.The work shall be carried as per wording of the item and asdirected by Engineer in-charge.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.The work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.22 . Providing and applying 30 mm thick polymer mortar to load carrying R.C.Cmember in two layers in proportion of 1:5:15 by weight of Polymer ofapproved make and quality, cement and Quartz sand with required watercement ratio for desired consistency and applying and finishing by floating,after curing initial setting time applying bonding coat for 2nd coat etc. asper manufactures specification etc. complete.--23 . Providing leak proof treatment by injection grouting method to existingfloor without removing tiles of W.C./Bath or terrace with water proofingcompound and cement solutions (fine sand, cement etc.) making holes,refilling and making them water tight including making good the damages,cleaning etc. complete.--24 . Providing & applying laying White Aggregate plaster in white cement withmarble pebbles as decorative finish to give marble like appearance toconcrete, brick of block surfaces in all position including preparation ofsurface smoothly, evenly by racking of joints in case of Brick or block workincluding backing layer of 12mm thick with cement mortar 1:3 with 2%integral cement water proofing compound, roughening for wall keyinghardening and drying the surface for a minimum five days gaps includingsecond coat of cement lime mortar into a proportion 1:4 preparing thesurface for three coat of marble finish plaster giving a thin coat of whitecement of slurry mixing one part of white cement and two parts of coursecalcite powder, applying the mortar with steel float on the surface in propereven ness applying at coat of white cement and lime to set a smooth finishthe applying a coat of white and lime to get a smooth finish then applying athin coat of slurry made of white cement and black oxide colour in requiredproportion by the steel float to gent black streaks on the surface and curingthe surface for two days including all materials and labour etc complete.----25 . Removing doors and windows of any size and type with frame, mild steel/Bd/W-8wrought iron grill work and stacking the same in compound or in P.W.D.P-587Chowky.Additional Specification if anyThe work shall be carried as per wording of the item and asdirected by Engineer in-charge.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.The work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.--


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.26 . Providing and fixing in position extruded modular alluminium ‘E’ GlassSandwitch window having frame made out of extruded tubular section ofsize 63 mm x 38 mm x 2.00 mm thickness (wt. 1.054 kg/Rmt) mechanicallyassembled at corners with glazing, beading of angle 25 mm x 25 mm x 1.60mm thick (wt. 0.21 kg/Rmt) including 12mm thick Toughen glass both sidehaving 19mm Air gap (energy saving) including glass with rubber gasketand wooden encasement wherever necessary etc. as per approved drawingand specification etc. complete.----27 . Lowering down the debris of the existing waterproofing treatment from theterrace by any means without causing dust nuisance and damage tostructure, stacking the same as and where directed including cleaning thesite complete.--28 . Providing and laying cement concrete flooring 50 mm thick with M-20cement concrete laid to proper line level and slope in alternate baysincluding compaction, filling joints, marking lines to give the appearance oftiles of 30 cm x 30 cm or other size, as specified and laid diagonally orsquare, finishing smooth (with extra cement) in any colour as directed, andcuring complete.Bd/M-6P-38129 . Providing and laying in required position flooring of broken China mosaic(broken pieces of China chips) of approved colour and pattern laid on bedof cement mortar 1:4 including neat cement float, giving proper slopes,compaction, curing and finishing etc. complete.Bd/M-21P-39030 . Removing urinal pans or wash hand basins with frame includingdisconnecting the sanitary and water supply connections, removing the samecarefully and stacking the serviceable materials as and where directedincluding throwing the unserviceable materials outside.Bd/W-8P-58731 . Removing W.C. pans including disconnecting the sanitary and water supplyconnections, removing and breaking flooring and bed concrete around pansand removing pan carefully and throwing out the refusal outside etc.complete.Bd/W-88P-587Additional Specification if anyThe work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.------The work shall be carried out as per wording of the itemand as directed by Engr. incharge.


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.32 . Removing existing water proofing treatment such as I.P.S./Brick batcoba/etc. from terrace/toilet block without damage to structure, levellingand cleaning the surface for providing new specialised water proofingtreatment complete.--33 . Pulling down burnt brick masonry (in cement mortar) with plaster including--sorting out serviceable bricks and stacking the same and debris separatelyupto a distance of 50 metres or spreading the debris etc. complete.34 . Providing waterproof bedding 25 mm thick for flooring of bath and W.C. inBd/L-5cement mortar 1:3 using 1 kg of waterproofing compound of approved makeP-368and manufacturer per bag of cement including leveling, curing etc. complete.35 . Providing Second Class Burnt Brick masonry with conventional/ I.S. typebricks in cement mortar 1:4 in half brick thick wall including mild steellongitudinal reinforcement of 2 bars of 6 mm diameter/2 hoop iron strips 25mm x 1.6 mm at every third course properly bent and bonded at ends,scaffolding, racking out joints and watering etc. complete.Bd/G-7P-31636 . Providing waterproof plaster in W.C. and bath 20 mm thick for dado incement mortar 1:3 with neat finishing, floating using waterproofingcompound at the rate of 1 kg. per bag of cement of approved make andmanufacturer etc. complete.--37 . Providing and fixing leak proof and frost proof ASTMD (UPVC) Pipes of--20 mm dia having a wall thickness 3.91 mm schedule 80 pipes (pressurerating) for normal water supply etc. complete.Additional Specification if anyThe work shall be carried out as per wording of the itemand as directed by Engr. incharge.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.--The work shall be carried out as per wording of the itemand as directed by Engr. incharge.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.38 . Providing and fixing G.I. pipes 15 mm diameter heavy type having 21.30mm outer dia. and 1.504 Kg. per meter weight and having embossed atevery metre as ISI mark and name of the manufacturer to walls, ceilings,floors etc. with screwed sockets, backnuts, elbows, tees, reducers, enlargers,plugs, clamps etc. including necessary drilling in holes in walls/ slabs etc.and remaking good the demolished portion to restore the same in originalcondition neatly and applying primer and two coats of oil painting includingnecessary scaffolding including removing the existing pipe, if necessary andconveying and stacking the same in P.W.D. chowky or as directed etc.complete.Bd/V-5P-55139 . Providing and fixing ISI 1729/2002 grade 150 mm dia Cast Iron Soil PipesWith lugs including plug bend necessary fittings such as bends, tees, singlejunction, double junction, slotted vent, offsets on wall or into the groundincluding filling joints with cement mortar 1:2 proportion fixing on wall bymeans of galvanised M.S. bracket of 30 x 5 mm plate and 8 mm square rodwith G.I. clamp with washer as per design, drawing and as directed to keeppipe 50 mm away from wall including necessary scaffolding and paintingthe exposed faces with one coat of red lead oil paint and two coats of oilpaint including removing the existing pipe if necessary and conveying andstacking in PWD Chowky or as directed by Engineer-in-Charge.Bd/V-35P-57040 . Providing and fixing ISI 1729/2002 grade 75 mm dia Cast Iron Waste WaterPipe with lugs necessary fittings such as bends, tees, single junction, doublejunction, slotted vent, offsets on wall or into the ground including fillingjoints with cement mortar 1:2 proportion fixing on wall by means bygalvanised M.S. bracket of 30 x 5 mm plate and 8 mm square rod with G.I.clamp with washer as per design drawing and as directed to keep pipe 50mm away from wall including necessary scaffolding and painting theexposed fees with one coat of red lead oil paint and two coats oil paintincluding removing the existing pipe if necessary and conveying andstacking in PWD Chowky or as directed by Engineer-in-Charge.Bd/V-35P-570------Additional Specification if any


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.41 . Providing and fixing G.I. pipes 50 mm diameter heavy type having 60.3 mmouter dia. and 6.329 Kg. per meter weight and having embossed at everymetre as ISI mark and name of the manufacturer to walls, ceilings, floorsetc. with screwed sockets, backnuts, elbows, tees, reducers, enlargers, plugs,clamps etc. including necessary drilling in holes in walls/ slabs etc. andremaking good the demolished portion to restore the same in originalcondition neatly and applying primer and two coats of oil painting includingnecessary scaffolding including removing the existing pipe, if necessary andconveying and stacking the same in P.W.D. chowky or as directed etc.complete.Bd/V-5P-55142 . Providing and fixing 10 cm cast iron Nahani Trap with fixed cast ironBd/V-32grating, cast iron plug bend and piece of cast iron pipe upto plug bend etc.P-567complete.----Additional Specification if any43 . Providing waterproofing in W.C. and bath including brick bat coba in allpositions consisting of specialised materials as per manufacturer'sspecifications including applying polymer membrance coating by addingcement as directed and laying 12mm bedding n CM 1:3 1kg ofwaterproofing compound per bay of cement and laying brick bat coaba incm 1:5 mm 1 kg of waterproofing compound per bag of cement, grouting ofnecessary and finishing the brick bat sruface with 20mm beding in CM 1:3mm 1 kg of waterproofing compund per bag of cement and covering tenyears' guarantee on requisite stamp paper including all leads, lifts etc.complete.--44 . Providing and fixing Kadappa Stone slab for Kitchen platform of approvedtype and design 30 mm to 40 mm thick in cement mortar 1:4 includingproviding and fixing border patti on front edge, filling joints, curing,cleaning etc. complete.--The work shall be carried out as per wording of the itemand as directed by Engr. incharge.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.45 . Providing and laying machine cut mirror polished carbon black/ coffeebrown/ jet black granite stone slab of required size and about 20mm thick ofapproved quality for window/ doors frame /molding and cement mortar 1:4including filling joints with neat colour cement slurry, curring, Handpolishing rounding and moulding the edges and cleaning complete.----46 . Providing and laying Rectified and vitrified mirror finish decorative typetiles of size 600 mm x 600 mm and 10 mm thick having water absorptionless than 0.05% of approved make, shade and pattern for dado in requiredposition laid on plaster of 1:4 cement mortar, cement paste, filling jointswith neat cement slurry, curing and cleaning etc. complete.Bd/M-13 P-385Except that rectified &vitrified mirror finishdecorative tiles ofspecified size &thickness shall be used.47 . Providing and laying Rectified and vitrified mirror finish decorative type Bd/M-12 P-385tiles of size 600 mm x 600 mm and 10 mm thick having water absorption Except that rectified &less than 0.05% of approved make, shade and pattern for flooring invitrified mirror finishrequired position laid on a bed of 1:4 cement mortar including neat cement decorative tiles offloat, filling joints with cement slurry, curing and cleaning etc. complete. specified size &thickness shall be used.48 . Providing and fixing in position Gypsum board false ceiling with 12.5 mmthick Gypsum boards, screwed/fixed to the under structure of suspendedG.I. Grid constructed and suspended from the main ceiling consisting ofceiling sections of size 25 x 50 mm maximum center to center distance of600 milimetre perimeter channel and intermediate channels at maximumcenter to center distance 1200 milimetre galvanized grid should be fixed toreinforced cement concrete slab. The gypsum board should be fixed togalvanized iron grid with necessary screws. The boards should be taped andfilled from underside to give smooth, seamless ceiling. The rate shouldinclude necessary additional ceiling sections and intermediate channels.Additional intermediate channels should be fixed to strap hangers foradditional support to prevent strapping at every 1200 milimetre item to becompleted in all respect including necessary sleeves for ducts finishing ofjoints cut outs and including labour, material, lifts etc. all complete.--Additional Specification if anyThe work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.The work shall be carried out as per wording of the itemand as directed by Engineer in-charge.The work shall be carried out as per wording of the itemand as directed by Engineer in-charge.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.49 . Providing and fixing aluminum louvered windows consisting of vertical arm--(40x12mm) with holders, lever and locking arrangement weighing at 0.91Kg/Rmt. with 3mm thick sheet glass louvers etc. complete.50 . Providing and fixing in position extruded modular alluminium fixed glasspanel window having frame made out of extruded tubular section of size 63mm x 38 mm x 2.00 mm thickness (wt. 1.054 kg/Rmt) mechanicallyassembled at corners with glazing, beading of angle 25 mm x 25 mm x 1.60mm thick (wt. 0.21 kg/Rmt) including plain sheet glass 5.5 mm thick withrubber gasket and wooden encasement wherever necessary etc. as perapproved drawing and specification etc. complete.--51 . Providing and fixing on site full ht. Both side laminated lobby door shuttersat require location and having height more that 1.5metre made by usingsolid core commercial type flush door 35mm thick of the requisitemanufacture viz Anchor/Century/ Kenwood/Duro or equivalvant generallyconfirming to I.S. 303/I.S.710 - 1980, finished with 1.5mm thick laminatematt/suede/ fine line finished lamination pattern with grooves on bothsides. Antitermite treatment to plywood and woodwork with ten yearsguarantee bond etc. including all leads & lifts etc complete necessarylipping (BTC), moulding, hardware, pivots, locks, handles polishing etc asper Architect's Drawing and instructions of Engineer in Charge.----52 . Providing and fixing White glazed earthenware half stall type urinal withflushing cistern with Censor type with fittings, inlet pipe and stop tap,brackets for fixing the cistern, 32 mm diameter galvanised iron heavy typeflush pipe with fittings and flushing spreader arrangement etc. complete.----53 . Supplying coloured glazed cone shape wash hand basin 0.370 x 0.370 x--0.150 with necessary fittings complete.--54 . Providing and fixing White glazed earthenware half stall type urinal withflushing cistern with Censor type with fittings, inlet pipe and stop tap,brackets for fixing the cistern, 32 mm diameter galvanised iron heavy typeflush pipe with fittings and flushing spreader arrangement etc. complete.----Additional Specification if anyThe work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.The work shall be carried out as per wording of the itemand as directed by Engr. incharge.The work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.The work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.The work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.The work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.55 . Providing fixing heavy type 12mm dia fist A 2 x 1 bib cock of Jaquar--company including socket, union nut etc complete--56 . Supplying heavy type 12mm dia pillar cock of Jaquar company including--sockets, union nut etc complete--57 . Providing and fixing decorative Mirrors of approved quality and designs on--glass, copper plated with 3/8" thick ply wood backing, in the masonry etc.--complete.58 . Supplying heavy type 12mm dia long body perk jet spray 1 set of Jaquar--company including socket union nut etc complete--59 . Providing 12 mm thick P.O.P. finish in single coat to concrete or brick--surfaces in all positions including scaffolding etc. complete.60 . Providing and applying plastic emulsion paint of approved quality colourand shade to old/new surfaces in two coats including scaffolding, preparingthe surfaces to receive the paint and applying putty (excluding priming coat)complete.Bd/P-6P-41461 . Providing and fixing on site 40cm deep low height storage unit at requirelocation less than 1.35meter height by using 19mm thick marine ply of therequisite manufacture viz Anchor/ Century/ Kenwood/ Duro/ Jet orequivalent generally confirming to I.S. 710/1980 for frame, internalverticals, horizontal division, openable shutters, 6mm thick marine ply back,with necessary locks, handles, hardware, lipping (BTC), moulding etc. Thetotal shall be finished with formica laminate sheet finished laminationpattern with grooves externally and two coats of french polish with antitermitetreatment to plywood and wood work including all leads and liftsetc. complete as per Architect's Drawing and instruction of Engineer inCharge.----Additional Specification if anyThe work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.The work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.The work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.The work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.The work shall be carried as per wording of the item and asdirected by Engineer in-charge.--The work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.62 . Providing and fixing on site Laminated Covering to column/ beam/ wall/slab by using 19mm thick marine ply of the requisite manufacture viz,Anchor/ Century/ Kenwood/ Duro or equivalent generally confirming toI.S.303/ IS. 710-1980 fixed firmly and finished with 1.5mm thick laminatematt/ suede/ fine line finished lamination pattern with grooves, Externallyincluding necessary lipping (BTC) moulding, hardware, polishing etc andantitermite treatment to plywood and wood work with ten years guaranteebend etc. including all leads and lifts etc complete as per Architect'sDrawing and instructions of Engineer in charge.----63 . Providing and laying Rectified and vitrified mirror finish decorative typetiles of size 600 mm x 600 mm and 10 mm thick having water absorptionbetween 0.05% to 2.5% of approved make, shade and pattern for flooring inrequired position laid on a bed of 1:4 cement mortar including neat cementfloat, filling joints with cement slurry, curing and cleaning etc. complete.Bd/M-12 P-385Except that rectified &vitrified mirror finishdecorative tiles ofspecified size &thickness shall be used.64 . Providing and laying Rectified and vitrified mirror finish decorative type Bd/M-13 P-385tiles of size 600 mm x 600 mm and 10 mm thick having water absorption Except that rectified &between 0.05% to 2.5% of approved make, shade and pattern for dado in vitrified mirror finishrequired position laid on plaster of 1:4 cement mortar, cement paste, filling decorative tiles ofjoints with neat cement slurry, curing and cleaning etc. complete.specified size &thickness shall be used.65 . Providing and laying machine cut mirror polished Granite stone slab ofrequired size and 20 mm thick of approved quality veins and colour forflooring in required pattern laid on a bed of cement mortar 1:6 includingneat cement float, filling joints with neat coloured cement slurry, curing,hand polishing and cleaning complete.Bd/M-16 P-387Except granite slab ofspecified size andthickness shall be used.66 . Dismantling plain cement concrete work including breaking concrete by--chiseling, wedging etc., stacking the serviceable materials and stacking thedebris upto a distance of 50 metres or spreading etc. complete.Additional Specification if anyThe work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.The work shall be carried out as per wording of the itemand as directed by Engineer in-charge.The work shall be carried out as per wording of the itemand as directed by Engineer in-charge.--The work shall be carried out as per wording of the itemand as directed by Engr. incharge.


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.67 . Providing and casting in situ cement concrete M-30 of trap metal for R.C.C.work in foundation like raft, strip, grillage foundation and footing of R.C.C.Columns and steel stanchions including bailing out water manually,centering, formwork, compacting, finishing and curing. (Excluding mildsteel reinforcement and structural steel).Bd/F-3P-29868 . Providing and laying damp-proof course 60 mm thick of Shahabad stoneBd/J-2and bitumen using cement with water proofing compound of approved makeP-355and manufacture etc. complete.69 . Providing Expansion Joints in R.C.C. framed structure at floor level withplain premoulded filler 25 mm thick including 3 mm aluminium plate,fixing teak wood battens on both faces and finishing as directed etc.complete.Bd/K-1P-359------Additional Specification if any70 . Providing and fixing 24 gauge plain alluminium sheet on the face of doorshutter of W.C./Bath including cutting to required size and fixing by screwsincluding making good the damages if any to existing door shutter andframe etc. complete.--71 . Providing and laying polished Kotah Stone flooring of approved quality 25mm to 30 mm thick and having size not less than 55 cm x 55 cm inplain/diamond pattern laid on a bed of cement mortar 1:6 including cementfloat, filling joints with neat cement slurry, curing, polishing and cleaningcomplete.Bd/M-3P-380The work shall be carried out as per wording of the itemand as directed by Engr. incharge.--


ItemNo.DescriptionRef. to Std. Spn. BookItem No and Page No.72 . Providing and fixing in position extruded modular alluminium section threetrack sliding window made up to three track drain bottom section of size92mm. x 45 mm. x 1.05 mm. thick (1.659 Kg/Rmt) three track top and sidessection of size 92mm. x 31 mm. x 1.30mm. thick (0.933 Kg/Rmt) Theshutter comprising of bottom and top member of size40mm.x18mm.x1.25mm thick (0.417 Kg/Rmt)Interlocking section of size40mm.x 18mm.x 1.10 mm. thick (0.469 Kg/Rmt) handles section of Size40mm x 18mm x 1.25mm thick (0.417 Kg/Rmt) with 5.5 mm. thick selectedquality tinted glass fixed in shutter with approved quality neoprene, gasket,P.V.C. lining etc complete. (Excluding frame). With Powder Coating--73 . Providing encasement to columns /beams/pardi etc. with free flow highstrength non shrink micro concrete M-35 using single component cementmicro concrete shrinkage components and added with 100% by weightstaturated dry stone dust water cement ratio shall be maintained properly asper manufactures specifications to achieve dense solid mass prepared microconcrete shall be poured properly as per in prefixed holding boards slurrytight form work properly aligned to required size and shape and well oiledair bubbles if any shall be removed by tapping the boards removing theboards after 24 hours and curing the micro concrete thoroughly for 14 dayscost inclusive of shuttering curing etc. complete.--Additional Specification if anyThe work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.The work shall be carried out as per the wording of the Itemand as directed by the Engineer in-charge.Signature of ContractorExecutive Engineer,Presidency Division, Mumbai.


(173)17. DECLARATION OF THE CONTRACTORName of work : MOW to New Council Hall Building at Mumbai –Additional and Alterations and Structural Repairsto New Council Hall Building at MumbaiI/We hereby declare that I/we have made myself / ourselves thoroughlyconversant with the local conditions regarding all materials and labour onwhich I/we have based my/our rates for this tender. The specifications, and leadof materials on this work have been carefully studied and understood by me/usbefore submitting this tender. I/we undertake to use only the best materialsapproved by the Executive Engineer, Presidency Division, Mumbai or hisduly authorised representative before starting the work and to abide by hisdecision.I/We hereby undertake to pay the labourers engaged on the work as perminimum wages Act 1948 applicable to the Zone concerned.Signature of Contractor


Name of workSr.NoBrief Description of Item( 1 7 4 )B a r C h a r t: Renovation and beautification of Yashodhan building at Churchgate, Mumbai.Period in Months

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

Saved successfully!

Ooh no, something went wrong!