Tender 58800
Tender 58800
-1-
Dy.Ex.Engr
Name of the
work
Estimated
Cost
:- Rs. 370966584/-
Time Limit
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
-2-
Dy.Ex.Engr
I N D E X
Sr.No.
Description
Page No.
From
1.
2.
3.
Form No.1 , 2 , 3 ,4 ,5
4.
5.
6.
Declaration of Contractor
7.
8.
9.
Schedule A'
10.
11.
12.
13.
14.
15.
Schedule C,Elect.works)
16.
To
Issued to : ____________________________________________________________________
D.R. No. ____________________________________dated ____________________________
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
-3-
Dy.Ex.Engr
B-1/
Name of Work
Name of Contractor
Percentage quoted
Amount of Contract
Date of Commencement
Rs. 370966584/-
1)
2)
3)
Pages 01 to
contains
Fly leaves No.
Drawings No.4
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
-4-
Dy.Ex.Engr
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
INVITATION FOR TENDERS
:-
Rs. 1854900/-
The EMD applicable amount shall be paid via Online gateway mode only. EMD
expemption certificate shall not be considered. Total Security Deposit 4% (four percent) Rs. 14838800/(50% in cash at the time of Agreement and 50% from R.A.bills).
TENDER SCHEDULE
Cost of each tender Form :- Rs. 25000/Sr.
No.
1
PWD Stage
Vender
Stage
Release Tender
--
--
Tender
Download
--
Bid
Preparation
--
Super hash
Generation & Bid
Lock
--
Envelope 1 Opening
Control
Transfer of
Bid
--
Envelope 2 Opening
--
Contractor
30/11/2016
10.00 AM.
9/12/2016
18.00 PM
9/12/2016
18.00 PM
4/1/2017
23.01 PM
9/12/2016
17.59 PM.
2/1/2017
23.00 PM
4/1/2017
23.00 PM
5/1/2017
17.30 PM
--
5/1/2017
17.31 PM
7/1/2017
22.59 PM
7/1/2017
23.00 PM
13/1/2017
17.30 PM
7/1/2017
23.00 PM
13/1/2017
17.30 PM
Technical Envelope at
S.E., P.W.Circle, Dhule
(If Possible)
Commercial Envelope at
S.E., P.W.Circle, Dhule
(If Possible)
No.of Corrections
Envelopes
Executive Engineer,
P.W.Division, Dhule
-5-
Dy.Ex.Engr
- . 21 2016-17
, , ( . 02562-288755)
() -1
. www.mahapwd.com / https://maharashtra.etenders.in Portal Sub Portal with
URL httaps://pwd.maharashtra.etenders.in .
.
.
.
.
.
1
...
--
--
--
--
--
()
--
- 1.
2.
3.
()
30/11/2016
10.00
9/12/2016
18.00
9/12/2016
18.00
4/1/2017
23.01
5/1/2017
17.31
7/1/2017
23.00
()
9/12/2016
17.59
2/1/2017
23.00
4/1/2017
23.00
5/1/2017
17.30
7/1/2017
22.59
13/1/2017
17.30
7/1/2017
23.00
13/1/2017
17.30
-
,
..,
( )
,
..,
( )
/ - https://maharashtra.etenders.in Portal
Sub Portal with https://pwd.maharashtra.etenders.in enrolled .
enrollment /
Sify Technologies ltd. Nextender (India) Pvt. Ltd. on phone no. 020-25315555/2531556 (Pune) or 9167969601 / 04
Tender Document Fee & EMD to be paid via Online E-Payment Gateway mode only. The information of E-Payment
Gateway available on E-Tendering website https://pwd.maharashtra.etenders.in
4.
5.
/ - . .
.23/12/2016 12.00 , .. , .
.. / 9025 / 2016
: 29 / 11 / 2016
Contractor
..,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
-6-
Dy.Ex.Engr
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DIVISION, DHULE
E-Tender Notice No. 21 For 2016-17
On Line E-Tender in B-1 Form for the following work invited by Executive Engineer, Public Works Division,
Dhule Telephone No. (02562-288755) from the Registered Contractors (Public Works Department only) in
appropriate Class with Government of Maharashtra. This Tender Notice is available on www.mahapwd.com /
https://maharashtra.etenders.in Portal Sub Portal with URL https:/pwd.maharashtra.etenders.in
Sr.
No.
NAME OF WORK
Estimated
Cost Rs.
(In Rupees)
Earnest
Money
(In Rupees)
Tender Fee
(In
Rupees)
Contractor
Class
370966584/-
1854900/-
25000/-
Class-I-A &
Above
Time limit
in tender
(Calendar
Month)
36 (Thirty
Six)
Including
Monsoon
TENDER SCHEDULE
Sr.
No.
1
PWD Stage
Vender Stage
Release Tender
--
--
--
Tender
Download
Bid Preparation
4
5
Superhash Generation
& Bid Lock
--
Envelope 1 Opening
Control
Transfer of Bid
--
Envelope 2 Opening
--
--
7/1/2017
23.00 PM
13/1/2017
17.30 PM
Envelopes
-Technical & Commercial
Technical & Commercial
Technical & Commercial
Technical & Commercial
Technical Envelope at
S.E., P.W.Circle, Dhule
(If Possible)
Commercial Envelope at
S.E., P.W.Circle, Dhule
(If Possible)
Note :1.
2.
All eligible / interested Bidders are required to be enrolled on portal https://maharashtra.etenders.in before down
loading tender documents and participate in E-Tendering.
Bidders are requested to contact on following telephone numbers any doubts / information / difficulty regarding
online enrollment or obtaining digital certificate Sify Technologies Ltd. Nextender (India) Pvt. Ltd. on 02025315555/2531556 (Pune) or 9167969601 / 04.
3.
Tender Document Fee & EMD to be paid via Online E-Payment Gateway mode only. The information of E-Payment
Gateway available on E-Tendering website https://pwd.maharashtra.etenders.in
4.
Other instructions can be seen in the tender form. All or any one of the tender may be rejected by the competent
authority.
The Electronic tendering system for Public Works Department of Government of Maharashtra will be available on
separate Sub Portal with URL https://maharashtra.etenders.in as part of the Electronic Tendering System of
Government of Maharashtra which is available on the Portal https://maharashtra.etenders.in
5.
6.
Pre tender conference will be held on Dt.23/12/2016 at 12.00 AM in the office of the Chief Engineer,
P.W.Region, Nashik
Contractor
Executive Engineer,
P.W.Division, Dhule
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
-7-
Dy.Ex.Engr
DETAILS OF WORK
NAME OF WORK
:-
:-
Rs. 370966584/-
Earnest Money
:-
Rs. 1854900/-
The EMD applicable amount shall be paid via Online gateway mode only. EMD expemption
certificate shall not be considered. Total Security Deposit 4% (four percent) Rs.14838800/- (50% in cash
at the time of Agreement and 50% from R.A.bills).
TENDER SCHEDULE
Cost of Tender Form
financial)
Date and time for online bid data decryption
commercial)
Receipt of online EMD / If EMD exempted
I/We have quoted my/our offer in percentage rate in words as well as in figures. I/We further undertake
to enter into contract in regular B-1 form in Public Works Department.
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
-8-
Dy.Ex.Engr
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
INVITATION FOR TENDERS
:-
Online Percentage offer tenders in 'B-1' Form are invited by the Executive Engineer, P.W.
1.1
Division, Dhule for the following work from Contractors registered in appropriate class of the Public
Works Department of Maharashtra State. The name of work, estimated cost, earnest money,
security deposit, time limit for completion etc. are as under.
1.
Name of Work
2.
Rs. 370966584/-
3.
Earnest Money
Rs. 1854900/-
4.
Rs. 7419400/-
Rs. 7419400/-
Rs. 14838800/-
5.
Class of Contractor
6.
2.
Tender form, conditions of contract, specifications and contract drawings can be Construction of Main
Building at Shri. Bhausaheb Hire Govt. Medical College, Dhule Tal.Dist. Dhule downloaded from the eTendering
portal
of
Public
Works
Department,
Government
of
Maharashtra
i.e.
https://pwd.maharashtra.etenders.in after entering the details payment of Rs.25000/- (Rupees Twenty Five
Thousand only) shound be paid online using payment gateway. The fees of tender document will be
non refundable. Further information regarding the work can be obtained from the above office.
Pre-tender conference open to all prospective tenderers who have downloaded tender form
before the date of Pre-tender Conference, will be held at Dhule on 23/12/2016 at 12.00 AM Hrs.
in the office of the Chief Engineer, P.W.Region, Nashik wherein prospective Tenderers will
have an opportunity to obtain clarifications regarding the work and the Tender Conditions.
1.2.2
The prospective tenderers are free to ask for any additional information or clarification either in
writing or orally concerning the work, and the reply to the same will be given by the
Superintending Engineer, P.W.Circle, Dhule in writing and this clarification referred to as
Common Set of Conditions/Deviations (C.S.D.), shall form part of tender documents and which
will also be common and applicable to all tenderers. The point/points if any raised in writing
and/or verbally by the contractor in pre-tender conference and not finding place in C.S.D. issued
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
-9-
Dy.Ex.Engr
after the pre- bid conference, is/are deemed rejected. In such case the provision in NIT shall
prevail. No individual correspondence will be made thereafter with the contractor in this regard.
1.2.3
The tender submitted by the tenderer shall be based on the clarification, additional facility
offered (if any) by the Department, and this tender shall be unconditional. Conditional tenders
shall be summarily REJECTED.
1.2.4
All tenderers are cautioned that tenders containing any deviation from the contractual terms and
conditions, specifications or other requirements and conditional tenders will be treated as non
responsive.
1.2.5
Tenderers should have valid Class II / III Digital Signature Certificate (DSC) obtained from any
Certifying Authorities. In case of requirement of DSC, interested Bidders should go to
https://maharashtra.etenders.in and follow the procedure mentioned in the document Procedure
forapplication of Digital Certificate.
1.2.6
The Tenderers have to make a payment of Rs 1063/- online as service charges for the use of
Electronic Tendering during Online Bid Data Decryption and Re-encryption stage of the Tender.
1.2.7
For any assistance on the use of Electronic Tendering System, the Users may call the below
numbers:
Landline No. 020 2531 5555 / 56
Landline No. 022 2661 1117 (Ext. 25 / 26)
Mobile No. - 9167969601 / 04 / 14
E-Mail Id._ [email protected]
1.2.8
Tenderers should install the Mandatory Components available on the Home Page of
http://maharashtra.etenders.in under the section Mandatory Components and make the
necessary Browser Settings provided under section Internet Explorer Settings
1.3 Guidelines to Bidders on the operations of Electronic Tendering System of Public Works
Department.
https://pwd.maharashtra.etenders.in
A. Pre-requisites to participate in the Tenders processed by PWD:
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
4. Set up of Computer System for executing the operations on the Electronic Tendering
System:
To operate on the Electronic Tendering System of Government of Maharashtra, the Computer System
of the Contractors is required be set up. The Contractors are required to install Utilities available under
the section Mandatory Installation Components on the Home Page of the System. The Utilities are
available for download freely from the above mentioned section. The Contractors are requested to refer
to the E-Tendering Toolkit for Bidders available online on the Home Page to understand the process of
setting up the System, or alternatively, contact the Helpdesk Support Team on information / guidance
on the process of setting up the System.
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Notes:
a.
The Contractors upload a single document or a compressed file containing multiple documents
against each unloadable option.
b.
The Hashes are the thumbprint of electronic data and are based on one way algorithm. The
Hashes establish the unique identity of Bid Data.
c.
The bid hash values are digitally signed using valid Class II or Class III Digital Certificate
issued any Certifying Authority. The Contractors are required to obtain Digital Certificate in
advance.
d.
After the hash value of bid data is generated, the Contractors cannot make any change /
addition in its bid data. The bidder may modify bids before the deadline for Bid Preparation and
Hash Submission as per Time Schedule mentioned in the Tender documents.
e.
This stage will be applicable during both, Pre-bid / Pre-qualification and Financial Bidding
Processes.
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 12 -
Dy.Ex.Engr
Please be aware, however, that Merchant will release specific personal information about the
User if required to do so in the following cirumstances:
(a) in order to comply with any valid legal process such as a search warrant, statute, or court order, or
available at time of opening the tender
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 13 -
Dy.Ex.Engr
(b) if any of Users actions on our website violate the Terms of Service or any of our guidelines for
specific services, or
(c) to protect or defend Merchants legal rights or property, the Merchants site, or the Users of the site
or;
(d) to investigate, prevent, or take action regarding illegal activities, suspected fraud, situations involving
potential threats to the security, integrity of Merchants website/offerings.
1.
Once a User has accepted these Terms and Conditions, he/ she may register on Merchants website and
avail the Services.
2.
Merchant's rights, obligations, undertakings shall be subject to the laws in force in India, as well as any
directives/ procedures of Government of India, and nothing contained in these Terms and Conditions shall
be in derogation of Merchant's right to comply with any law enforcement agencies request or requirements
relating to any Users use of the website or information provided to or gathered by Merchant with respect to
such use. Each User accepts and agrees that the provision of details of his/ her use of the Website to
regulators or police or to any other third party in order to resolve disputes or complaints which relate to the
Website shall be at the absolute discretion of Merchant.
3.
If any part of these Terms and Conditions are determined to be invalid or unenforceable pursuant to
applicable law including, but not limited to, the warranty disclaimers and liability limitations set forth herein,
then the invalid or unenforceable provision will be deemed superseded by a valid, enforceable provision that
most closely matches the intent of the original provision and the remainder of these Terms and Conditions
shall continue in effect.
4.
These Terms and Conditions constitute the entire agreement between the User and Merchant. These Terms
and Conditions supersede all prior or contemporaneous communications and proposals, whether electronic,
oral, or written, between the User and Merchant. A printed version of these Terms and Conditions and of
any notice given in electronic form shall be admissible in judicial or administrative proceedings based upon
or relating to these Terms and Conditions to the same extent and subject to the same conditions as other
business documents and records originally generated and maintained in printed form.
5.
The entries in the books of Merchant and/or the Payment Gateway Service Providers kept in the ordinary
course of business of Merchant and/or the Payment Gateway Service Providers with regard to transactions
covered under these Terms and Conditions and matters therein appearing shall be binding on the User and
shall be conclusive proof of the genuineness and accuracy of the transaction.
6.
Refund For Charge Back Transaction: In the event there is any claim for/ of charge back by the User for
any reason whatsoever, such User shall immediately approach Merchant with his/ her claim details and
claim refund from Merchant alone. Such refund (if any) shall be effected only by Merchant via payment
gateway or by means of a demand draft or such other means as Merchant deems appropriate. No claims
for refund/ charge back shall be made by any User to the Payment Gateway Service Provider(s) and in the
event such claim is made it shall not be entertained.
7.
In these Terms and Conditions, the term Charge Back shall mean, approved and settled credit card or net
banking purchase transaction(s) which are at any time refused, debited or charged back to merchant
account (and shall also include similar debits to Payment Gateway Service Provider's accounts, if any) by
the acquiring bank or credit card company for any reason whatsoever, together with the bank fees, penalties
and other charges incidental thereto.
8.
Refund for fraudulent/duplicate transaction(s): The User shall directly contact Merchant for any fraudulent
transaction(s) on account of misuse of Card/ Bank details by a fraudulent individual/party and such issues
shall be suitably addressed by Merchant alone in line with their policies and rules.
9.
Server Slow Down/Session Timeout: In case the Website or Payment Gateway Service Providers
webpage, that is linked to the Website, is experiencing any server related issues like slow down or failure
or session timeout, the User shall, before initiating the second payment,, check whether his/her Bank
Account has been debited or not and accordingly resort to one of the following options:
i)
In case the Bank Account appears to be debited, ensure that he/ she does not make the payment twice
and immediately thereafter contact Merchant via e-mail or any other mode of contact as provided by
Merchant to confirm payment.
ii)
In case the Bank Account is not debited, the User may initiate a fresh transaction to make payment.
However, the User agrees that under no circumstances the Payment Gateway Service Provider shall be
held responsible for such fraudulent/duplicate transactions and hence no claims should be raised to
Payment Gateway Service Provider No communication received by the Payment Gateway Service
Provider(s) in this regard shall be entertained by the Payment Gateway Service Provider.
Limitation of Liability
1.
Merchant has made this Service available to the User as a matter of convenience. Merchant expressly
disclaims any claim or liability arising out of the provision of this Service. The User agrees and
acknowledges that he/ she shall be solely responsible for his/ her conduct and that Merchant reserves the
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Merchant and/or the Payment Gateway Service Providers shall not be liable for any inaccuracy, error or
delay in, or omission of (a) any data, information or message, or (b) the transmission or delivery of any such
data, information or message; or (c) any loss or damage arising from or occasioned by any such inaccuracy,
error, delay or omission, non-performance or interruption in any such data, information or message. Under
no circumstances shall the Merchant and/or the Payment Gateway Service Providers, its employees,
directors, and its third party agents involved in processing, delivering or managing the Services, be liable for
any direct, indirect, incidental, special or consequential damages, or any damages whatsoever, including
punitive or exemplary arising out of or in any way connected with the provision of or any inadequacy or
deficiency in the provision of the Services or resulting from unauthorized access or alteration of
transmissions of data or arising from suspension or termination of the Services.
3.
The Merchant and the Payment Gateway Service Provider(s) assume no liability whatsoever for any
monetary or other damage suffered by the User on account of:
(i) the delay, failure, interruption, or corruption of any data or other information transmitted in connection
with use of the Payment Gateway or Services in connection thereto; and/ or
(ii) any interruption or errors in the operation of the Payment Gateway.
4.
The User shall indemnify and hold harmless the Payment Gateway Service Provider(s) and Merchant and
their respective officers, directors, agents, and employees, from any claim or demand, or actions arising out
of or in connection with the utilization of the Services.
The User agrees that Merchant or any of its employees will not be held liable by the User for any loss or
damages arising from your use of, or reliance upon the information contained on the Website, or any failure
to comply with these Terms and Conditions where such failure is due to circumstance beyond Merchants
reasonable control.
Miscellaneous Conditions :
1. Any waiver of any rights available to Merchant under these Terms and Conditions shall not mean that
those rights are automatically waived.
2.
The User agrees, understands and confirms that his/ her personal data including without limitation
details relating to debit card/ credit card transmitted over the Internet may be susceptible to misuse,
hacking, theft and/ or fraud and that Merchant or the Payment Gateway Service Provider(s) have no
control over such matters.
3.
Although all reasonable care has been taken towards guarding against unauthorized use of any
information transmitted by the User, Merchant does not represent or guarantee that the use of the
Services provided by/ through it will not result in theft and/or unauthorized use of data over the Internet.
4.
The Merchant, the Payment Gateway Service Provider(s) and its affiliates and associates shall not be
liable, at any time, for any failure of performance, error, omission, interruption, deletion, defect, delay in
operation or transmission, computer virus, communications line failure, theft or destruction or
unauthorized access to, alteration of, or use of information contained on the Website.
5.
The User may be required to create his/ her own User ID and Password in order to register and/ or use
the Services provided by Merchant on the Website. By accepting these Terms and Conditions the User
agrees that his/ her User ID and Password are very important pieces of information and it shall be the
Users own responsibility to keep them secure and confidential. In furtherance hereof, the User agrees
to;
i.
ii.
iii.
Be responsible for any transactions made by User under such User ID and Password.
The User is hereby informed that Merchant will never ask the User for the Users password in an
unsolicited phone call or in an unsolicited email. The User is hereby required to sign out of his/ her
Merchant account on the Website and close the web browser window when the transaction(s) have
been completed. This is to ensure that others cannot access the Users personal information and
correspondence when the User happens to share a computer with someone else or is using a computer
in a public place like a library or Internet caf.
1. The User agrees that the debit/credit card details provided by him/ her for use of the aforesaid
Service(s) must be correct and accurate and that the User shall not use a debit/ credit card, that
is not lawfully owned by him/ her or the use of which is not authorized by the lawful owner
thereof. The User further agrees and undertakes to provide correct and valid debit/credit card
details.
2. The User may make his/ her payment(Tender Fee/Earnest Money deposit) to Merchant by using
a debit/credit card or through online banking account. The User warrants, agrees and confirms
that when he/ she initiates a payment transaction and/or issues an online payment instruction
and provides his/ her card / bank details:
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 15 -
Dy.Ex.Engr
I.
The User is fully and lawfully entitled to use such credit / debit card, bank account for
such transactions;
II.
The User is responsible to ensure that the card/ bank account details provided by him/
her are accurate;
III.
The User is authorizing debit of the nominated card/ bank account for the payment of
Tender Fee and Earnest Money Deposit
IV.
The User is responsible to ensure sufficient credit is available on the nominated card/
bank account at the time of making the payment to permit the payment of the dues
payable or the bill(s) selected by the User inclusive of the applicable Fee.
Personal Information
3. The User agrees that, to the extent required or permitted by law, Merchant and/ or the Payment
Gateway Service Provider(s) may also collect, use and disclose personal information in connection
with security related or law enforcement investigations or in the course of cooperating with authorities
or complying with legal requirements.
4. The User agrees that any communication sent by the User vide e-mail, shall imply release of
information therein/ therewith to Merchant. The User agrees to be contacted via e-mail on such mails
initiated by him/ her.
5. In addition to the information already in the possession of Merchant and/ or the Payment Gateway
Service Provider(s), Merchant may have collected similar information from the User in the past. By
entering the Website the User consents to the terms of Merchants information privacy policy and to
our continued use of previously collected information. By submitting the Users personal information
to us, the User will be treated as having given his/her permission for the processing of the Users
personal data as set out herein.
6. The User acknowledges and agrees that his/ her information will be managed in accordance with the
laws for the time in force.
Payment Gateway Disclaimer
The Service is provided in order to facilitate payment of Tender Fees/Earnest Money Deposit
online. The Merchant or the Payment Gateway Service Provider(s) do not make any
representation of any kind, express or implied, as to the operation of the Payment Gateway other
than what is specified in the Website for this purpose. By accepting/ agreeing to these Terms
and Conditions, the User expressly agrees that his/ her use of the aforesaid online payment
service is entirely at own risk and responsibility of the User.
1.4
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 16 -
Dy.Ex.Engr
1.5
1.6
(a)
(b)
(c)
Satisfactorily completed as a contractor at least one building work (similar) work of value not less
than Rs.1113.00 lakhs at price of 2016-17. (information to be given only in Statement no. III on
Page No. 24)
GENERAL EXPERIENCE :
i)
The applicant bidder should have executed following type of work in any one financial year
during last three years.
Built up area of single project :4200 Sqmt.
ii) R.C.C. Work :- 2600 Cum.
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 17 -
B.B. Masonry
:-
960 Cum.
Dy.Ex.Engr
iv) Flooring :- 4300 Sqm
A=
Maximum Value of civil engineering works executed in last three years (updated to current year
level) taking into account the completed as well as works in progress (Computed Form No.VI)
N=
Number of year prescribed for completion of the work for which bids are invited.
B=
Value at current price level of existing commitment and on going to be completed during the
next 36 (Thirty Six) Months (period completion of the works for which bids are invited (Form
No.I) Even though the bidders meet the above qualifying criateria they are subject to be
disqualified if they have made misleading or false representation in the forms, statements and
attachments submitted in proper of the qualification requirement.
(e)
1.6
SUBMISSION OF TENDER: Refer to Section Guidelines to Bidders on the operations of Electronic Tendering System of Public
Works Department for details.
1.7
OPENING OF TENDERS:
On the date, specified in the Tender Schedule, following procedure will be adopted for opening of the
Tender.
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 18 -
Dy.Ex.Engr
a)This envelope shall be opened online immediately after opening of Envelope No. 1, only if
contents of Envelope No. 1 are found to be acceptable to the Department. The tendered rates in
Schedule B or percentage above/below the estimated rates shall then be read out in the
presence of bidders who remain present at the time of opening of Envelope No. 2.
1.8
(i)
EARNEST MONEY :
Earnest money of minimum Rs. 1854900/- shall be paid via online using NEFT/RTGS or payment gateway
mode only.
After Tender opening, the EMD of the unsucessfull bidder will be returned to account provided by the
bidder during the bid prepration as given in challan under Beneficiary Account Number.
Earnest Money in the form of cheques or any other form except above will not be accepted.
1.9
(ii)
The amount will be refunded to the unsuccessful tenderers on deciding about the acceptance or
otherwise of the tender. In case of successful tenderer, it will be refunded on his paying initial
Security Deposit and completing the tender documents in form B-1.
(iii)
In case of Joint Venture, Earnest money Exemption certificate in individual capacity will not be
accepted. Earnest money shall be paid via online using NEFT/RTGS or payment gateway mode.
The Security Deposit, additional security deposit etc. in the form of T.D.R. / F.D.R. issued in the
name of Joint Venture Company drawn by scheduled bank having branches in Maharashtra and
endorsed, in the name of Executive Engineer, P.W. Division, Dhule for the period of one year
will be considered.
SECURITY DEPOSIT:
The successful tenderer shall have to pay half the security deposit in approved security form (preferably in
the form of National Saving Certificate) or in cash or in the form of Bank Guarantee (in the form as
prescribed by Government) from any Schedule Bank and balance Security Deposit will be recoverable
through the bills at the percentage as shown in item(s) of the Memorandum in printed C form or as may be
decided by the Executive Engineer during course of execution of the work looking to the position and
circumstances that may prevail, whose orders will be final and binding on the contractor. The security
deposit for the due performance of the contract shall be as detailed in the Tender Documents elsewhere,
Fifty percent of the security deposit will have to be deposited within ten days (including Government
holidays) of the acceptance of the tender and the remaining fifty percent will be recovered from the Running
Bills at the rate as specified in the tender form, on the cost of work as per C.S.R. prevailing at the time 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. 2015-2016 for the respective District. Initial Security Deposit may be in Bank Guarantee form
in format on Page No. __ of tender document for full period of completion of work and it should be
extendable up to expiry of valid extension if any, as directed by Engineer-in-charge.
.1.10
ISSUE OF FORMS:
Information regarding contract as well as blank tender forms can be downloaded from the
eTendering website upon providing the details of the payment of cost as detailed in the N.I.T.
1.11
TIME LIMIT:
The work is to be completed within time limit as specified in the N.I.T. which shall be reckoned
from the date of written order for commencing the work and shall be inclusive of monsoon
period.
1.12
TENDER RATE:
No alteration in the form of tender and the schedule of tender and no additions in the scope of
special stipulations will be permitted. Rates quoted for the tender shall be taken as applicable for
all leads and lifts.
1.13
TENDER UNITS:
The tenderers should particularly note the units mentioned in the Schedule B on which the rates
are based. No change in the units shall be allowed. In the case of difference between the rates
written in figures and in words, the correct rate will be the one, which is lower of the two.
1.14
CORRECTION:
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 19 -
Dy.Ex.Engr
No corrections shall be made in the tender documents. Any corrections that are to be made shall
be made by crossing the incorrect portion and writing the correct portions above with the initials
of
tenderer.
1.15
TENDERS ACCEPTANCE :
Acceptance of tender will rest with the Superintending Engineer, P.W. Circle, Dhule who
reserves the right to reject any or all tenders without assigning any reason therefore. The
tenderer whose tender is accepted will have to enter in to a regular B-1 agreement within 10
days of being
notified to do so. In case of failure on the part of Tenderer to sign the agreement within the
stipulated time, the earnest money paid by him shall stand forfeited to the Government and the
offer of the tenderer shall be considered as withdrawn by him.
1.16
CONDITIONAL TENDER :
The tenders who do not fulfil the condition of the notification and the general rules and directions
for the guidance of contractor in the agreement form or are incomplete in any respect are likely
to be rejected without assigning any reason therefore.
(a) The Tenderers shall be presumed to have carefully examined the drawings, conditions and
specifications of the work and have fully acquainted themselves with all details of the site, the
conditions of rock and its joints, pattern, river, weather characteristics, labour conditions and in
general with all the necessary information and data pertaining to the work, prior to tendering for
the work.
(b) The data whatsoever supplied by the Department along with the tender documents are meant
to serve only as guide for the tenderers while tendering and the Department accepts no
responsibility whatsoever either for the accuracy of data or for their comprehensiveness.
(c) The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are as
per survey conducted by the Department. The Contractor should however examine these
quarries and see whether full quantity of materials required for execution of the work strictly as
per specification are available in these source before quoting the rates. In case the materials are
not available due to reasons whatsoever, the contractor will have to bring the materials from any
other source with no extra cost to Government. The rates quoted, should therefore be for all
leads and lifts from wherever the materials are brought at site of work and inclusive of royalty to
be paid to the Revenue Department by the Contractor.
POWER OF ATTORNEY:
If the tenderers are a firm or company, they should in their forwarding letter mention the names
of all
the partners together with the name of the person who holds the power of Attorney,
authorizing him to conduct all transactions on behalf of the body, along with the tender.
1.17
The tenderer may, in the forwarding letter, mention any points are may wish to make clear but
the right is reserved to reject the same or the whole of the tender if the same becomes
conditional
1.18
tender thereby.
The contractor or the firms tendering for the work shall inform the Department if they appoint
their
authorized Agent on the work.
1.19
No foreign exchange will be released by the Department for the purchase of plants and
machinery for the work by the Contractor.
1.20
Any dues arising out of contract will be recovered from the contractor as arrears of Land
Revenue, if not paid amicably. Moreover, recovery of Government dues from the Contractors
will be affected from the payment due to the Contractor from any other Government works under
execution with them.
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 20 -
Dy.Ex.Engr
All pages of tender documents, conditions, specifications, correction slips etc. shall be initialled
by the tenderer. The tender should bear full signature of the tenderer, or his authorized power of
Attorney holder in case of a firm.
1.22
The Income Tax and surcharge etc. shall be deducted as per prevailing rate of Income Tax
authority (presently the rate is approximate 2.30%) from bill amount whether measured bill,
advance payment or secured advance.
1.23
The successful tenderer will be required to produce, to the satisfaction of the specified
concerned authority a valid concurrent license issued in his favour under the provisions of the
Contract Labour (Regulation and Abolition) Act 1970 for starting the work. On failure to do so,
the acceptance of the tender shall be liable to be withdrawn and also liable for forfeiture of the
earnest money.
1.24
The tenderer shall submit the list of apprentices engaged by the Contractor under Apprentice
Act.
1.25
VALIDITY PERIOD :
The offer shall remain open for acceptance for minimum period of 120 days from the Date of
opening of Envelope No. 2 (Financial Bid) and thereafter until it is withdrawn by the contractor by
notice in writing duly addressed to the authority opening the tender and sent by Registered Post
Acknowledgment due. (Ref. to memorandum on Page of B-1 Form Chapter)
1.26
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 21 -
Dy.Ex.Engr
ii)
B]
A Joint Venture between single contractors, partnership firm, Joint stock Limited Company, Private /
Public Limited Company may be permitted subject to the following conditions.
1)
The Joint Venture should be partnership firm, duly applied for registration with Registed Notary along
with receipt of charge for registration application with the "Registrar of Firms Maharashtra State". This
document shall be submitted in envelope No.1
2)
Specified stipulation be made in the Joint Venture deed to seek prior written approval of the Competent
Authority, before any changes are proposed to be made in the Joint Venture deed, once it is applied for
registration with the "Registrar of Firms Maharashtra State".
3)
The Joint Venture Partnership shall not be dissolved till the completion of defects liability period as
stipulated in tender conditions and till all the liabilities thereof are liquidated. Till getting registered with
"Registrar of Firms Maharashtra State" the sole liability as per tender conditions rest with Lead Partner /
Firm in the application for registration.
4)
The share of assets and liabilities and share of work in the project of the lead firm shall not be less than
60%. Also the percentage share of each other firm in Joint Venture, partnership deed shall not less than
20%.
5)
One of the partners shall be nominated as being in charge and this authorization be evidenced by
submitting a power of attorney signed by legally authorized signatories of all the partners. This
document shall be submitted in envelope No.1.
6)
The partner in charge shall be authorized to incur liabilities and receive instruction and on behalf of any
and all partners of Joint Venture and entire execution of contract including payment shall be done
exclusively with the partner in charge.
7)
All Partners of the Joint Venture shall be liable jointly and severally for execution of the contract in
accordance with the contract terms and a relevant statements of effect, shall be included in authorization
mentioned under (6) above.
8)
Complete information pertaining to each partner in the respective forms duly signed by each such
partner shall be submitted with the application.
9)
Separate information in respect of each firm (Entered in to Joint Venture) should be submitted.
C)
In case of Joint Venture the sponsoring firm has to submit complete information and identification of the
lead firm. It would be necessary for the Joint Venture to establish to the satisfaction of the competent
authority that the venture has been made practical, workable and legally enforceable, the arrangements
amongst the parties that responsibilities regarding the execution and financial parties to whom such
responsibilities etc. assigned are capable in their individual capacity to discharge the completely and
satisfactorily and also that the lead firm has necessary capacity to lead responsibility and involvement
for the entire period of execution as well as leading roll in control and direction on the resources of the
entire Joint Venture.
D) Bidders may be qualified independently or in a Joint Venture but they would be allowed to submit only
one
bid.
Contractor
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 22 -
Dy.Ex.Engr.
FORM NO. 1.
List of Works Tendered For and In Hand as on Date of Submission of This Tender
Sr.
No.
Name of
Work
Place
and
Count
ry
Works in Hand
Tendered
Cost
Cost of
Remainin
g Wor
Remark
Anticipate
d Date of
Completio
n
Work in Hand
Estimat
ed Cost
Dated
When
Decision
is
Expected
Stipulated
Date of or
Period of
Completion
10
FORM NO. 2.
List of Plant and Machinary Immediately Available With the Tenderer for This Work
Sr.
No.
Name of
Equipm
ent
No. of Units
capacity
Age and
Condition
Present
Location
Remark
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 23 -
Dy.Ex.Engr.
ANNEXTURE II
STATEMENT NO.2 (A)
(To be uploaded in Envelop No.-1)
A) QUESTIONNAIRE ON MODERN MACHINERY :Proforma for information regarding machinery required for this work
Sr.
No.
1
Name of Machinery
Qty.
Owned
Transit mixers
1 Number Owned
Machinery
Or optional
Drum mix plant having minimum capacity of 40 to 60 or
80 to 100 TPH
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 24 -
Dy.Ex.Engr.
FORM NO. 3.
Details of Works of Similar Types and Magnitude Carried Out By the Contractor During the Presiding 5
Years.
Name of Tenderer :Sr.
No.
Name of Work
Cost of Work
Date of Starting
Stipulated Date
of Completion
Actual Date
of
Completion
Remark
FORM NO. 4.
List of Works Carried Out in Interior Backward, and Hilly Areas
Sr.
No.
Name of Work
Cost of Work
Date of Starting
Date of
Completion
Remark
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 25 -
Dy.Ex.Engr.
FORM NO. 5.
Details of Technical Personnel Available With the Contractor.
Sr.
No.
Name of
Person
Qualification
Whether
Working in
Field or in
Office
Experience of
Execution of
Similar Works
Remarks
FORM NO.VI
Name of
works/years
2014-2015
2015-2016
Necessary
certificate
in
respect of each
work
duly
certified
by
Executive
Engineer
are
attached
herewith.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 26 -
Dy.Ex.Engr.
Sr
.N
o.
Descriptaion
of important
itmes
completed
Minimum
Quantity
required
Work
No.1
Work
No.2
Work
No.3
Work
No.4
Work
No.5
&
Soon
Total
Quantit
y of
each
item at
Sr.No.1
to 7
Remarks.
10
11
Built up area
of single
project
Sqm
R.C.C.
Work
Cum
B.B.
Masonry
Cum
Flooring
Cum
Necessary
certificates
in Respect
of each
work duly
certified by
Executive
Engineer
for
Chartered
Engineer
are
attached
herewith.
Note : Necessary certificate in respect of each work duly certified by the concerned Executive
Engineer or Chartered Engineer should be attached.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 27 -
Dy.Ex.Engr.
/
(Affidavit on stamp paper of Rs.100/- registered before The Notary or Executive Magistrate)
/ , .
, ..
: / Drum Mix Plant / Batch Mix Plant
: ________________ . /* ____
,
MORT & New Delhi 2001
.
:-
:(--------------------)
(1)
(2)
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 28 -
Dy.Ex.Engr.
AFFIDAVIT
I / We ____________________ are _______ Years _______ is resident of
___________________ do hereby certify and give undertaking that I / We / am / are the
Proprietor / Partner / Owner of the Company / Firm & has submitted the tender for the Work
_________________________________________________________________________
_________________________________________________________________________
The
Documents
uploaded
(in
envelop
No.
1)
on
Contractor Signature
(The bond of the above affidavits should be submitted on stamp paper of Rs.100/- registered before
the Notary or Executive Magistrate)
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 29 -
Dy.Ex.Engr.
(a)
Due performance and observance by the Contractor of terms, covenants and conditions on the
part of the Contractor contained in the said Agreement,
AND
(b)
Due and punctual payment by the Contractor to the Government of all sums of money, losses,
damages, costs, charges, penalties and expenses payable to the Government by the Contractor
under or in respect of the said Agreement.
2.
Undertake to pay to the Government on demand and without demur and not withstanding any
dispute or disputes raised by the Contractor (s) in any suit or proceeding filed in any court of
Tribunal
relating
there
to
the
said
sum
of
Rs._________.
(Rupees
____________________________ ________________ Only) or such lesser sum as may
demand by the Government from us our liability hereunder being absolute and unequivocal and
agree that.
3 (a)
The guarantee herein contained shall remain in full force and effect during the subsistence of
the said Agreement and that the same will be continue to be enforceable till all the dues of the
Government under or by virtue of the said Agreement have been duly paid and its claims
satisfied or discharged and till the Government certifies that the terms and conditions of the said
Agreement have been fully properly carried out by the Contractor.
(b)
We shall not be discharged or released from the liability under this Guarantee by reasons of (i)
(ii) Any agreement entered into between the Government and the Contractor with or without
our consent;
(iii) Any forbearance or indulgence shown to the Contractor;
(iv) Any variation in the terms, convenants or conditions contained in the said Agreement;
(v) Any time given to the contractor.
(vi) Any other conditions or circumstances under which, in law, a surety would be discharged.
c )
Our liability here under shall be joint and several with that of theContractor as if we were the
principal debtors in respect of the said sum of Rs.______________/- (Rupees _____________
__________________________ Only) and
(d)
We shall not revoke this guarantee during its currency except with the previous consent in
writing on the Government.
IN WITNESS WHERE OF the Common Seal of ___________ has been hereunto affixed this
___________ day of ________________________200
The Common Seal of __________
________ was pursuant to the resolution of the Board of Directors of the Company dated the
________________day of__________ herein affixed in the presence of _____________ who ,
in token thereof, have hereto set their respective hands in the presence of:-
(1) __________________________
(2) __________________________
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 30 -
Dy.Ex.Engr.
Name of Work :-
1)
2)
3)
4)
5)
Colouring
6)
7)
8)
9)
10)
C.D. Work
11)
Kitchen Platform
12)
13)
Earth Work,
14)
75 mm BBM,
15)
16)
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 31 -
Dy.Ex.Engr.
2.
Contractor
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 32 -
Dy.Ex.Engr.
:- . ,
..
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 33 -
Dy.Ex.Engr.
FORM B-1
PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS
DEPARTMENT
CIRCLE
DIVISION
2.
In the event of the tender being submitted by a firm, it must be signed by each partner thereof,
and in the event of the absence of any partner, it shall be signed on his behalf by a person
holding a power of attorney authorising him to do so.
2(A)i) The contractor shall pay along with the tender the sum of Rs 1854900/- (Rupees
Eighteen Lakh Fifty Four Thousand Nine Hundred Only) Earnest money shall be paid
via online using NEFT / RTGS or payment gateway mode. The said amount of earnest money
shall not carry any interest whatsoever.
ii)
In the event of his tender being accepted, subject to the provision of sub-clause (iii)
below, the said amount of earnest money shall be appropriated towards the amount of
security deposit payable by him under conditions of General Conditions of Contract.
iii)
If, after submitting the tender, the contractor withdraws his offer, or modifies the same or
if after the acceptance of his tender the contractor fails or neglects to furnish the balance
of security deposit without prejudice to any other rights and powers of the Government,
hereunder, or in law, Government shall be entitled to forfeit the full amount of the earnest
money deposited by him.
iv)
In the event of his tender not being accepted, the amount of earnest money deposited by
the contractor shall, unless it is prior there to forfeited under the provisions of sub-clause
(iii) above, be refunded to him on his passing receipt therefor.
3.
Receipts for payments made on account of any work, when executed by a firm, should also be
signed by all the partners except where the contractors are described in their tender as a firm,
in which case the receipt shall be signed in the name of the firm by one of the partners, or by
some other person having authority to give effectual receipts for the firm.
4.
Any person who submits a tender shall submit his bid online stating at what percentage above
or below the rates specified in schedule `B'. He is willing to undertake the work. Only one rate
or such percentage on all the Estimated rates/Schedule rates shall be named.
5.
The Executive / Superintending Engineer or his duly authorised Assistant shall open tenders in
the presence of contractors who have submitted tenders or their representatives who may be
present at the time, and he will enter the amounts of several tenders in a comparative
statement in a suitable form. In the event of a tender being accepted, the contractor shall for
the purpose of identification, sign copies of the specifications and other documents mentioned
in rule 1. In the event of tender being rejected, the divisional officer shall authorise the
Treasury officer / Scheduled Bank concerned to refund the amount of the earnest money
deposited, to the contractor making the tender, on his giving a receipt for the return of the
money.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 34 -
Dy.Ex.Engr.
6.
The officer competent to dispose off the tenders shall have the right of rejecting all or any of
the tenders.
7.
No receipt for any payment alleged to have been made by a contractor in regard to any matter
relating to this tender or the contract shall be valid and binding on Government unless it is
signed by the Executive Engineer.
8.
The memorandum of work to be tendered for and the schedule of materials to be supplied by
the Public Works Department and their rates shall be filled in and completed by the office of
the Executive Engineer before the tender form is issued. If a form issued to an intending
tenderer has not been so filled in and completed he shall request the said office to have this
done before he completes and delivers his tender.
9.
All work shall be measured net by standard measure and according to the rules and customs of
the Public Works Department and their rates shall be without reference to any local custom.
10.
Under no circumstances shall any contractor be entitled to claim enhanced rates for items in
this contract.
11.
Every registered contractor should produce along with his tender certificate of registration as
approved contractor in the appropriate class and renewal of such registration with the date of
expiry.
12.
13.
The measurements of work will be taken according to the usual method in use in the Public
Works Department and no proposal to adopt alternative methods will be accepted. The
Executive Engineer's decision as to what is the usual method in use in the Department will be
final.
14.
The tendering contractor shall furnish a declaration along with the tender showing all works for
which he has already entered into contract, and the value of work that remains to be executed
in each case on the date of submitting the tender.
15.
Every tenderer shall furnish along with the tender, information regarding the income-tax circle
or ward of district in which he is assessed to income-tax the reference to the number of
assessment and the assessment year.
16.
In view of the difficult position regarding the availability of foreign exchange no foreign
exchange would be released by the Department for the purchase of plant and machinery
required for the execution of the work contracted for. (GOB/PWD/CFM/1058<196>62517 dated
26-9-1959)
17.
The contractor will have to construct shed for storing controlled and valuable materials issued
to him under Schedule `A' of the agreement, at the work site, having double locking
arrangement. The materials will be taken for use in the presence of the Departmental person.
No materials will be allowed to be removed from the site of works.
18.
The contractors shall also give a list of machinery in their possession and which they propose
to use on the work in the form of Statement No. II.
19.
Every registered contractor should furnish along with tender a statement showing previous
experience and technical staff employed by him, in the form of statement No. V.
20.
Successful tenderer will have to produce to the satisfaction of the accepting authority a valid
and current license issued in his favour under the provision of Contract Labour (Regulation and
Abolition Act 1970) before starting work, failing which acceptance of the tender will be liable for
withdrawal and earnest money will be forfeited to Government.
21.
The Contractor shall comply with the provisions of the Apprentices Act 1961 and the rules and
orders issued there-under from time to time. If he fails to do so, his failure will be a breach of
the contract and the Executive Engineer, may, in his discretion cancel the contract. The
contractor shall also be liable, for any pecuniary liability arising on account of any violation by
him of the provisions of the Act.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 35 -
Dy.Ex.Engr.
* In figures as
well as in
words.
Seal of
Contractor
The amount of
earnest money to be
deposited shall be in
accordance with the
provisions of paras
204 and 205 of the
M.P.W. Manual.
(d)This deposit shall
be in accordance with
paras 211 and 212 of
the
M.P.W Manual.
:- Rs. 370966584/-
:- Rs. 1854900/-
:- Rs. 7419400/-
Total
:- Rs. 14838800/-
(f) Time allowed for the work from from the date of
written order to commence. (including monsoon)
Contractor,
No.of Corrections
:- Rs. 7419400/-
4%
(Four Percentage)
36
(Thirty
Six)
Calender
Months
Including Monsoon
Months
Executive Engineer,
P.W.Division, Dhule
- 36 -
Dy.Ex.Engr.
I/We agree that the offer shall remain open for acceptance for a minimum period of
120 days from the date fixed for opening the same and thereafter until it is withdrawn
by me/us by notice in writing duly addressed to the authority opening the tenders and
sent by registered post AD or otherwise delivered at the office of such authority,
"Treasury-Bank Challan No. and date or Deposit at call receipt No. and date or term
deposit receipt for a period of one year receipt No. __________ date _________ in
respect to the sum of Rs.*_______________/- (Rupees________________________
_________________only)
The amount of earnest money shall not bear interest and shall be liable to be
forfeited to the Government should I/We fail to (i) abide by the stipulation to keep the
offer open for the period mentioned above or (ii) sign and complete the contract
documents as required by the Engineer and furnish the security deposit as specified
in item d) of the memorandum contained in paragraph (i) above within the time limit
laid down in clause (1) of the annexed General Conditions of contract. The amount of
earnest money may be adjusted towards the security deposit or refunded to me/us if
so desired by me/us
forfeited as aforesaid.
3.
I/We have secured exemption from payment of earnest money after executing the
necessary bond in favor of the Govt. a true copy of which is enclosed herewith,
should any occasion for forfeiture of earnest money for this work arise due to failure
on my/our part to (I) abide by the the necessary bond in favor of the Government,
true copy of which is enclosed herewith. Should any occasion for forfeiture of earnest
money for this work arise due to failure on my/our part to (1) abide by the stipulations
to keep the offer open for the period mentioned above or (ii) sign and complete the
contract documents and furnish to security deposit as specified in item (d) of the
Memorandum contained in paragraph (I) above within the time limit laid down in
clause (1) of the annexed General conditions of contract the amount payable by
me/us may at the option of the Engineer, be recovered out of the amount deposited
in lump sum for securing exemption in so far as the same may extend in terms of the
said bond and in the event of the deficiency out of any other moneys which are due
or payable to me/us by the Government under any other contract or transaction of
any nature whatsoever or other wise.
4.
Should this tender be accepted I/We hereby agree to abide by and fulfil all the terms
and provisions of the conditions of contract annexed hereto so far as applicable and
in default there of to forfeit and pay to Government the sums of money mentioned in
the said conditions.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 37 -
Dy.Ex.Engr.
Name of Contractor
Address
Dated theday of
Signature of contractor
before submission of tender
Witness
Address :
(Occupation)
Signature of witness
to
contractor's signature.
The above tender is hereby accepted by me for and on behalf of Governor of
Maharashtra.
Dated the
day of
200
Executive Engineer
__________Division,
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 38 -
Dy.Ex.Engr.
Clause 1:- The person/persons whose tender may be accepted (hereinafter called the Security
contractor, which expression shall unless excluded by or repugnant to the context include his
heirs, executors, administrators, and assigns) shall (A) within 10 days (which may be
extended by the Superintending Engineer concerned upto 15 days if the Superintending
Engineer thinks fit to do so)of the receipt by him of the notification of the acceptance of his
tender deposit with the Executive Engineer in cash or Govt. securities endorsed to the
Executive Engineer (if deposited for more than 12 months) of sum sufficient which 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 work done under the contract to deduct such sum as will
amount to * four percent of all moneys so payable such deductions to be held by Government
by way of security deposit.) Provided always that in the event of the contractor depositing a
lump sum by way of security deposit as contemplated at (A) above, then and in such case, if
the sum so deposited shall not amount to four percent of the total estimated cost of the work,
it shall be lawful for the Government at the time of making any payment to the contractor for
work done under the contract to make up the full amount of four percent by deducting a
sufficient sum from every such payment as last aforesaid until the full amount of the security
deposit is made up. All compensation or other sums of money payable by the contractor to
Government under the terms of his contract may be deducted from or paid by the sale of
sufficient part of his security deposit or from the interest arising therefrom, or from any sums
which may be due or may become due by Government to the contractor under any other
contract or transaction of any nature on any account whatsoever and in the event of his
security deposit being reduced by reason of any such deduction or sale as aforesaid, the
contractor shall, within ten days thereafter, make good in cash or Government securities
endorsed as aforesaid any sum or sums which may have been deducted from or raised by
sale of his security deposit or any part thereof .
The security deposit referred to , when paid in cash may, at the cost of the depositor be
converted in to interest bearing securities provided that the depositor has expressly desired
this in writing the security deposit will not be accepted in form of insurance Company Bonds
as Per Government order contained in No. CCM/PWD/CAT-4250 dt- 27/2/1956. If the
amount of security deposit to be paid in a lump sum within the period specified at (A) above
is not paid the tender / contract already accepted shall be considered as cancelled and legal
steps taken against the contractor for recovery of the amounts. The amount of the security
deposit lodged by a contractor shall be refunded along with the payment of the final bill, if the
date upto which the contractor has agreed to maintain the work in good order is over. If such
date is not over, only 50% amount of security deposit shall be refunded along with the
payment of the final bill. The amount of security deposit retained by the Government shall be
released after expiry of period up to which the contractor has agreed to maintain the work in
good order is over. In the event of the contractor failing or neglecting to complete rectification
work within the period up to which the contractor has agreed to maintain the work in good
order, then, subject to provisions of clauses 17 and 20 hereof the amount of Security Deposit
retained by Government shall be adjusted towards the excess cost incurred by the
department on rectification work.
Note : This will be the same percentage as that in the tender at (e)
Clause 2 :- The time allowed for carrying out the work as entered in the tender shall be
strictly observed by the contractor and shall be reckoned from the date on which the order to
commence work is given to the contractor. The work shall throughout the stipulated period of
the contract be proceeded with, with all due diligence (time being deemed to be the essence
of the contract on the part of the contractor ) and the contractor shall pay as compensation
an amount equal to one per cent or such smaller amount as the Superintending Engineer
(whose decision in writing shall be final) may decide, of the amount of the estimated cost of
the whole work as shown by the tenderer for every day that the work remains uncommenced,
or unfinished after the proper dates.
And further to ensure good progress during execution of the work, the contractor shall be
bound, in all cases in which the time allowed for any work exceeds one month to complete.
th
1/6 th of the work in _________1/4 of the time
1/2 of the work in __________1/2 of the time
th of the work in _________ th of the time
deposit
PWD
Resoluti
on No
CAT/
1087/
CR-94/
Bldg.2
dt.
14/6/89
Compen
sation
for
delay
In the event of the contractor failing to comply with this conditions he shall be liable to pay as
compensation an amount equal to one per cent or such smaller amount as the
Superintending Engineer (whose decision in writing shall be final) may decide of the said
estimated cost of the whole work for every day that the due quantity of work remains
incomplete provided always that the total amount of compensation to be paid under the
provisions of this clause shall not exceed 10 per cent of the estimated cost of the work as
shown in the tender. The Superintending Engineer should be the final authority in this respect
irrespective of the fact that the tender is accepted by the Chief Engineer/ Additional Chief
Engineer/ Superintending Engineer/Executive Engineer OR Assistant Engineer/ Deputy
Engineer.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 39 -
Dy.Ex.Engr.
Clause 3 :- In any case in which under any clause of this contract the contractor shall have
rendered himself liable to pay compensation amounting to the whole of this security deposit
whether paid in one sum or deducted by installments or in the case of abandonment of the
work owing to serious illness or death of the contractor or any other cause the Executive
Engineer, on behalf of the Governor of Maharashtra, shall have power to adopt any of the
following courses, as he may deem best suited to the interest of Government:(a)
To rescind the contract (for which rescission notice in writing to the contractor under
the hands of Executive Engineer shall be conclusive evidence) and in that case the
security deposit of the contractor shall stand forfeited and be absolutely at the
disposal of Government.
(b)
To carry out the work or any part of the work departmentally debiting the contractor
with the cost of the work, expenditure incurred on tools and plant, and charges on
additional supervisory staff including the cost of work-charged establishment
employed for getting the un-executed part of the work completed and crediting him
with the value of the work done departmentally in all respects in the same
manner and at the same rates as if it had been carried out by the contractor under
the terms of his contract.
Action
when
whole of
security
deposit
is
forfeited
The certificate of the Executive Engineer as to the costs and other allied
expenses so incurred and as to the value of the work so done departmentally shall be
final and conclusive against the contractor.
(c )
To order that the work of the contractor be measured up and to take such part thereof
as shall be unexecuted out of his hands, and to give it to another contractor to
complete, in which case all expenses incurred on advertisement for fixing a new
contracting agency, additional supervisory staff including the cost of work charged
establishment and the cost of the work executed by the new contract agency will be
debited to the contractor and the value of the work done or executed through the new
contractor shall be credited to the contractor in all respects and in the same manner
and at the same rates as if it had been carried out by the contractor under the terms
of his contract. The certificate of the Executive Engineer as to all the cost of the work
and other expenses incurred as aforesaid for or in getting the unexecuted work done
by the new contractor and as to the value of the work so done shall be final and
conclusive against the contractor.
In case the contract shall be rescinded under clause (a) above the contractor shall
not be entitled to recover or be paid, any sum for any work therefore actually performed by
him under this contract unless and until the Executive Engineer shall have certified in writing
the performance of the such work and the amount payable to him in respect thereof and he
shall only be entitled to be paid the amount so certified. In the event of either of the courses
referred to in clause (b) or (c) being adopted and the cost of the work executed
departmentally or through a new contractor and other allied expenses exceeding the value of
such work credited to the contractors the amount of excess shall be deducted from any
money due to the contractor, by Government under the contract or otherwise howsoever or
from his security deposit or the sale proceeds thereof provided, however,the contractor shall
have no claim against Government even if the certified value of the work done
departmentally or through a new contractor exceeds the certified cost of such work and allied
expenses, provided always that whichever of the three courses mentioned in clauses (a), (b)
or (c) is adopted by the Executive Engineer, the contractor shall have no claim to
compensation for any loss sustained by him by reason of his having purchased or procured
any materials, or entered into any engagements, or made any advance on account of or with
a view to the execution of the work or the performance of the contract
Clause 4 :- If the progress of any particular portion of the work is unsatisfactory the Action
Executive Engineer shall not withstanding that the general progress of the work is in
accordance with the conditions mentioned in clause 2, be entitled to take action under clause
3(b) after giving the contractor 10 days' notice in writing. The contractor will have no claim for
compensation, for any loss sustained by him owing to such action.
Clause 5 :- In any case in which any of the powers conferred upon the Executive Engineer
by clauses 3 and 4 hereof shall have become exercisable and the same shall not have been
exercised the non-exercise thereof shall not constitute a waiver of any of the conditions
hereof and such powers shall not withstanding be exercisable in the event of any future case
of default by the contractor for which under any clause hereof he is declared liable to pay
compensation amounting to the whole of his security deposit and the liability of the contractor
for past and future compensation shall remain unaffected.
Contractor,
No.of Corrections
when
the
progres
s of any
particular
portion
of the
work is
unsatisf
actory
Executive Engineer,
P.W.Division, Dhule
- 40 -
Dy.Ex.Engr.
In the event of the Executive Engineer taking action under sub-clause (a) or (c) of clause 3,
he may, if he so desires, take possession of all or any tools & plant, materials and stores in or
upon the work or the site thereof or belonging to the contractor, or procured by him and
intended to be used for the execution of the work or any part thereof, paying or allowing for
the same in account at the contract rates, or in the case of contract rates not being applicable
at current market rates to be certified by the Executive Engineer whose certificate thereof
shall be final. In the alternative the Executive Engineer may, after giving notice in writing to
the contractor or his clerk of the work, foreman or other authorised agent require him to
remove such tools & plant, materials, or stores from the premises within a time to be
specified in such notice, and in the event of the contractor failing to comply with any such
requisition, the Executive Engineer may remove them at the contractor's expense or sell
them by auction or private sale on account of the contractor and at his risk in all respects and
the certificate of the Executive Engineer as to the expense of any such removal and the
amount of the proceeds and expense of any such sale shall be final and conclusive against
the contractor.
Contract
or
remains
liable to
pay
compen
sation if
action
not
taken
under
clause 3
and 4.
Clause 6 :- If the contractor shall desire an extension of the time for completion of work on Extensi
the ground of his having been unavoidably hindered in its execution or on any other ground
he shall apply in writing to the Executive Engineer before the expiration of the period
stipulated in the tender or before the expiration of 30 days from the date on which he was
hindered as aforesaid or on which the cause for asking for extension occurred, whichever is
earlier and the Executive Engineer, or in the opinion of Superintending Engineer or Chief
Engineer as the case may be if in his opinion, there were reasonable grounds for granting an
extension, grant such extension as he thinks necessary or proper. The decision of the
Executive Engineer/ Superintending Engineer/ Chief Engineer in this matter shall be final.
on of
time.
Clause 7 :- On the completion of the work the contractor shall be furnished with a certificate Final
by the Executive Engineer (hereinafter called the Engineer-in- charge) of such completion:
but no such certificate shall be given nor shall the work be considered to be completed until
the contractor shall have removed from the premises on which the work shall have been
executed, all scaffolding, surplus materials and rubbish, and shall have cleaned off, the dirt
from all wood work, doors, windows, wall, floor or other parts of any building in or upon which
the work has been executed or of which he may have had possession for the purpose of
executing the work, nor until the work shall have been measured by the Engineer-in-charge
or where the measurement have been taken by his subordinates until they have received
approval of the Engineer-in-charge, the said measurements being binding and conclusive
against contractor. If the contractor shall fail to comply with the requirements of this clause as
to the removal of scaffolding surplus materials and rubbish and cleaning of dirt on or before
the date fixed for the completion of the work the Engineer-in-charge may at the expense of
the contractor, remove such scaffolding, surplus materials and rubbish, and dispose off the
same as he thinks fit and clean off such dirt as aforesaid and the contractor shall forthwith
pay the amount of all expenses so incurred, but shall have no claim in respect of any such
scaffolding or surplus materials as aforesaid except for any sum actually realised by the sale
thereof.
Certifica
te
Clause 8 :- No payment shall be made for any work estimated to cost less than rupees one Payment
thousand till after the whole of work shall have been completed and a certificate of
completion given. But in the case of works estimated to cost more than rupees one thousand
the contractor shall on submitting a monthly bill therefore be entitled to receive payment
proportionate to the part of the work than approved and passed by the Engineer-in-charge,
whose certificate of such approval and passing of the sum so payable shall be final and
conclusive against the contractor. All such intermediate payments shall be regarded as
payments by way of advance against the final payments only and not as payments for work
actually done and completed and shall not preclude the Engineer-in-charge from requiring
any bad, unsound imperfect or unskillful work to be removed or taken away and
reconstructed or re-erected nor shall any such payment be considered as an admission of the
due performance of the contract or any part thereof in any respect or the occurring of any
claim nor shall it conclude, determine or effect in any other way the powers of the
Engineer-in-charge as to the final settlement and adjustment of the accounts or otherwise, or
in any other way vary or effect Payment on intermediate certificate to be regarded as
advances Payment at reduced rates on account of items of work not accepted as completed,
to be at the discretion of the Engineer-in-charge the contract. The final bill shall be submitted
by the contractor within one month of the date fixed for the completion of the work, otherwise
the Engineer- in-charge's certificate of the measurements and of the total amount payable for
the work shall be final and binding on all parties.
Contractor,
No.of Corrections
on
intermed
iate
certificat
e to be
regarded
as
advance
s
Executive Engineer,
P.W.Division, Dhule
- 41 -
Dy.Ex.Engr.
Clause 9 :- The rates for several items of works estimated to cost more than Rs 1000
agreed to within, shall be valid only when the item concerned is accepted as having been
completed fully in accordance with the sanctioned specifications. In cases where the items of
work are not accepted as so contemplated by the Engineer-in-charge he may make payment
on account of such items at such reduced rates as he may consider reasonable in the
preparation of final or on account bills.
Payment at
reduced
rates on
accounts of
items of work
not accepted
as completed
to be at the
discretion of
the Ex.-incharge.
Clause 10 :- A bill shall be submitted by the contractor in each month on or before the
Bill to be
submitted
monthly
date fixed by the Engineer-in-charge for all work executed in the previous month, and the
Engineer-in-charge shall take or cause to be taken the requisite measurement for the purpose
of having the same verified and the claim, so far as it is admissible, shall be adjusted, if
possible, within ten days from the presentation of the bill. If the contractor does not submit
the bill within the time fixed as aforesaid, the Engineer-in-charge may depute a subordinate
to measure up the said work in the presence of the contractor or his duly authorised agent
whose countersignature to the measurement list shall be sufficient warrant, and Engineer-incharge may prepare a bill from such list which shall be binding on the contractor in all
respects.
Bills to be on
printed form.
Clause 11 :- The contractor shall submit all bills on the printed forms to be had on
application at the office of the Engineer-in-charge. The charges to be made in the bills shall
always be entered at the rates specified in the tender or in the case of any extra work
ordered in pursuance of these conditions, and not mentioned or provided for in the tender at
the rates hereinafter provided for such work.
Stores
supplied by
Government
Clause 12 :- If the specification or estimate of the work provides for the use of any special
description of material to be supplied from the store of the Public Works Dept. store or if it is
required that the contractor shall use certain stores to be provided by the Engineer-in-charge.
(such material and stores and the prices to be charged therefor as hereinafter mentioned
being so far as practicable for the convenience of the contractor but not so as in any way to
control the meaning or effect of this contract specified in the schedule or memorandum
hereto annexed ) the contractor shall be supplied with such materials and stores as may be
required from time to time to be used by him for the purpose of the contract only, and the
value of the full quantity of the materials and stores so supplied shall be set off or deducted
from any sums then due, or thereafter to become due to the contractor under the contract, or
otherwise, or from security deposits or the proceeds of sale thereof if the security deposit is
held in Government securities, the same or a sufficient portion thereof shall in that case be
sold for the purpose.
All materials supplied to the contractor shall remain the absolute property of Government and
shall on no account be removed from the site of the work, and shall at all times be open for
inspection by the Engineer-in-charge. Any such materials unused and in perfectly good
condition at the time of completion or determination of the contract shall be returned to the
Public Works Departmental store. if the Engineer-in-charge so requires by a notice in writing
given under his hand but the contractor shall not be entitled to return any such materials
except with consent of the Engineer-in-charge and he shall have no claim for compensation
on account of any such material supplied to him as aforesaid but remaining unused by him
or for any wastage in or damage to any such materials.
Clause 12 (A) :- All stores of controlled materials such as cement, steel etc. to be supplied
to the contractor by Government should be kept by the contractor under lock and key and will
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 42 -
Dy.Ex.Engr.
be accessible for inspection by the Executive Engineer or his agent at all times.
Clause 13 :- The contractor shall execute the whole and every part of the work in the most
substantial and workmanlike manner, and both as regards materials and every other respect
in strict accordance with specifications. The contractor shall also conform exactly, fully and
faithfully to the designs, drawings and instructions in writing relating to the work signed by the
Engineer-in-charge and lodged in his office and to which the contractor shall be entitled to
have excess for the purpose of inspection at such office, or on the site of work during office
hours. The contractor shall be entitled to receive three sets of contract drawings and working
drawings as well as one certified copy of the accepted tender along with the work order free
of cost. Further copies of contract drawings and working drawings if required by him, shall be
supplied at the rate of Rs.500 per set of contract drawings and Rs.500 per working drawing
except where otherwise specified.
Clause 14 The Engineer-in-charge shall have power to make any alteration in or additions to
the original specifications, drawings, designs and instructions that may appear to him to be
necessary or advisable during the progress of the work and the contractor shall be bound to
carry out the work in accordance with any instructions in this connection which may be given
to him in writing signed by the Engineer-in-charge and such alteration shall not invalidate the
contract, and any additional work which the contractor may be directed to do in the manner
above specified as part of the work shall be carried out by the contractor on the same
conditions in all respects on which he agreed to do the main work, and at the same rates as
are specified in the tender for the main work. And if the additional and altered work includes
any class of work for which no rate is specified in this contract, then such class of work shall
be carried out at the rates entered in the Schedule of Rates of the Division or at the rates
mutually agreed upon between the Engineer-in-charge and the contractor, whichever are
lower. If the additional or altered work for which no rate is entered in the schedule of Rates of
the Division is ordered to be carried out before the rates are agreed upon than the contractor
shall within seven days of the date of receipt by him of the order to carry out the work, inform
the Engineer-in-charge of the rate which it is his intention to charge for such class of work.
And if the additional and altered work includes any class of work for which no rate is specified
in this contract, then such class of work shall be carried out at the rates entered in the
Schedule of Rates of the Division or at the rates mutually agreed upon between the
Engineer-in-charge and the contractor, whichever are lower. If the additional or altered work
for which no rate is entered in the schedule of Rates of the Division is ordered to be carried
out before the rates are agreed upon than the contractor shall within seven days of the date
of receipt by him of the order to carry out the work, inform the Engineer-in-charge of the
rate which it is his intention to charge for such class of work. And if the Engineer-in-charge
does not agree to this rate he shall by notice in writing be at liberty to cancel his order to carry
out such class of work and arrange to carry out in such manner as he may consider advisable
provided always that if the contractor shall commence work or incur any expenditure in
regard thereto before the rates shall have been determined as lastly hereinbefore mentioned,
than in such case he shall only be entitled to be paid in respect of the work carried out or
expenditure incurred by him prior to the date of determination of the rate as aforesaid
according to such rate or rates as shall be fixed by the Engineer-in-charge. In the event of a
dispute the decision of the Superintending 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 accepted by the competent authority the
alterations above referred to shall be within the scope of such designs, drawings and
Works to
be
executed
in
accordan
ce with
specifications,
drawings,
orders,
etc.
Alternations in
specificatio
ns and
designs not
to
invalidate
contracts.
Rates for
works not
entered in
estimate or
schedule of
rate of the
district.
Extension of
time in
consequence
of additions
or alterations
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 43 -
Dy.Ex.Engr.
Clause 15 :- 1) If at any time after the execution of the contract documents the Engineer
shall for any reason what-so-ever (other than default on the part of the contractor for which
the Government is entitled to rescind the contract) desires that the whole or any part of the
work specified in the tender should be suspended for any period or that the whole or part of
the work should not be carried out, at all he shall give to the contractor a notice in writing of
such desire and upon the receipt of such notice the contractor shall forthwith suspend or stop
the work wholly or in part as required, after having due regard to the appropriate stage at
which the work should be stopped or suspended so as not to cause any damage or injury to
the work already done or endanger the safety thereof provided that the decision of the
Engineer as to the stage at which the work or any part of it could be or could have been
safely stopped or suspended shall be final and conclusive against the contractor.
The contractor shall have no claim to any payment or compensation whatsoever by reason of
or in pursuance of any notice as aforesaid, on account of any suspension, stoppage or
curtailment except to the extent specified hereinafter.
No claim to
any
payment or
compensati
on for
alteration in
or
restriction
of work
2) Where the total suspension of work ordered as aforesaid continued for a continuous period
exceeding 90 days the contractor shall be at liberty to withdraw from the contractual
obligations under the contract so far as it pertains to the un-executed part of the work by
giving a 10 days' prior notice in writing to the Engineer, within 30 days of the expiry of the
said period of 90 days, of such intention and requiring the Engineer to record the final
measurement of the work already done and to pay final bill. Upon giving such notice the
contractor shall be deemed to have been discharged from his obligations to complete the
remaining unexecuted work under his contract. On receipt of such notice the Engineer shall
proceed to complete the measurements and make such payment as may be finally due to the
contractor within a period of 90 days from the receipt of such notice in respect of the work
already done by the contractor. Such payment shall not in any manner prejudice the right of
the contractor to any further compensation under the remaining provisions of this clause.
3) Where the Engineer required to contractor to suspended the work for a period in
excess of 30 days at any time or 60 days in the aggregate, the contractor shall be entitled
to apply to the Engineer within 30 days of the resumption of work after such suspension
for payment of compensation to the extent of pecuniary loss suffered by him in respect of
working machinery remained idle on the site or on the account of his having had to pay
the salary or wages of labour engaged by him during the said period of suspension
provided always that the contractor shall not be entitled to any claim in respect of any
such working machinery, salary or wages for the first 30 days whether consecutive or in
the aggregate or such suspension or in respect or any suspension whatsoever
occasioned by unsatisfactory work or any other default on his part. The decision of the
Engineer in this regard shall be final and conclusive against the contractor.
4)
In the event of --
(i)
Any total stoppage of work on notice from the Engineer under Sub clause (1) in that
behalf.
(ii)
(iii) Curtailment in the quantity of item originally tendered on account of any alteration,
omission on substitution in the specifications, drawings, designs or instructions
under clause 14(1) where such curtailment exceeds 25% in quantity and the value of
the quantity curtailed beyond 25 per cent at the rates for the item specified in the
tender is more 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 the contractual obligations under the
contract on account of the continued suspension of work or (iii) notice under the clause
15 (1) resulting in such curtailment to produce to the Engineer satisfactory documentary
evidence that he had purchased or agreed to purchase material for use in the contracted
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 44 -
Dy.Ex.Engr.
work, before receipt by him of the notice of stoppage, suspension or curtailment and
require the Government to take over on payment such material at the rates determined
by the Engineer, provided, however, such rates shall in no case exceed the rates at
which the same was acquired by the contractor. The Government shall thereafter take
over the material so offered, provided the quantities offered, are not in excess of the
requirements of the unexecuted work as specified in the accepted tender and are of
quality and specifications approved by the Engineer
Clause 15A :- The contractor shall not be entitled to claim any compensation from
Government for the loss suffered by him on account of delay by Government in the
supply of materials entered in Schedule A where such delay is caused by
(i)
(ii)
Force majeure.
(iii)
Act of God.
(iv)
Act of enemies of the State or any other reasonable cause beyond the control of
Government.
No claim to
compensatio
n on account
of loss due
to delay in
supply of
material by
Govt.
In the case of such delay in the supply of materials, Government shall grant such
extension of time for the completion of the work as shall appear to the Executive
Engineer to be reasonable in accordance with the circumstances of the case. The
decision of the Executive Engineer as to the extension of time shall be accepted as final
by the contractor.
Clause 16 :- Under no circumstances whatever shall the contractor be entitled to any
compensation from Government on any account unless the contractor shall have
submitted a claim in writing to the Engineer-in-charge within one month of the case of
such claim occurring.
Time limit
for
unforeseen
claims.
Clause 17 :- If at any time before the security deposit or any part thereof is refunded to
the contractor it shall appear to the Engineer-in-charge or his subordinate in charge of
the work, that any work has been executed with unsound, imperfect or unskillful
workmanship or with materials of inferior quality, or that any materials or articles
provided by him for the execution of the work are unsound, or of a quality inferior to that
contracted for, or are otherwise not in accordance with the contract, it shall be lawful for
the Engineer-in-charge to intimate this fact in writing to the contractor and then not
withstanding the fact that the work, materials or articles complained of may have been
inadvertently passed, certified and paid for, the contractor shall be bound forthwith to
rectify, or remove and reconstruct the work so specified in whole or in part, as the case
may require or if so required, shall remove the materials or articles so specified and
provide other proper and suitable materials or articles at his own charge and cost and in
the event of his failing to do so within a period to be specified by the Engineer-in-charge
in the written intimation aforesaid, the contractor shall be liable to pay compensation at
the rate of one percent on the amount of the estimate for every day not exceeding 10
days, during which the failure so continues and in the case of any such failure the
Engineer-in-charge may rectify or remove and re-execute the work or remove, and
replace the materials or articles complained of as the case may be at the risk and
expense in all respects of the contractor. Should the Engineer-in-charge consider that
any such inferior work or materials as prescribed above may be accepted or made use
of it shall be within his discretion to accept the same at such reduced rates as he may fix
therefor.
Action and
compensatio
n payable in
case of bad
work.
Work to be
open to
inspection.
Contractor,
No.of Corrections
P.W.D.
Resolution
No. CAT1087/
CR-94/
Building-2 dt.
14/6/89.
Contractor or
responsible
agent to be
present.
Executive Engineer,
P.W.Division, Dhule
- 45 -
Dy.Ex.Engr.
Clause 19 :- The contractor shall give not less than five days' notice in writing to the Notice to be
Engineer-in-charge or his subordinate in charge of the work before covering up or
otherwise placing beyond the reach of measurement any work in order that the same
may be measured and correct dimensions there of taken before the same is so covered
up or placed beyond the reach of measurements and shall not cover up or place beyond
the reach of measurement any work without the consent in writing of the Engineer-incharge or his subordinate in charge of the work, and if any work shall be covered up or
placed beyond the reach of measurement, without such notice having been given or
consent obtained the same shall be uncovered at the contractor's expenses, and in
default thereof no payment or allowance shall be made for such work or for the materials
with which the same was executed.
given before
work is
covered up.
Clause 20 :- If during the period of 24 (Twenty four) months from the date of
Contractor
liable for
damage done
and for
imperfections
P.W.D.
Resolution No.
CAT1087/CR/94/
Building-2 dt.
14/6/1989
The contractor shall forthwith on demand pay to the Govt. the amount of such costs,
charges and expenses sustained or incurred by the Government of which the certificate
of the Executive Engineer shall be final and binding on the contractor. Such costs,
charges and expenses shall be deemed to be arrears of land revenue and in the event of
the contractor failing or neglecting to pay the same on demand as aforesaid without
prejudice to any other rights and remedies of the Govt, the same may be recovered from
the contractor as arrears of land revenue. The Government shall also be entitled to
deduct the same from any amount which may then be payable or which may thereafter
become payable by the Government to the contractor either in respect of the said work or
any other work whatsoever or from the amount of security deposit retained by
Government. The defect liabilities period in particular for water proofing treatment
(Building works) shall be 7 years.
Clause 21 :- The contractor shall supply at his own cost all material (except such Contractor to
special materials if any as may in accordance with the contract, be supplied from the
P.W.D. stores), plant, tools, appliances, implements, ladders, cordage, tackle scaffolding
and temporary works requisite or proper for the proper execution of the work, whether, in
the original, altered or substituted from, and whether included in the specification or other
documents forming part of the contract or referred to in these conditions or not and which
may be necessary for the purpose of satisfying or complying with the requirements of the
Engineer-in-charge as to any matter as to which under these conditions he is entitled to
be satisfied, or which he is entitled to require together with the carriage therefore to and
from the work. The contractor shall also supply without charge the requisite number of
persons with the means and materials necessary for the purpose of setting out works and
counting, weighing and assisting in the measurements or examination at any time and
from time to time of the work or the materials, failing this the same may be provided by
the Engineer-in-charge at the expense of the contractor and the expenses may be
deducted from any money due to the contractor under the contract or from his security
deposits or the proceeds of sale thereof, or of a sufficient portion thereof. The contractor
shall provide all necessary fencing and lights required to protect the public from accident
and shall also be bound to bear the expenses of defense of every suit, action or other
legal proceeding of law that may be brought by any person for injury sustained owing to
neglect of the above precautions, and to pay any damages and cost which may be
awarded in any such suit action or proceedings to any such person or which may with
consent of the contractor be paid for compromising any claim by any such person. List of
machinery in contractor's possession & which they propose to use on the works should be
submitted along with the tender.
Contractor,
No.of Corrections
supply plant,
ladder,
scaffolding
etc.
And it is
liable for
damages
arising from
nonprovisions of
lights,
fencing, etc.
Executive Engineer,
P.W.Division, Dhule
- 46 -
Dy.Ex.Engr.
Clause 21 A The contractor shall provide suitable scaffolds and working platforms
gangways and stairways and shall comply with the following regulations in connections
therewith(a) Suitable scaffolds shall be provided for workmen for all works that cannot be safely
done form a ladder or by other means.
(b) A scaffolds shall not be constructed, taken down or substantially altered except(i) under the supervision of a competent and responsible person; and
(ii) as far as possible by competent workers possessing adequate experience in this
kind of work.
(c) All scaffolds and appliances connected therewith and ladders shall(g) be of sound material.
(ii) be of adequate strength having regard to the loads and strains to which they will
be subjected, and
(iii) be maintained in proper condition.
(d) Scaffolds shall be so constructed that no part thereof can be displaced in
consequence of normal use.
(e) Scaffolds shall not be over-loaded-and so far as practicable the load shall be evenly
distributed.
(f) Before installing lifting gear on scaffolds special precautions shall be taken to ensure
the strength and stability of the scaffold.
(g) Scaffold shall be periodically inspected by the competent person.
(h) Before allowing a scaffold to be used by his workmen the contractor shall, whether
the scaffold has been erected by his workmen or not, take steps to ensure that it
complies fully with the regulation here-in-specified.
(i) Working platform, gangways stairways shall(i) be so constructed that no part thereof can sag unduly or unequally.
(ii) be so constructed and maintained having regard to the prevailing conditions as
to reduce as far as practicable risks of persons tripping or slipping, and
(iii) be kept free from any unnecessary obstruction.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 47 -
Dy.Ex.Engr.
(j) In the case of working platform, gangways, working places and stairways at the height
exceeding 2 meters (to be specified)
(i) every working platform and every gangway shall be closely boarded unless other
adequate measures are taken to ensure safety.
(ii) every working platform and gangway shall have adequate width and
(iii) every working platform, gangway, working place and stairway shall be suitably
fenced.
(k) Every opening in the floor of a building or in a working platform shall except for the
time and to the extent required to allow the excess of persons or the transport or
shifting of materials be provided with suitable means to prevent the fall of persons or
materials.
l)
When persons are employed on roof where there is a danger of falling from a height
exceeding 2 meters suitable precautions shall be taken to prevent the fall of persons
or materials. (to be specified)
(m) Suitable precautions shall be taken to prevent persons being struck by articles which
might fall from scaffold or other working places.
(n) Safe means of access shall be provided to all working platforms & other working
places.
(o) The contractor(s) will have to make payments to the labourers as per minimum
Wages Act 1948.
Clause 21B :- The contractor shall comply with the following regulations as regards the
Hoisting Appliances to be used by him:
a) Hoisting machine and tackle, including their attachments, anchorage and supports
shall(i) be of good mechanical construction, sound material and adequate strength and
free from patent defect, and
(ii) be kept in good repair and in good working order.
b) Every rope used in hoisting or lowering materials or as a means of suspension shall
be of suitable quality and adequate strength and free from patent defect.
c) Hoisting machine and tackle shall be examined and adequately tested after erection
on the site and before use and be re-examined in position at intervals to be
prescribed by the Government.
d) Every chain, ring, hook, shackle swivel and pulley block used in hoisting or lowering
materials or as a means of suspension shall be periodically examined.
e) Every crane driver or hoisting appliance operator shall be properly qualified.
f)
No person who is below the age of 21 years shall be in control of any hoisting
machine, including any scaffold which, or give signals to the operator.
g) In the case of every hoisting machine and of every chain, ring, hook, shackle, swivel
and pulley block used in hoisting or lowering or as means of suspension, the safe
working load shall be ascertained by adequate means.
h) Every hoisting machine and all gear referred to in preceding regulation shall be
plainly marked with the safe working load.
i)
In the case of a hoisting machine having a variable safe working load, each safe
working load and the conditions under which It is applicable shall be clearly indicated.
j)
No part of any hoisting machine or of any gear referred to in regulation(g) above shall
be loaded beyond the safe working load except for the purpose of testing.
k) Motors, gearing transmissions, electric wiring and other dangerous part or hoisting
appliances shall be provided with efficient safeguards.
l)
Hoisting appliances shall be provided with such means as will reduce to minimum &
the risk of the accidental descent of the load.
m) Adequate precaution shall be taken to reduce to a minimum the risk of any part of a
suspended load becoming accidentally displaced.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 48 -
Dy.Ex.Engr.
Clause 22 :- The contractor shall not set fire to any standing jungle, trees, brushwood or Measure for
grass without a written permit from the Executive Engineer. When such permit is given,
and also in all cases when destroying cut or dug up trees brushwood, grass etc. By fire;
the contractor shall take necessary measure to prevent such fire spreading to or
otherwise damaging surrounding property. The contractor shall make his own
arrangements for drinking water for the labour employed by him.
prevention of
fire
Liability of
contractor for
any damage
done in or
outside work
area
The contractor shall bear the expenses of defending any action or other legal proceeding
that may be brought by any persons for injury sustained by him owing to neglect of
precautions to prevent the spread of fire and he shall pay any damages and cost that
may be awarded by the court in consequence.
of female
labour
Clause 25 :- No work shall be done on a Sunday without the sanction in writing of the Work on
Engineer-in-charge.
Sunday
Clause 26 :- The contract shall not be assigned or sublet without the written approval of
Work not to be
sublet
the Engineer-in-charge. And if the contractor shall assign or sublet his contract, or
attempt to do so, or become insolvent or commence any proceeding to get himself
adjudicated and insolvent or make any composition with his creditors, or attempt so to do
or if bribe, gratuity, gift, loan, perquisite, reward or advantage, pecuniary or otherwise,
shall either directly or indirectly be given, promised or offered by the contractor or any of
his servants or agents to any public officer or person in the employ of Government in any
way relating to his office or employment, or if any such officer or person shall become in
any way directly or indirectly interested in the contract, the Engineer-in-charge may
thereupon by notice in writing rescind the contract, and the security deposit of the
contractor shall thereupon stand forfeited and be absolutely at the disposal of
Government and the same consequences shall ensure as if the contract had been
rescinded under Clause 3 thereof and in addition the contractor shall not be entitled to
recover or be paid for any work therefore actually performed under the contract.
Contract may be
rescinded and
security deposit
forfeited for
subletting it
without approval
or for bribing a
public officer or if
contractor
becomes
insolvent
Clause 27 :- All sums payable by a contractor by way of compensation under any of Sum payable by
these conditions shall be considered as a reasonable compensation to be applied to the way of
use of Government without reference to the actual loss or damage sustained, and compensation to
be considered as
whether any damage has or has not been sustained.
reasonable .
Compensation
without reference
to actual loss
Changes in the
Clause 28 :- In the case of tender by partners, any change in the constitution of a firm constitution of
shall be forthwith notified by the contractor to the Engineer-in-charge for his information.
the firm to be
notified
Clause 29 :- All works to be executed under the contract shall be executed under the
direction and subject to the approval in all respects of the Superintending Engineer of
the Circle, for the time being, who shall be entitled to direct at what point or points and in
what manner they are to be commenced, and from time to time carried on.
Contractor,
No.of Corrections
Direction and
control of the
Superintending Engineer
Executive Engineer,
P.W.Division, Dhule
- 49 -
Dy.Ex.Engr.
Clause 30 :(1) Except otherwise specified in the contract and subject to the powers delegated to him
by Government under the Code, rules then in force, the decision of the Superintending
Engineer of the circle for the time being shall be final, conclusive, and binding on all
parties to the contract upon all questions relating to the meaning of the specifications,
designs, drawings and instructions herein before mentioned and as to the quality or
workmanship or materials used on the work, or as to any other question, claim, right
matter, or thing whatsoever, if any way arising out of, or relating to the contract, designs,
drawings, specifications, estimates, instructions, orders, or these conditions, or otherwise
concerning the works, or the execution, or failure to execute the same, whether arising
during the progress of the work, or after the completion or abandonment thereof.
Decision of
the
Superintend
ing
Engineer
shall be
final.
(2)
The contractor may within thirty days of receipt by him of any order passed by
the Superintending Engineer of the Circle as aforesaid appeal against it to the Chief
Engineer concerned with the contract, Work or Project provided that
(a) The accepted Value of the Contract exceeds Rs. 10 Lakhs (Rupees Ten Lakhs).
(b) Amount of claim is not less than Rs. 1.00 Lakh (Rs One Lakh)
If the contractor is not satisfied with the order passed by the Chief Engineer as aforesaid,
the contractor may, within thirty days of receipt by him of any such order, appeal against
it to the concerned Secretary, Public Works Department/Irrigation Department who if
convinced that prima-faci the contractor's claim rejected by Superintending
Engineer/Chief Engineer is not frivolous and that there is some substance in the claim of
the contractor as would merit a detailed examination and decision by the Standing
Committee shall put up to the Standing Committee at Government level for suitable
decision.. (Vide PW Circular No. CAT-1086/CR/ 110/Bldg-2 dt. 7-5-86)
Clause 31 :The contractor shall obtain from the Departmental stores, all stores and articles of
European or American manufacture which may be required for the work, or any part
thereof or in making up any articles required therefor or in connection therewith unless he
has obtained permission in writing from the Engineer-in-charge to obtain such stores and
articles elsewhere. The value of such stores and articles as may be supplied to the
contractor by the Engineer-in-charge will be debited to the contractor in his account at the
rates shown in the schedule, in Form A attached to the contract and if they are not
entered in the said schedule, they shall be debited to him at cost price which for the
purpose of this contract shall include the cost of carriage and other expenses whatsoever
which shall have been incurred in obtaining delivery of the same at the stores aforesaid.
Stores of
European or
American
manufacture
to be
obtained from
Government.
Clause 32 :When the estimate on which a tender is made includes lump sums in respect of parts of
the work the contractor shall be entitled to payment in respect of the items of work
involved or the part of the work in question at the same rates as are payable under this
contract for each item, or if the part of work in question is not in the opinion of the
Engineer-in-charge capable of measurement, the Engineer-in-charge may as his
discretion pay the lump sum amount entered in the estimate and the certificate in writing
of the Engineer-in-charge shall be final and conclusive against the contractor with regard
to any sum or sums payable to him under the provision of this clause.
Lump sums
in estimates
Clause 33 :In the case of any class of work for which there is not such specification as is mentioned
in rule 1 of form B-1 such work shall be carried out in accordance with the Divisional
specifications, and in the event of there being no Divisional specification, then in such
case the work shall be carried out in all respects in accordance with all instructions and
requirements of the Engineer-in-charge.
Action where
no
specifications
Clause 34 :The expression `works' or `work' where used in these conditions shall unless there be
something in the subject or context repugnant to such construction, be construct to mean
the work or works contracted to be executed under or in virtue of the contract, whether
temporary or permanent and whether original altered substituted or additional.
Definition of
work
Clause 35 :-
Contractors
percentage
whether
applied to net
or gross
amount of bill
The percentage referred to in the tender shall be deducted from/added to the gross
amount of the bill before deducting the value of any stock issued.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 50 -
Dy.Ex.Engr.
Clause 36 :All quarry fees, royalties, octroi dues and ground rent for stacking materials, if any,
should be paid by the contractor.
Quarry fees
and royalties
Clause 37 :The contractor shall be responsible for and shall pay any compensation to his workmen
payable under the Workman's Compensation Act 1923 (VIII of 1923) (hereinafter called
the said Act) for injuries caused to the workmen. If such compensation is payable paid by
the Government as principal under Sub-section (1) of section 12 of the said Act on behalf
of the contractor, it shall be recoverable by Government from the contractor under subsection (2) of the said section. Such compensation shall be recovered in the manner laid
down in Clause 1 above.
Compensation under
Workmens
compensation Act.
Clause 37A :The contractor shall be responsible for and shall pay the expenses of providing medical
aid to any workmen who may suffer a bodily injury as a result of an accident. If such
expenses are incurred by Government the same shall be recoverable from the contractor
forthwith and be deducted without prejudice to any other remedy of Government from
any amount due or that may become due to the contractor.
Clause 37B :The contractor shall provide all necessary personal safety equipment and first aid
apparatus available for the use of persons employed on the site & shall maintain the
same in condition suitable for immediate use at any time and shall comply with the
following regulations in connection therewith.
a) The workers shall be required to use the equipment so provided by the contractor and
the contractor shall take adequate steps to ensure proper use of the equipment by
those concerned.
(b) When work is carried on in proximity to any place where there is a risk or drawing all
necessary equipment shall be provided and kept ready for use and all necessary steps
shall be taken for the prompt rescue of any person in danger.
(c) Adequate provision shall be made for prompt first-aid treatment of all injuries likely to
be sustained during the course of the work.
Clause 37C :The Contractor shall duly comply with the provisions of ` The Apprentices Act, 1961' (III
of 1961) the rules made there under and the orders that may be issued from time to time
under the Act the said rules and on his failure or neglect to do so, he shall be subjected to
all the liabilities and penalties provided by the said Act and said Rules.
Govt. Circular
No.PWD/
CAT/6076/
3336/ (400) /
Bldg2 dt
16/8/85.
Clause 38 :(1)
Quantities in respect of the several items shown in the tender are approximate
and no revision in the tendered rate shall be permitted in respect of any of the items so
long as, subject to any special provision contained in the specifications prescribing a
different percentage of permissible variation in the quantity of the item does not exceed
the tender quantity by more than 25 percent and so long as the value of the excess
quantity beyond this limit at the rate of the item specified in the tender is not more than
Rs.5000.
Contractor,
No.of Corrections
Claim for
quantities
entered in the
tender or
estimates
Executive Engineer,
P.W.Division, Dhule
- 51 -
Dy.Ex.Engr.
(2)
The contractor shall if ordered in writing by the Engineer so to do, also carry out any
quantities in excess of the limit mentioned in sub clause (1) hereof on the same
conditions as and in accordance with the specifications in the tender and at the
rates(i) derived from the rates entered in the current schedule of rates and in the
absence of such rates, (ii) at rate prevailing in the market, the said rates being
increased or decreased as the case may be by the percentage which the total
tendered amount bears to the estimated cost of the work as put to tender based
upon the schedule of rates applicable to the year in which the tenders were invited.
For the purpose of operation of this clause, this cost worked out at Current Schedule
of Rates For the year 2016-2017.
(3)
Claims arising out of reduction in the tendered quantity of any item beyond 25
percent will be governed by the provision of clause 15 only when the amount of
such reduction beyond 25 percent at the rate of the item specified in the tender is
more than Rs. 5000/-.
(4)
(5)
There is no change in the rate if the excess is more than 25% of the tendered
quantity, but the value of the excess work at the Tendered rates does not exceed
Rs. 5000/-
(6)
Clause 39 :The contractor shall employ any famine, convict or other labour of a particular kind or
class if ordered in writing to do so by the Engineer-in-charge.
Employment
of famine
labour etc.
Clause 40 :No compensation shall be allowed for any delay caused in the starting of the work on
account of acquisition of land or in the case of clearance works, on account of any delay
in according to sanction of estimates.
Claim for
compensation
for delay in
execution of
work
Clause 41 :No Compensation shall be allowed for any delay in the execution of the work on account
of water, standing in borrow pits or compartments. The rates are inclusive for hard or
cracked soil excavation in mud sub-soil, water standing in borrow pits and no claim for an
extra rate shall be entertained unless otherwise expressly specified.
Claim for
compensatio
n for delay in
execution of
work
Clause 42 :The contractor shall not enter upon or commence any portion of work except with the
written authority and instructions of Engineer-in-charge or of his subordinates in-charge of
the work. Failing such authority the contractor shall have no claim to ask for
measurements of or payment for work.
Entering
upon or
commencing
any portion of
work
Clause 43 :(i)
No contractor shall employ any person who is under the age of 18 years.
(ii)
No contractor shall employ donkeys or other animals with breaching of string or thin
rope. The breaching must be least three inches wide and should be of tape
(Newar).
(iii)
(iv)
The Engineer-in-charge or his Agent is authorised to remove from the work any
person or animal found working which does not satisfy these conditions and no
responsibility shall be accepted by Government for any delay caused in the
completion of the work by such removal.
Contractor,
No.of Corrections
Minimum age
of person
employed,
the
employment
of donkeys
and/or other
animals and
the payment
of fair wages
Executive Engineer,
P.W.Division, Dhule
- 52 -
Dy.Ex.Engr.
(v)
The contractor shall pay fair and reasonable wages to the workmen employed by
him, in the contract undertaken by him. In the event of any dispute arising
between the contractor and his workmen on the grounds that the wages paid are
not fair and reasonable, the dispute shall be referred without delay to the
Executive Engineer who shall decide the same. The decision of the Executive
Engineer shall be conclusive and binding on the contractor but such decision shall
not in any way affect the conditions in the contract regarding the payment to be
made by Government at the sanctioned tender rates.
(vi)
Contractor shall provide drinking water facilities to the workers. Similar amenities
shall be provided to the workers engaged on large work in urban areas.
(vii)
Method of
payment
Clause 45 :- Any contractor who does not accept these conditions shall not be allowed to
tender for works.
Acceptance
of conditions
compulsory
before
tendering the
work
Employment
of scarcity
labour
Clause 47 :- The price quoted by the contractors shall not in any case exceed the control
price, if any, fixed by Govt. or reasonable price which it is permissible for him to charge a
private purchaser for the same class and description, the controlled price or the price
permissible under the provisions of Hoarding and profiteering Ordinance,1948 as
amended from time to time, if the price quoted exceeds the controlled price or the price
permissible under Hoarding and profiteering prevention Ordinance, the contractor will
specifically mention this fact in his tender along with the reasons for quoting such
higher prices.
The purchaser at his discretion will in such case exercise the right of revising the
price at any stage so as to conform with controlled price on the permissible under the
Hoarding and profiteering prevention Ordinance. The discretion will be exercised without
prejudice to any other action that may be taken against the contractor.
Clause 47A :- The tendered rates are inclusive of all taxes, rates, cesses and are also
inclusive of the leviable tax in respect of sale by transfer of property in goods involed in
the execution of a works contract under the provision of Rule 58 of Maharashtra Value
Added Tax Act, 2005 for the purpose of levy of Tax.
Clause 48 :- The rates to be quoted by the contractor must be inclusive of Sales Tax. No
extra payment on this account will be made to the contractor.
Govt. of
Maharashtra
PW Deptt. Cir.
No. BDG-2005/
Pra-Kra-324/
Bldg-2/
Mantralaya
Mumbai
dtd.3.3.2006.
Clause 49 :- In case of materials that may remain surplus with the contractor from those
issued for the work contracted for the date of ascertainment of the materials being
surplus will be taken as the date of sale for the purpose of sales tax and the sales tax will
be recovered on such sale.
Clause 50 :- The contractor shall employ the unskilled labour to be employed by him
on the said work only from locally available labours and shall give preference enrolled
under Maharashtra Government and Self Employment Department Scheme. Provided
however, that if the required number of unskilled labour are not available locally, the
contractor shall in the first instance employ such number of persons as is available and
thereafter may with previous permission in writing of the Executive Engineer in-charge of
the said work, obtaining the rest of the requirement of unskilled labour from out side
above scheme.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 53 -
Dy.Ex.Engr.
Clause 51 :- Wages to be paid to the skilled and unskilled labourers engaged by the
contractor.
The contractor shall pay the labourers skilled and unskilled according to the
wages prescribed by the minimum Wages Act of 1948 applicable to the area in which the
work the contractor is located.
The contractor shall comply with the provision of the apprentices Act 1961 and
the rules and orders issued there under from time to time, if he fails to do so his failure
will be a breach of the contract. The contract and the Superintending Engineer, may in
his discretion cancel the contract. The Contractor shall also be liable for any pecuniary
liability, arising out on account of any violation by him of the provision of Act. The
contractor shall pay labourers, skilled and unskilled according to prescribed wages by
Minimum Wages Act applicable to the area in which work of the contractor is in progress.
Clause 52 :- All amounts whatsoever which the contractor is liable to pay to the
Government in connection with the execution of the work including the amount payable in
respect of (i) materials and/or stores supplied /issued hereunder by the Government to
the contractor (ii) hire charges in respect of heavy plant, machinery and equipment
given on hire by the Government to the contractor for execution by him of the work
and/or on which advances have been given by the Government to the contractor shall be
deemed to be arrears of the Land Revenue and the Government may without prejudice
to any other rights and remedies of the Government recover the same from the
contractor as arrears of Revenue.
Clause 53 :- The Contractor shall duly comply with all the provisions of the Contract (Government
Labour (Regulation and Abolition) Act,1970 (37 of 1970) and the Maharastra Contract
Labour (Regulation and Abolition) Rules, 1971 as amended form time to time and all
other relevant statutes and statutory provisions
concerning payment of wages
particularly to workmen employed by the contractor and working on the site of the work.
In particular the contractor shall pay wages to each worker employed by him on the site
of the work at the rates prescribed under the Maharastra Contract Labour (Regulation and
Abolition) Rules 1971. If the contractor fails or neglects to pay wages at the said rates or
makes short payment and the Government makes such payment of wages in full or part
thereof less paid by the contractor as the case may be the amount so paid by the
Government to such workers shall be deemed to be arrears of Land Revenue and the
Government shall be entitled to recover the same as such from the contractor or deduct
same from the amount payable by the Government to the contractor hereunder or of
from any other amount payable by the Government to the contractor hereunder or from
any other amount/s payable to him by the Government.
Circular
No.:CAT 1284
(120) Buld-2,
Mantralaya,
Bombay - 32.
Dtd 14/8/85)
Clause 55:a)
The anti-malaria and other health measures shall be taken as directed by the Joint
Director (Malaria and Fileria ) of health Services, Pune.
b)
Contractor shall see that mosquitogenic conditions are not created so as to keep
vector population to minimum level.
c)
Contractor shall carry out anti-malaria measures in the area as per guidelines
prescribed under National Malaria Eradication Programme and as directed by the
Joint Director (Malaria and Fileria) of Health Services, Pune.
d)
e)
The contractor shall make sufficient arrangements for draining away the sullage
water as well as water coming from bathing and washing places and shall dispose
off this water in such away so as not to cause any nuisance. He shall also keep the
premises clean by employing sufficient number of sweepers. The contractor shall
comply with rules, regulations, bye-laws and directions given from time to time by
any local or public authority in connection with this work and shall pay fees charges
which are leviable on him without any extra cost to Government.
Contractor,
No.of Corrections
Anti malaria
and other
health
measures
Relations
with Public
Authorities
Executive Engineer,
P.W.Division, Dhule
- 54 -
:-
Dy.Ex.Engr.
SCHEDULE A
Schedule showing (approximately) the quantities of materials to be from the Departmental
Stores for the Work Contracted and the Rates at which they are charged for.
Particulars
Quantity
--------------------------------------
NOTE :-
In Figures
Place of
delivery
In Words
NIL ---------------------------------------
Note :- The person or the firm submitting the tender should see that the rates in the above
schedule are filled up by the Executive Engineer in charge on the issue of the form prior
to the submission of the tender.
Note :- Conditions of Schedule `A attached separately
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 55 -
Dy.Ex.Engr.
Sr.No.
INDEX
Particulars
1.
General
2.
3.
Declaration of contractor
4.
Indemnity
5.
Definitions
6.
7.
8.
9.
Setting out
10.
Leveling instruments
11.
12.
Coordination
13.
14.
Quarries
15.
Collection of materials
16.
Site office
17.
Treasure trove
18.
Patented device
19.
Explosive
20.
21.
Police protection
22.
Traffic regulation
23.
24.
Initial measurements
25.
26.
27.
28.
Miscellaneous
29.
30.
Safety code
31.
32.
Payments
33.
34.
Claims
35
Sub Tax
Contractor,
No.of Corrections
Page No.
From
To
Executive Engineer,
P.W.Division, Dhule
- 56 -
Dy.Ex.Engr.
These are to apply as additional condition and specification unless otherwise already provided
for contradictorily else where in this contract.
2)
CONTRACTOR TO STUDY SITE CONDITIONS :The contractor shall be deemed to have carefully examined the work and site conditions
including labour, the general and the special conditions, specifications, schedules and drawings
and shall be deemed to have visited the site of the work and have fully informed himself
regarding the local conditions and carried out his own investigation to arrive at rates quoted in
the tender. In this regard, he will be given necessary information to the best of knowledge of
department but without any guarantee about it.
If he shall have any doubt as to the meaning of any portions of these general conditions or the
special condition, the scope of work of the specifications and drawing, or any other matter
concerning the contract, he shall in good time, before submitting his tender, set forth the
particulars thereof and submit them to the Executive Engineer in writing in order that such
doubts may be clarified authoritatively before tendering. Once a tender is submitted, the matter
will be decided according to tender conditions in the absence of such authentic pre-clarification.
3)
DECLARATION OF THE CONTRACTOR :The contractor should sign the declaration form on Page No.___ after detail tender notice.
4)
INDEMNITY :The contractor shall indemnify the Government against all actions, suits, claims and demands
brought or made against him in respect of anything done or committed to be done by the
contractor in execution of or in connection with the work of this contract and against any loss or
damage to the Government in consequence of any action or suit being brought against the
contractor for anything done or committed to be done in the execution of the works of this
contract.
5)
(a)
The expression "Government" as used in the tender papers shall mean the Public Works
Department of the Government of Maharashtra.
(b)
The expression "Chief Engineer" as used any where in the tender papers shall mean Chief
Engineer of the Government of Maharashtra who is designated as such.
(c)
The expression "Superintending Engineer" as used in the tender papers shall mean an officer
of Superintending Engineer's rank (by whatever designation he may be known) under whose
control the work lies for the time being.
(d)
The expression "Engineer" or "Engineer-in-charge" as used in the tender papers shall mean
the Executive Engineer-in-charge of the work for the time being.
(e)
The expression "Contractor" used in the tender papers shall mean the successful tenderer
whose tender has been accepted and who has been authorised to proceed with the work.
(f)
The expression "Contract" as used in tender papers shall mean the deed of contract together
with its original accompaniments and those later incorporated in it by mutual consent.
(g)
The expression "Plant" as used in the tender papers shall mean every temporary and
necessary means necessary or considered necessary by the Engineer to execute, construct,
complete and maintain the works and used in, altered, modified, substituted and additional
work ordered in the time and the manner herein provided and all temporary materials and
special and other articles of appliances of every sort, king and description what-so-ever
intended or used thereof.
(h)
"Drawing" shall mean the drawings referred to in the specifications and any modifications or
such drawings approved in writing by Engineer and such other drawings as may from time to
time be furnished or approved in writing by the Engineer.
(i)
"Engineer's representative" shall mean an assistant of the Engineer notified in writing to the
contractor by the Engineer.
(j)
Provisional sum or "Provisional lump sum" shall mean a lump sum included by Government
in tender documents and shall represent the estimated value of work for which details are not
available at the time of issue of tender.
(k)
"Provisional items" shall mean items for which approximate quantities have been included in
the tender documents.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 57 -
Dy.Ex.Engr.
(l)
The "Site" shall mean the lands and/or other places, on under, in or through which the work is
to be executed under the contract including any other lands or places which may be allotted by
Government or used for the purpose of contract.
(m)
The "Work" shall mean the works to be executed in accordance with the contract or part(s)
thereof as the case may be and shall include all extra or additional, altered or substituted works
as required for performance of the contract.
(n)
The "Contract sum" shall mean the sum for which the tender is accepted.
(o)
The "Accepting Authority" shall mean the officer competent to accept the tender.
(p)
The "Day" shall mean a day of 24 hours from midnight to midnight irrespective of the number
of hours worked in any day in that week.
(q)
"Temporary works" shall mean all temporary works of every kind required in or about the
execution, completion, or maintenance of the works.
(r)
"Urgent works" shall mean any measure which, in the opinion of the Engineer in charge,
become necessary during the progress of the works to obviate any risk or accident or failure or
which become necessary for security of the work or the persons working, thereon.
Where the context so requires, works importing the singular only also include the plural and
vice-versa.
Heading and marginal notes, if any, to the general conditions shall not be deemed to form part
thereof or be taken into consideration in the interpretation or construction thereof of the
contract.
Wherever there is mention of "Schedule of rates" of the Division or simply D.S.R. in this
tender, it will be taken to mean as "the Schedule of the rate of the Division in whose jurisdiction
the work lies."
6)
(a)
In case of errors, omissions and / or disagreement between written and scaled dimensions on
the drawings or between the drawings and specifications etc., the following orders of
preference shall apply.
(i)
Between actual scaled and written dimensions or description on a drawing, the later shall
be adopted.
(ii)
Between the written or shown description / or dimensions in the drawing and the
corresponding one in the specification, the later shall apply.
(iii) Between the quantities shown in schedule of quantities and those arrived at from the
drawings, the latter shall be preferred.
(iv) Between the written description of the item in the schedule of quantities and the detailed
description in specifications of the same items, the latter shall be adopted.
(b)
In cases of discrepancy between percentage rate quoted in figures and words, the lowest of the
two will be considered for acceptance of the tender.
(c)
In all cases of omissions and/or doubts of discrepancies in the dimensions or description of the
items or specification, a reference shall be made to the Executive Engineer, whose elucidation,
elaboration or decision shall be considered as authentic. The contractor shall be held
responsible for any errors that may occur in the work through lack of such reference and
precaution.
(d)
The special provision in detailed specifications and wording of any item shall gain precedence
over corresponding contradictory provision (if any) in the Standard Specifications of Public
Works Department Hand Book where reference to such specifications is given without
reproducing the details in contract.
7.1)
PROGRAMME OF WORK :The work is required to be completed within a stipulated period (including the monsoon period).
Tentative programme may be as per the bar chart.
7.2)
(a) METHODOLOGY OF CONSTRUCTION AND CONSTRUCTION EQUIPMENTS :Contractor shall furnish at least 15 days in advance his program of commencement of item of
work, the details of actual methods that would be adopted by the contractor for the execution of
various items of work such as well sinking, cast-in-situ, superstructure for Bridge work and
Earth work, W.B.M., Black topping items etc. for Road works supported by necessary detailed
drawing and sketches including those of the Plant and Machinery that would be used, their
locations, arrangement for conveying and handling materials etc. and obtain prior approval of
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
the work, to obtain the desired accuracy, quantity and progress of the work which shall be
binding on the contractor, and no claim on account of such change in method of execution will
be entertained by Government so long as specifications of the item remain unaltered. The side
responsibility for the safety and adequacy of the methods adopted by the contractor, will
however, rest on the contractor, irrespective of any approval given by the Engineer.
In case of slippage from the approved work program at any stage, the contractor shall furnish
revised program to make up the slippage within the stipulated time schedule and obtain the
approval of the Engineer to the revised program.
(b)
CONSTRUCTION EQUIPMENT :The contractor shall be required to give a trial run of the equipment for establishing their
capability to achieve the laid down specifications and tolerance to the satisfaction of the
Engineer before commencement of the work. All equipment provided shall be of proven
efficiency and shall be operated and maintained at all times, in a manner acceptable to the
Engineer and no equipment or personnel will be removed from site without permission of the
Engineer.
(c)
PROGRESS SCHEDULE :The Contractor shall furnish within the period stipulated in writing by Engineer-in- charge, a
detailed programme schedule using PERT/CPM technique in quadruplicate indicating the date
of actual start, the monthly progress expected to be achieved and the anticipated completion
date of each major item of work to be done by him, also indicating dates of procurement and
setting up of materials, plant and machinery. The schedule is to be such as is practicable of
achievement towards the completion of the whole work in the time limit and of the particular
items, if any, on the due date specified in the contract and shall have the approval of the
Engineer-in-charge. No revised schedule shall be operative without such acceptance in writing.
The Engineer is further empowered to ask for more detailed or schedules say weekly for any
item or items, in any case of urgency of work as will be directed by him and the contractor shall
supply the same as and when asked for.
The Contractor shall furnish sufficient plant, equipment and labour as may be necessary to
maintain the progress schedule. The working and shift hours for operations to be done under
the Government supervision shall be such as may be approved by the Engineer-in-charge.
They shall not be varied without the prior approval of the Engineer. The Contractor shall
provide necessary lighting arrangements etc., for night work, as directed by the Engineer
without extra cost.
Further, the Contractor shall submit the progress of work in prescribed forms and charts etc., at
periodical intervals, as may be specified by the Engineer-in-charge. Schedule shall be in the
form of progress charts, forms, progress statement and/or reports as may be approved by the
Engineer.
The contractor shall maintain proforma, charts, details regarding machinery, equipment, labour,
materials, personnel etc. as may be specified by the Engineer and submit periodical returns
thereof as may be specified by the Engineer-in-charge.
8)
AGENT AND WORK ORDER BOOK :The Contractor shall himself manage the work or engage an authorised all time agent on the
work capable of managing and guiding the work and understanding the specifications and
contract conditions. A qualified and experienced Engineer shall be provided by the contractor
as his agent for technical matter in case the Engineer-in- charge considers this as essential for
the work and so directs the Contractor. He will take the orders as will be given by the Executive
Engineer or his representative and shall be responsible for carrying them out. This agent shall
not be changed without prior intimation to the Executive Engineer and his representative on the
work site. The contractor shall supply to the Engineer-in-charge the details of all supervisory
and other staff employed by the Contractor and notify changes when made and satisfy the
Engineer-in- charge regarding the quantity and sufficiency of the staff thus employed. The
Engineer-in-charge will have the unquestionable right to ask for changes in the quality and
number of Contractor's supervisory staff and to order removal from work of any such staff. The
Contractor shall comply with such orders and effect replacement to the satisfaction of the
Engineer.
A work order book shall be maintained on the site and it shall be the property of the
Government and the Contractor shall promptly sign orders given therein by the Executive
Engineer or his representative and his Superior Officers, and comply with them. The
compliance shall be reported by Contractor to the Engineer-in-charge in good time so that it
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
9.1 The contractor shall establish working bench marks in the area soon after taking
possession of the site. The reference Bench mark for the area shall be as indicated in the
Contract Documents. The working bench marks/shall be at the rate of four per KM and
also at or near all drainage structures, over bridge and underpasses. The working bench
marks/levels should also be got approved from the Engineer. Checks must be made on
these bench marks once every month and adjustments if any got agreed with the
Engineer and recorded. An upto date record of all bench marks including approved
adjustment, if any shall be maintained by the contractor and also a copy supplied to the
Engineer for his record.
9.2 The lines and levels of formation, side slopes, drainage, carriage ways and shoulders shall
be carefully set out and frequently checked, care being taken to ensure that correct
gradients and cross sections are everywhere obtained.
9.3 In order to facilitate the setting out of the works, the center line of the carriage way or
highway must be accurately established by the contractor and approved by the Engineer.
It must then be accurately referenced in a manner satisfactory to the Engineer, every 50
m intervals in plain and rolling terrain directed by the Engineer, with marker pegs and
chainage boards set in or near the fence line, and a schedule of reference dimensions
shall be prepared and supplied by the contractor to the Engineer. These markers shall be
maintained until the works reach finished formation level and are accepted by the
Engineer.
9.4 On construction reaching the formation level stage the center line shall again be set out
by the contractor and when approved by the Engineer shall be accurately referenced in a
manner satisfactory to the Engineer by marker pegs at the outer limits of the formation.
9.5 No reference peg or marker shall be removed or withdrawn without the approval of the
Engineer and no earthwork or structural work shall be commenced until the center line has
been referenced.
9.6 The contractor will be the sole responsible party for safeguarding all survey monuments,
bench marks, beacons etc. The Engineer will provide the contractor with the data
necessary for the setting out of the center line. The contractor on the site shall verify all
dimensions and levels shown on the drawings or mentioned in documents forming part of
or issued under the contract and he shall immediately inform the Engineer of any apparent
errors or discrepancies in such dimensions or levels. The contractor shall after or in
connection with the setting out of the center line, survey the terrain along the road and
shall submit to the Engineer for his approval, a profile along the road center line and cross
sections at intervals as required by the Engineer.
9.7 After obtaining approval of the Engineer, work on earthwork can commence and the
profile and cross sections shall form the basis for measurements and payment. The
contractor is responsible for checking that all the basic traverse points are in place at the
commencement of the contract and if any are missing or appear to have been disturbed,
the contractor shall make arrangements in re-establish these points. A "Survey File"
containing the necessary data will be made available for this purpose. If in the opinion of
the Engineer, design modifications of the centre line or grade are advisable, the Engineer
will issue detailed instructions to the contractor and the contractor shall perform the
modifications in the field, as required and modify the ground levels on the cross sections
accordingly as many times as required. There will be no separate payment for any survey
work performed by the contractor. The cost of these services shall be considered as being
included in the cost of the items of work in the Bill of Quantities.
9.8 The work of setting out shall be deemed to be a part of general works preparatory to the
execution of work and no separate payment shall be made for the same.
(II)
Immediately on receipt of the work order, the contractor shall at his own expense clean the site
and take up a provisional and final setting out and lining out of the work under the supervision
of his responsible representative and shall provide necessary material, labour, tools,
instruments, etc. required for the same.
One tentative abutment location will be indicated by Engineer-in-charge and the center line of
the bridge shall be defined by him. The contractor will then have to fix up the location of the
other abutment. The abutment location will then be verified by the Department and may be
adjusted. Once the final location of abutments is so finalised, it will be the contractor's
responsibility to line out and locate the remaining foundations.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
The Engineer in charge shall furnish the contractor with only the four corners of work site and
the level and bench mark and the contractor shall set out the work and shall provide an
efficient staff for the purpose and shall be solely responsible for the accuracy of such setting
out.
The contractor shall provide fix and be responsible for maintenance of all stacks, templates,
level marks profiles and other similar thing and shall take all necessary precautions to prevent
their removal or disturbances and shall be responsible for the consequence of such removal or
disturbances should be the same take place and for their efficient and timely reinstatement.
The contractor shall also be responsible for maintenance of all existing survey marks ,
boundary marks, distance marks and center line marks either existing or supplied and fixed by
the contractor. The work shall be set out to the satisfaction of the engineer in charge. The
approval therefore or joining with the contractor by the engineer in charge in setting out the
work shall not relieve the contractor from any of his responsibilities.
Before beginning the work, the contractor shall at his own cost provide all necessary references
and level posts , pegs, bomboos, flags, ranging rods, strings and other material for proper
layout of the work in accordance with the scheme for bearing marks acceptable to the engineer
in charge. The center, longitudinal or face lines and cross lines shall be marked by means of
small machinery pillars.
Each pillar shall have distinct mark at the center to enable theodolite to be set over it. No work
shall be started until all these points are checked and approved by the engineer in charge in
writing, but such approval shall not relieve the contractor from any of his responsibilities. The
contractor shall also provide all labour material and other facilities as necessary for proper
checking of layout and inspection of the points during construction. Pillar bearing geodetic
marks located at the site of units of works under the construction should be protected and
fenced by the contractor. On completion of works, the contractor must submit the geodetic
documents according to which the work was carried out.
RESPONSIBILITIES FOR LEVEL AND ALIGNMENT :The contractor shall be entirely and exclusively responsible for the horizontal and vertical
alignment, the levels and correctness of every part of the work and shall rectify effectually and
errors or imperfections therein, such rectification shall be carried out by the contractor, at his
own cost, when instructions are issued to that effect by the Engineer-in-charge.
10)
LEVELLING INSTRUMENTS :If measurement of items of the work are based on volumetric measurements calculated from
levels taken before and after construction of the item, a sufficient number of leveling
instruments, staves, tapes etc. will have to be kept available by the contractor at the site of
work for this purposes. Lack of such leveling instruments, staves, tapes etc., in required
numbers may cause delay in measurements and the work. The contractor will therefore to keep
sufficient number of these readily available at site.
11)
delegations of power and authorities. Any written instructions of approval given by the
representative of the Engineer-in-charge to the contractor within the terms of such delegations
(but not otherwise) shall bind the contractor and the department as though it had been given by
the Engineer-in-charge, provided always as follows. Failure of the representative of the
Engineer-in-charge to disapprove any work or materials shall not prejudice the power of the
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
CO-ORDINATION :When several agencies for different sub-works of the project are to work simultaneously on the
project site, there must be full co-ordination and co- operation between different Contractors to
ensure timely completion of whole project smoothly. The schedule dates for the completion
specified in each contract shall therefore be strictly adhered to. Each Contractor may make his
independent arrangements for water, power, access, housing etc., if they so desire. On other
hand the Contractors are at a liberty to come to mutual agreement in this behalf and make joint
arrangements with the approval of the Engineer- in-charge. No Contractor shall take or cause
to be taken any step or action that may cause destruction, discontent or disturbance to work,
labour or arrangement etc., of other Contractors in project location. Any action by any
Contractor which the Engineer-in-charge in his unquestioned discretion may consider as
infringement of the above code, would be considered as a breach of the Contract conditions
and shall be dealt with as such.
In case of any dispute or disagreement between the Contractors, the Engineer's decision
regarding the co- ordination, co-operation and facilities to be provided by any of the
Contractors shall be final and binding on the Contractor concerned and such a decision or
decisions shall not vitiate any contract nor absolve the Contractor of his obligations, under the
contract nor form the grounds for claim or compensation.
13)
ASSISTANCE IN PROCURING PRIORITIES, PERMITS ETC :The Engineer-in-charge on written request by Contractor will, if in his opinion the request is
reasonable and in the interest of work and its progress, assist the Contractor in securing the
priorities for deliveries, transport permits for controlled materials, permits for quarries and other
similar permits etc., where such are needed. The Government will not however be responsible
for non-availability of such facility or delay in this behalf and no claims on account of such
failure or delays shall be allowed by the Government.
The Contractor shall have to make his own arrangements for machinery required for the work.
However, such machinery is conveniently available with the Department, it may be spared as
per rules in force on recovery of necessary Security Deposit and rent with agreement in the
prescribed form. Such an agreement shall be independent of this Contract and the supply or
non-supply of machinery shall not form a ground for any claim or extension of time limit for this
work.
14)
QUARRIES :14.1
No P.W.D. quarries are available with this Department. The contractor(s) shall have to
arrange the same himself/themselves.
14.2
The quarrying operations shall be carried out by the Contractor with proper equipment
such as compressors, jack hammers, drill bits, explosives etc. and sufficient number of
workmen shall be employed so as to get the required out turn.
14.3
The contractor shall carry out the works in the quarries in conformity with all rules and
regulations already laid down or that may be laid down from time to time by
Government. Any cost incurred by Government due to noncompliance of any rules or
regulations or due to damages by the contractor shall be the responsibility of the
contractor. The Engineer-in-charge or his representative shall be given full facilities by
the contractor for inspection at all times of the working of the quarry, records
maintained, the stock of the explosive and detonators etc. so as to enable him to check
that the working records and storage are all in accordance with the relevant rules. The
Engineer-in-charge or his representative shall at any time be allowed to inspect the
work, buildings and equipment at the quarters.
14.4
The contractor shall maintain at his own cost the books, registers etc., required to be
maintained and as directed by the Engineer-in-charge. These books shall be open for
inspection at all times by the Engineer-in-charge or his representative and the contractor
shall furnish the copies or extracts of books or registers as and when required.
14.5
All quarrying operations shall be carried out by the contractor in an organised and
expeditious manner, systematically and with proper planning. The contractor shall
engage licensed blasters and adopt electric blasting and/or any other approved method
which would ensure complete safety to all the men engaged in the quarry and its
surroundings. The contractor shall himself provide suitable magazines and arrange to
procure and store explosives etc. as required under the rules at his own cost. The
designs and the location of the magazine and be got approved in advance from the
Chief Inspector of Explosives and the rules and regulations in this connection as laid
down by the Chief Inspector of Explosives as modified from time to time shall be strictly
adhered to by the contractor. It is generally experienced that it takes time to obtain the
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
authorities. The contractor must therefore, take timely advance action for procuring all
such licenses so that the work progress may not be hampered.
14.6 The approaches to the quarrying place from the existing public roads shall have to be
arranged by the contractor at his own cost and the approaches shall be maintained by
the contractor at his own cost till the work is over.
14.7 The quarrying operations shall be carried out by the contractor to the entire satisfaction
of the Engineer-in-charge and the deployment of the quarry shall be made efficiently so
as to avoid wastage of stones. Only such stones as are of the required quality shall be
used on the work. Any stone which is in the opinion of the Engineer-in-charge, not in
accordance with the specifications or of required quality will be rejected at any time, at
the quarry or at the site of work. The rejected stones shall not be used on the work and
such rejected materials shall be removed to the place shown at the contractor`s cost.
14.8 Since all stones quarried from Government quarry (if made available) by the Contractor
including the excavated over burden are the property of the Government, no stones or
earth shall be supplied by the Contractor to any other agencies or allowed to be taken
away for any other works. All such surplus quarried materials should be handed over by
contractor to Government free of cost at quarry site duly heaped at the spots indicated
by the Engineer-in-charge.
14.9 Quarrying permission will have to be directly obtained by the contractors from the
collector of the District concerned for which purpose the department will render
necessary assistance. All quarry fees, royalty charges, octroi duties, ground rent for
staking material etc shall be borne by the contractor as per rules in force.
14.10 The contractor will be permitted to erect at his own risk and cost at the quarry site if
suitable vacant space in Government area is available for the purpose, his own
structures for stores, offices, etc. at places approved by the Engineer-in-charge. On
completion of the work the contractor shall remove all the structures erected by him and
restore the site to its original condition.
14.11 The contractor shall not use any land in the quarry either for cultivation or for any other
purpose except that required for breaking or stacking or transporting stones.
15)
COLLECTION OF MATERIALS :(i) Where suitable and approved P.W. Department's quarries exist, the contractor or piece worker
will be allowed if otherwise there is no objection to obtain the materials to the extent required
for the work from the quarry. He will be, however, liable to pay compensation of any damage is
caused to the quarry either deliberately or through negligence or for wastage of materials by
himself or his staff or labour. The contractor shall pay necessary royalty to the revenue
authorities according to the rules in force and shall submit detailed accounts of materials
extracted from quarries as directed.
(ii) Where no suitable P. W. Department's quarries exist or when the quantity of the material
required cannot be obtained from a P.W. Department quarry the contractor or piece worker
shall make his own arrangements to obtain the material from existing or a new quarry in
Government waste land, private land or land belonging to other states or talukas etc. After
opening the quarry but before starting collection the quarry shall be got approved by the
Engineer-in-charge or his representatives. The contractor shall pay all royalty charges,
compensation etc. No claim or responsibility on account of obstructions caused to execution of
the work by difficulties arising out of 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 unsuitable material,
dewatering quarry, cost of blasting powder and fuse, lift, lead, repairs to existing cart tracks,
making new cart tracks, control charges, Central/state Government or Municipal taxes, Local
Board Cess etc.
(iv) The rates in the tender are for the delivery of the approved material on road side properly
stacked at the places specified by the Engineer-in-charge and are inclusive of conveyance
charges in respect of the leads and lifts. No claims on account of changes in lead will be
entertained.
(v) No material shall be removed from the land within the road boundary or form the land touching
it without the written permission of the Engineer-in-charge or his authorised agent. If any
material is unauthorisely obtained from such places, the contractor or piece worker shall have
to make good the damage and pay such compensation, in addition as may be decided by the
Executive Engineer and will have to stop further collection.
(vi) Any material that falls on any Public Works Department Road from the cart etc. during
conveyance shall be immediately picked up and removed by the contractor or piece worker,
failing which it will be got removed departmentally at his cost. No heap shall be left prior to
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
The Sub Divisional Officer shall supply the contractor with statement showing furlong wise
quantities that will be required and the order in which the collection is to be done. No materials
in excess of requirements in that furlong shall be stacked. Any excess quantity shall be
removed at the expenses of the contractor or piece worker to where it is required before the
material in that furlong is finally measured.
(xi) In stacking materials the deposition shall commence at the end of the mile furthest from the
quarry and be carried continuously to the other end (unless otherwise directed by the writing by
the Executive Engineer. Measurements of the materials stacked in a furlong will not be
recorded until the full quantity required has been stacked unless otherwise authorised by
Engineer in writing. Collecting and spreading shall not be carried out at the same time in one
and the same mile or in two adjoining miles except with the written permission of the Executive
Engineer.
(xii) Unless otherwise directed, the material shall be collected in the following order according to
availability of space: (1) Rubble (if included in tender) (2) Metal (3) Soft murum and (4) Hard
Murum. Hard murum shall be stacked on the side opposite to that on which soft murum has
been stacked. Similarly metal collected for petty repairs shall be stacked on the side opposite
to metal for new layer. Where metal for two layers has to be stacked, as in the case of new
roads, the metal for each layer shall be stacked on the opposite sides of the road.
(xiii) All road material shall be examined before it is spread. The labour for measurements (and
check measurements wherever carried out) shall be supplied by the contractor or piece worker.
If the contractor or piece worker. Immediately after the measurements are recorded the stacks
shall be marked by the contractor or piece worker by white wash or otherwise as may be
directed by the Executive Engineer to prevent any unauthorised tampering with the stacks. If
the contractor or the piece worker fails to attend the measurements of materials after receiving
the notice from the Sub Divisional Officer or his subordinate stating date and time of the
intention to measure the work, shall be measured nevertheless and no complaint in this respect
will be entertained later on. If the contractor or piece worker fails to supply sufficient labour or
the materials required at the time of measurements or check measurement, after due notice
has been given to him, the expenses incurred on account of employing departmental labour or
material etc. shall be charged against his account.
xiv) No deduction will be made for voids.
16)
(i)
(ii)
TEMPORARY QUARTERS AND SITE OFFICE :The contractor shall at his own expense maintain sufficient experienced supervisory staff etc.
required for the work and shall make his own arrangement, provide housing for them with all
necessary arrangements, including fire preventive measures etc. as directed by the Engineerin-charge.
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's representative. The covered
area exclusive of verandah should not be less than 400 Sqft. It may have brick walls and
asbestos or corrugated iron roof, paved floor should be 18" above ground level. He should
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
18)
19)
20)
21)
22)
22.1
22.2
22.3
23)
23.1
TREASURE TROVE :In the event of discovery by the Contractor or his employees during the progress of the work of
any treasure, fossils, minerals or other articles of value or interest, the contractor shall give
immediate intimation thereof to the Engineer-in-charge and forthwith hand over to the
Engineer-in- charge such treasure of other things which shall be the property of the
Government.
PATENTED DEVICES :Whenever the Contractor desires to use any designed devices, materials or process, covered
by letter or patent or copy right, the right for such use shall be secured by suitable legal
arrangement and agreement with the patent owners and copy of their agreement shall be filed
with the Engineer-in-charge if so desired by the later.
EXPLOSIVES :The contractors shall at his own expenses construct and maintain proper magazines, if such
are required for the storage of explosives for use in connection with the works, and such
magazines being situated constructed and maintained in accordance with Government Rules
applicable in that behalf. The contractor shall at his own expenses obtain such license or
licenses as may be necessary for storing and using explosives. Not withstanding that the
location etc. for storage of explosives are approved by the Engineer, the Government shall not
be incurring any responsibility whatever in connection with storage and use of explosive on the
site or any accident or occurrence whatsoever in connection therewith, all operations in or for
which explosives are employed being at the risk of contractor and upon his sole responsibility
and the contractor hereby gives to government an absolute indemnity in respect thereof.
DAMAGE BY FLOODS OR ACCIDENTS :The Contractor shall take all precautions against damages by floods or like or from other
accidents. No compensation shall be allowed to the contractor on this account or for correcting
and repairing any such damage to the work during construction. The Contractor shall be liable
to make good at his cost any plant or material belonging to the Government lost or damaged
by floods or from any other cause while in his charge.
POLICE PROTECTION :For the Special Protection of camp and of the contractor's work, the Department will help the
contractor as far as possible to arrange for such protection with the concerned authorities if so
required by the contractor in writing. The full cost of such protection shall be borne by the
contractor.
TRAFFIC REGULATION FOR ROAD WORKS :Unless separately provided for in the contract, the contractor shall have to make all necessary
arrangements for regulating traffic, day to night during the period of construction to the entire
satisfaction of the Engineer. This includes the construction and maintenance of diversions if
necessary. The contractor shall have to provide necessary caution boards, barricades flags,
lights and watchmen etc. so as to comply with the latest Motor Vehicles Rules and regulation
and for traffic safety and he shall be responsible for all claims from accidents which may arise
due to his negligence whether in regulating the traffic or in stacking material on the roads, or
due to any other reasons.
The contractor shall at all times carry out the work on the road in a manner creating least
interference to the flow of traffic, while consistent with the satisfactory execution of the same.
For all works involving improvements to the existing road, the contractor shall, in accordance
with the directives of the Engineer-in-charge, provide and maintain, during the execution of
work a passage for traffic, either along or part of the existing carriage way under improvement,
or along a temporary diversion constructed close to the road.
TRAFFIC REGULATION FOR BRIDGES AND C.D. WORKS
It is to be clearly understood that whatever work carried out by the contractor for construction of
diversion road including earthwork, W.B.M. bituminous surface dressing, R.C.C. pipe drains
etc. will be paid for only once if the items of temporary diversion are included in the contract
and if due to flow of traffic, due to floods or due to any other cause, this diversion road and/or
the R.C.C. drain gets damaged it shall be repaired and maintained by the contractor in good
conditions till completion of the whole work at his own expenses. Traffic safety and control shall
be as per clause No. 112.4 of M.O.S.T. Specification for Roads and Bridges (II nd Revision
1990).
SUPERVISION AND INSPECTION OF WORKS AND QUALITY CONTROL
SUPERVISION :The contractor shall either himself supervise the execution of the works or shall appoint the
competent agent approved by the Engineer-in-charge, to act on his behalf. If in the opinion of
the Engineer-in-charge, the contractor has himself no sufficient knowledge and experience of
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
INSPECTION :The contractor shall inform the Engineer -in-charge in writing when any portion of the work is
ready for inspection giving him sufficient notice to enable him to inspect the same without
affecting the further progress of the work. The work shall not be considered to have been
completed in accordance with the terms of the contract until the Engineer-in-charge shall have
certified in writing to that effect. Approval of materials or workmanship or approval of part of
the work during the progress of execution shall not bind the Engineer-in-charge or in any way
affect him even to reject the work which is alleged to be completed and to suspend the issue of
his certificate of completion until such alterations and modifications or reconstruction have
been effected at the cost of the contractor as shall enable him to certify that the work has been
completed to his satisfaction.
The contractor shall provide at his cost necessary ladders and such arrangement as to provide
necessary facilities and assistance for proper inspection of all parts of the work at his own cost.
24)
INITIAL MEASUREMENT FOR RECORD :Where for proper measurement of the work, it is necessary to have an initial set of levels or
other measurements taken, the same recorded as in the authorised field book, measurement
book of Government by the Engineer-in- charge or his authorised representative will be signed
by the Contractor who will be entitled to have a true copy of the same made at his cost. Any
failure in the part of the Contractor to get such levels etc., recorded before starting the work will
render him liable to accept the decision of the Engineer-in-charge as to the basis of taking
measurements. Likewise the Contractor will not cover any work which will render its
subsequent measurement difficult or impossible without first getting the same jointly measured
by himself and authorised representative of the Executive Engineer. The record of such
measurements on the Government side will be will be signed by the Contractor and he will be
entitled to have a true copy of the same made at his cost.
25)
i)
SAMPLES AND TESTING OF MATERIAL :All materials to be used on the work shall be got approved in advance from the Engineer-incharge and shall pass the test or analysis required by him which will be :(a)
(b)
(c)
(d)
such requirement test and/or analysis as may be specified by the Engineer-in- charge in
order of precedence given above.
ii)
The Contractor shall at his risk and cost make all arrangements and / or shall provide for all
such facilities as the Engineer-in-charge may require for collecting, preparing required number
of samples for tests or analysis at such time and to such places as may be directed by
Engineer and bear all such charges. Such samples shall also be deposited with the Engineerin- charge.
iii)
The Contractor shall, if and when required, submit at his cost the samples of the materials to
be tested or analysed and if so directed, shall not make use of or incorporate in the works any
material to be represented by the samples until the required test or analysis have been made
and the materials finally accepted by the Engineer- in-charge.
iv)
The contractor shall not be eligible for any claim or compensation either arising out of any
delay in the work or due to any corrective measure required to be taken on account of and as a
result of testing of the materials.
v)
The contractor or his authorised representative will be allowed to remain present in the
department laboratory while testing the samples furnished by him. However the results of all
the tests carried out in the departmental laboratory whether in the presence or in absence of
the contractor or his authorised representative will be binding on the contractor.
vi)
The contractor shall at his own cost set up laboratory to carry out the routine tests of materials
which are to be used on the work. The tests will have to be carried out either in his field
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
CHANGE OF CEMENT CONTENTS ETC :The tendered rates for any item, involving the use of cement shall apply to the quantity of
cement specified for the mix for that item in the specifications. If for any reasons, except those
required for compensating the deficiencies, in the components, the cement content and
properties are altered by the Engineer (Engineer-in-charge) at any time or from time to time the
tendered rates for that particular item and quantity or quantities, shall be duly enhanced or
reduced only to account for the addition or reduction in cost of the cement content from that
Schedule `A' of the contract plus 10% to cover all other incidental charges whatever. Likewise
if any additives compounds water proofing materials etc. are ordered by the Engineer to be
added to the mortar or concrete, no extra rate shall be payable for this change which shall be
carried out as per directions of the Engineer-in-charge, provided cost of such additives etc. is
borne by Government of these are supplied free of costs to contractor at site by the
Government.
27)
CEMENT CONCRETE :-
27.1
General :-
a)
All concrete shall be controlled and machine mix unless otherwise directed by Engineer-incharge. For controlled or High grade concrete, the grading of aggregates shall be got approved
from the Engineer.
b)
The correct proportions and the total amount of water for the mix will be determined by means
of preliminary tests and shall be got approved by the Engineer. However, such approval does
not relieve the contractor from his responsibility regarding the minimum works strength
requirements. Work test shall be taken in accordance with relevant codes specifications.All
proportioning of aggregates shall be done by weight if so ordered by the Engineer.
c)
All mixing shall be done by mechanical means in approved mixers. The Engineer may at his
discretion, allow in writing hand mixing of concrete for minor items where small quantities are
involved but in that case the contractor shall increase the cement content of the mixture by
10% without any extra cost.
d)
The form work used shall be made preferably of steel or with lining of steel. Wooden shuttering
may be allowed at the discretion of the Engineer. e.g. lintels small slabs and beams coping etc.
e)
The concrete shall be mechanically vibrated for proper compaction by the method approved by
the Engineer.
f)
The concrete shall be cured only by a sweet potable water for full 21 days after the time or the
period specified in the detailed specification or as may be directed by Engineer-in-charge.
27.2
27.2.1 For bridge structures, forms for concrete shall be constructed of mild steel plates or marine ply
wood and be of substantial and rigid construction true to shape and dimensions shown on the
drawings. Where metal forms are used all bolts and revets shall be counter sunk and well
ground to provide a smooth plane surface.
27.2.2 Forms shall be mortertight and shall be sufficiently rigid by the use of ties and bracings to
prevent any displacement or sagging between supports. They shall be strong enough to
withstand all pressure ramming and vibration, without deflection from the prescribed lines
occurring during and after placing the concrete and shall be tight enough to prevent any
appreciable loss of concrete during vibration. Screw jacks or hard wood wedges where required
shall be provided to make up any settlement in the form work before or during the placing of
concrete.
27.2.3
27.2.4
Schedule camber shall be provided in horizontal members of structure, specially in long spans
to counteract the effect of any deflection. The form work shall be so fixed as to provide for such
camber.
......... sets
......... sets
ii)
iii)
......... sets
......... sets
MISCELLANEOUS :-
1.
2.
For providing electric wiring or water lines etc. recesses shall be provided if necessary through
walls, slabs, beams etc. and later refilling up with bricks or stone chipping, cement mortar
without any extra cost.
3.
In case it becomes necessary for the due fulfillment of contract for the Contractor to occupy
land outside the department limits, the Contractor will have to make his own arrangements with
the land owners and to pay such rates if any are payable as mutually agreed between them.
The department will afford the Contractor all the reasonable assistance to enable him to obtain
Government land for such purpose on usual terms and conditions as per rules of Government,
if such land is available.
4.
The special provisions in detailed specifications or wording of any item shall gain precedence
over the corresponding contradictory provisions ( if any ) in the Standard Specifications,
P.W.D. Hand Book where reference to such specification is given without reproducing the
details in contract.
5.
Suitable separating Barricades and enclosures shall be provided to separate material brought
by contractor and material issued by Government to contractor under Schedule `A'. Same
applied for the material obtained from different sources of supply.
6.
The stacking and storage of construction materials at site shall be in such a manner as to
prevent deterioration or infusion, of foreign matter and to ensure the preservation of their
quality, properties and fitness for the work. Suitable precautions shall be taken by the
contractor to protect the material against atmospheric actions, fire and other hazards. The
material likely to be carried away by wind shall be stored in suitable stores or with suitable
barricades and where there is likely hood of subsidence of soil, such heavy materials shall be
stored on paved platforms.
7.
For Road and Bridge works the contractor shall in addition to the specifications cited here
comply with requirements of relevant I.R.C. Code practice.
8.
The contractor shall be responsible for making good the damages done to the existing property
or work during construction by his men.
9.
If it is found necessary from safety point of view to test any part of the structure, the test shall
be carried out by the Contractor with the help of the department at his own cost.
10. Defective work is liable to be rejected at any stage. The contractor, on no account can refuse to
rectify the defects merely on reasons that further work has been carried out. No extra payment
shall be made for rectification.
11. In the Schedule `B' the work has been divided in to sections but notwithstanding this, every part
of it shall be deemed supplementary to and complementary of every other part.
12. General directions or detailed description of work, materials and items coverage of rates given
in the specification are not necessarily repeated in the Bill of Quantities. Reference is,
however, drawn to the appropriate section Clause(s) of the General specifications in
accordance with which the work is to be carried out.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
The contractor shall build sufficient number of huts on a suitable plot of land for use of the
Labourers according to the following specifications.
1. Huts of Bamboos and Grass may be constructed.
2. A good site not liable to submergence shall be selected on high ground remote from jungle
but well provided with trees shall be chosen wherever it is available. The neighborhood of
tank, jungle grass or woods should be particularly avoided, Camps should not be
established close to large cuttings of earth work.
3. The lines of huts shall have open spaces of at least ten yards between rows. When a good
natural site cannot be procured particular attention should be given to the drainage.
4. There should be no over crowding. Floor space at the rate 30 Sq. Ft per head shall be
provided. Care should be taken to see that the huts are kept clean and in good order.
5. The Contractor must find his own land and if he wants Government land, he should apply
for it and pay assessment for it, if made available by Government.
6. The contractor shall construct a sufficient number of bathing places. Washing places
should also be provided for the purpose of washing clothes.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
The assistant Director of Public Health shall be consulted before opening a labour camp and
his instruction on matters such as water supply, sanitary convenience, the camp site
accommodation and food supply shall be followed by the Contractor.
(g) The contractor shall make arrangements for all antimalaria-measures to be provided for the
labour employed on the work. The antimalaria measure shall be provided as directed by the
Assistant Director of Public health.
30)
SAFETY CODE :Suitable scaffolds shall be provided for workmen for all works that cannot safely be done from
the ground, or from solid construction except such short period work as can be done safely
from ladders.When ladder is used an extra mazdoor shall be engaged for holding the ladder
and if the ladder is used for carrying materials as well, suitable footholds and handholds shall
be provided on the ladder and the ladder shall be given an inclination not steeper than 1 to 4 (1
horizontal and 4 vertical).
Scaffolding or staging more than 3.25 metres above the ground or floors, swing or suspended
from an overhead support or erected with stationery supports, shall have a guard rail properly
attached, bolted, braced and otherwise assured at least one metre high above the floor or
platform of such scaffolding or staging and extending along the entire length of the outside and
ends thereof with only such openings as may be necessary for the delivery of materials. Such
scaffolding or staging shall be so fastened as to prevent it from swaying from the building or
structure.
Working platform, gangways, and stairways shall be so constructed that they do no sagunduly
or is ore than 3.25 metres above ground level or floor level, it shall be closely boarded, have
adequate width and be suitably fenced as described in 2 above.
Every opening in floor of the building or in a working platform shall be provided with suitable
protection to prevent fall of persons or materials by providing suitable fencing or railing with
minimum height or 1 metre.
Safe means of access shall be provided to all working platform and other working places.
Every ladder shall be securely fixed. No portable single ladder shall be over 9 metres in length,
width between side rails in around ladder shall in no case be less that 30 cms. for ladders upto
and including 3 metres in length. For longer ladders this width shall be increased at least 6 mm.
for each additional 30 cms. of length. Uniform step spacing shall not exceed 30 cms.
Adequate precautions shall be taken to prevent danger from electrical equipment. No materials
on any of the sites shall be stacked or placed as to cause danger or inconvenience to any
person or the public. The contractor shall provide all necessary fencing and lights to protect
public from accident and shall be bound to bear expenses of defense of every suit, action or
other proceedings at law that may be brought by any person for injury sustained owing to
neglect of the above precaution and to pay any damages and costs which may be awarded in
any such suit action or proceedings to any such person or which may with the consent of the
contractor, to be paid to compromise any claim by any such person.
EXCAVATION AND TRENCHING :All trenches, 1.5 metres or more in depth, shall at all times be supplied with at least one ladder
for each 30 metres in length or fraction thereof. Ladder shall be extended from bottom of
trench to at least 1 metre above surface of the ground, sides of a stretch which is 1.5 metres or
more in depth shall be bracing, so as to avoid the danger of sides collapsing. Excavated
materials shall not be placed within 1.3 metres of edge of trench or half of depth of trench
whichever is more. Cutting shall be done from top to bottom under no circumstances shall
undermining or undercutting be done.
DEMOLITION :Before any demolition work is commenced and also during the process of the work :-
a)
All roads and open areas adjacent to the work site shall either be closed or suitably protected.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
All practical steps, shall be taken to prevent danger to person employed, from risk or fire or
exploding or hooding. No floor, roof or other part of a building shall be so overloaded with
debris of materials as to render it unsafe.
All necessary personal safety equipment as considered adequate by the Engineer-in-charge
shall be available for use of persons employed on the site and maintained in a condition
suitable for immediate use and the contractor shall take adequate step to ensure proper use of
equipment by those concerned.
a)
Workers employed on mixing asphaltic materials cement and lime mortars concrete shall be
provided with protective footwear and protective goggles.
b)
Those engaged in handling any materials, which is injurious to eyes shall be provided with
protective goggles.
c)
Those engaged in welding works shall be provided with welder's protective eyeshields.
d)
Stone breakers shall be provided with protection goggles and protective clothing and seated at
sufficiently safe intervals.
e)
When workers are employed in sewers and manholes which are in use, the contractor shall
ensure that manhole covers are opened and manholes are ventilated at least for an hour
before workers are allowed to get into them. Manholes opened shall be cordoned off with
suitable railing and provided with warning signals or boards to prevent accident to public.
f)
The contractor shall not employ, men below age of 18 and women on the work of painting with
products containing lead in any form wherever men above the age of 18 are employed on the
work of lead painting the following precautions shall be taken.
(i)
No paint containing lead or lead product shall be used except in the form of paste or
ready made paint.
(ii) Suitable face masks shall be supplied for use of workers when paint is applied in the
form of spray or a surface having lead paint dry rubbed and scrapped.
(iii) Overalls shall be supplied by the contractor to workmen and adequate facilities shall be
provided to enable working painters to wash during and on cessation of work.
g)
When work is done near any place where there is risk of drowning all necessary equipment
shall be provided and kept ready for use and all necessary steps taken for prompt rescue of
any person in danger and adequate provision made for prompt first aid treatment of all injuries
likely to be sustained during the course of the work.
Use of hoisting machines and shackle including their attachments, anchorage supports shall
confirm to the following :-
h)
(i)
These shall be of good mechanical construction round materials and adequate strength
and free from potent defects and shall be kept in good repair and in good working order.
(ii)
a)
Every crane driver or hoisting, appliance operator shall be properly qualified and no person
under the age of 21 years shall be in charge of any hoisting machine including any scaffolding.
b)
In case of every hoisting machine and of every chain ring hook, shackle ownel and pulley block
used in hoisting or lowering or as means of suspension safe working load shall be ascertained
by adequate means. Every hoisting machine and all gear referred to above shall be plainly
marked with safe working load.
c)
In case of a hoisting machine having a variable safe working load, each safe working load and
the conditions under which it is applicable shall be clearly indicated. No part of any machine or
of any gear referred to above in this paragraph shall be loaded beyond safe working load
except for the purpose of testing.
d)
In case of departmental machines safe working load shall be notified by the Engineer-incharge. As regards contractor's machines the contractor shall notify safe working load of each
machine to the Engineer-in-charge whenever, he brings it to site of work and get it verified by
the Engineer-in-charge.
Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliances
shall be provided with descent of load. Adequate precautions shall be taken to reduce to the
minimum the risk of any part of a suspended load becoming accidentally displaced, when
workers are employed. On electrical installations which are already energised insulating
materials wearing approved such as gloves, sleeves and coats as may be necessary, shall be
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
ii)
Failure to comply with the provision hereunder shall make the contractor liable to pay to
the Department as penalty an amount not exceeding Rs. 50/- for each default and
decision of the Engineer-in-charge shall be final and binding.
Not with standing the above conditions 1 to 14 the contractor is not exempted from the
operation of any other Act or Rules in force.
31) SCOPE OF RATES FOR DIFFERENT ITEMS OF WORK :For item rate contracts, the contract unit rates for different items of work shall be payment in
full for completing the work to the requirements of the specifications including full
compensation for all the operations detailed in the relevant sections of these specifications
under "Rates". In the absence of any directions to the contrary, the rates are to be considered
as the full inclusive rate for finished work covering all labour, materials, wastage, temporary
work, plant, equipment, overhead charges and profit as well as the general liabilities,
obligations and risks arising out of the General Conditions of Contract.
The item rates quoted by the Contractor shall, unless otherwise specified, also include
compliance with/supply of the following :(i)
General works such as setting out, clearance of site before setting out and clearance of works
after completion.
(ii)
A detailed programmed for the construction and completion of the work (using CPM/PERT
techniques) giving, in addition to submission and approval of materials, procurement of critical
materials and equipment, fabrication of special products/ equipment and their installation and
testing and for all activities of the employer that are likely to effect the progress of work, etc.
including updating of all such activities on the basis of the decisions taken at the periodic site
review meeting or as directed by the Engineers.
iii)
Samples of various materials proposed to be used on the work for conducting tests thereon as
required as per the Provisions of the contract
(iv) Design of mixes as per the relevant clauses of the specifications giving proportions of
ingredients, sources of aggregates and binder along with accompanying trial mixes as per the
relevant Clauses of these specifications to be submitted to the Engineer for his approval before
use of the work.
(v)
Detailed design calculations and drawings for all Temporary Works (such as formwork, staging,
centering, specialised constructional handling and launching equipment and the like).
(vi) Detailed drawings for templates, support and end anchorage, details for pre-stressing cable
profiles, bar bending and cutting schedules for reinforcement, material lists for fabrication of
structural steel etc.
(vii) Mill test reports for all mild and high tensile steel and cast steel as per the relevant provisions
of the Specifications.
(viii) Testing of various finished items and materials including bitumen, cement, concrete, bearings
as required under these specifications and furnishing test reports/certificates.
(ix) Inspection Reports in respect of formwork, staging, reinforcement and other items of work as
per the relevant specifications.
(x)
Any other data which may be required as per these Specifications or the conditions of contract
or any other annexures/ schedules forming part of the contract.
(xi) Any other item of work which is not specifically provided in the Bill of Quantities but which is
necessary for complying with the provisions of the contract; and
(xii) All temporary works, formwork and false work.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Running Bills :Two payments in a month will be granted by the Engineer-in-charge if the progress is
satisfactory. Contractor should submit bills to the Engineer-in- charge in appropriate forms.
(b) Final Bills :The contractor should submit final bill within one month after completion of the work and the
same will be paid within 3 months if it is in order. Disputed item and claims if any shall be
excluded from the final bill and settled separately later on.
33) HANDING OVER OF WORK :All the works and materials before finally taken over by Government, will be the entire liability
of the contractor for guarding, maintaining and making good any damages of any magnitude.
Interim payments made for such work will not alter this position.
34) CLAIMS :Bills for extra work or for any claim shall be paid separately apart from the interim bills for the
main work. The payment of bills for the main work shall not be withheld for want of decision on
the extras or claims not covered in the appendices.
Claims for extra work shall be registered within 30 days of occurrence of the event. However,
bills for these claims including supporting date/details may be submitted subsequently.
1)
Invouce ..
.
2) (Price Variation) Invoice
.
3) Refinery
Tracking System
.
4)
.
5) IS-73 2013 .
Specification 2013 .
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 73 -
Dy.Ex.Engr.
iii)
Vn Ei E J, ++ ] .
nS BES { iS x.
xE h , xE +{Mi M i { nIi.
iv)
v)
xi)
x { Vx + .
x li Vx Ii.
BE Z{E BE +{Pi .
Vl I Si il +{Pi xSi.
+{E nE {x.
+ M V.
xS E =k E .
xii)
XIII)
XIV)
i)
ii)
vi)
vii)
viii)
ix)
x)
In absence of the above requirement and failure of the agency to fulfil them in a reasonable
time the Executive Engineer in-charge of the work will get it done from the Mechanical wing of
the P.W.Department and would recover the cost from the count due to the agency at following
rates.
The decision of the Executive Engineer will be binding and conclusive in the matter
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 74 -
Dy.Ex.Engr.
DRAWING NO. 1
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 75 -
Dy.Ex.Engr.
DRAWING NO. 2
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 76 -
Dy.Ex.Engr.
Appendix B
Plan of execution of Bituminous bound macadam layer
Material
for
complete BBM
work collected
/ deposited on
this side i.e.
the side on
+ 1.875 +
(half width of carriage way)
7.88
L shows the length of road stretch in which metal is to be spread for bituminous bound macadam. This
length depends upon the capacity of bitumen container attached with mechanical sprayer to be used for
bituminous bound macadam. This length shall be got approved from Engineer In charge prior
spreading metal for bituminous bound macadam.
In this stretch L the stacks of metal for bituminous bound macadam, shall be deposited on
same side on which first half width is tackled , so that inconvenience to the traffic is minimized .
This execution methodology insisted for carrying out BBM work however if any deviation /
change is required the same may be got approved from the engineer incharge , before sarting
collection of material for BBM .
Note This is the tentative construction scheme. If the contractor Intends to have some deviation for
better execution of the work he should submit his scheme and get it approved from Engineer Incharge
prior starting of the work.
Contractor,
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 77 -
Dy.Ex.Engr.
ANNEXURE C
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 78 -
Dy.Ex.Engr.
ANNEXURE D
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 79 ANNEXURE
Dy.Ex.Engr.
The Contractor shall make his own arrangements for supply of materials including bitumen, 30/40 , 60/70
grade, emulsion, cement and steel, RCC pipes, Collars. The Contractor shall be responsible for all
transportation and storage of materials at site and shall be bear all the related cost. The Engineer shall be
entitled at any time to inspect or examine all such materials. The contractor shall provide reasonable
assistance for such inspection of examination as may be required.
2)
The Contractor shall keep as accurate record of use of materials like bitumen cement and steel used in the
works in a manner prescribed by the Engineer.
3)
After receiving the bitumen the authorized challan / gate pass should be obtained from the refinery
mentioning the quantity of bitumen grade of bitumen date time of delivery etc. and it should be handed over
to Department for each consignment.
4)
While transportation of Bouzer if passes through city/ municipality/corporation area then the octroi receipts
of the municipality/corporation should be handed over to the authorized person of Department.
5)
If there is any doubt regarding the materials received the same should be got tested from the District Govt.
laboratory at the cost of the contractor and if the results are sub standard the materials or the work executed
with such material will be rejected.
6)
The day-today record of the receipt / utilized / Balance of materials shall be kept by the contractor at plant
site / site of work / store and the same will be checked by the Engineer in charge or authorized Engineer at
any time.
7)
The procurement of cement / Steel etc. should be from the authorized manufacturing company / R.C.C.
pipes should be procured from Maharashtra Small Scale Industries Corporation, and the Vouchers
regarding purchase there of shall be submitted to the Engineer in charge. The payment towards the item of
providing and fixing NP 2 / NP 3 pipes will be released only after the contractor submits the bills of
MSSISC. No payment toward the item of providing and paying of pipe will be released in absence of the
submission of requisite documents.
8)
M.T.
ii)
:-
1806.63
M.T.
iii)
:-
4.94
M.T.
iv)
:-
27.78
M.T.
v)
Structural Steel
:-
3.66
M.T.
vi)
R.C.C.1200 mm.Pipe
:-
M.T.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 80 -
Dy.Ex.Engr.
ANNEXURE-A
STANDERED SPECIFICATION
Item :- Providing and laying 50/75 millimeter thick bituminous bound macadam road surface including supplying all
materials, preparing the existing road surface, spreading 40 m.m .Stone metal layers, heating and spreading
12 m.m. size chips compacting with power roller etc. complete.
a)
b)
Including applying tack coat at the rate of 50 Kg/100 Sq.m. on existing bitumen surface.
1)
General :The work consists of supply of materials and labour required for providing and laying bituminous
bound macadam surface for compacted thickness of 50/75 millimeter This item includes preparing the
existing road surface to receive the bituminous bound macadam course i.e. picking the existing W.B.M.
surface or application of tack coat on existing B.T. surface spreading of 40 m.m. size metal layer in required
thickness with compaction with power roller heating and spraying bitumen with mechanical sprayer etc.
spreading key aggregates 12 m.m. chips and final compaction with power roller etc. complete and finishing
in accordance with the requirement in close conformity with grades lines, cross section and thickness as per
approved drawings etc. complete.
2)
Diversions :Temporary diversions shall be constructed and maintained by the contractor at his own cost.
Diversion shall be watered if dust is likely to blow on to the road being bituminised.
3)
Materials :-
A)
Aggregates :The aggregates for providing B.B.M. surface shall comply with specification Nos.Rd.-41 for 40 m.m.
and 12 m.m. size metal, and shall normally comply with he following regarding size and quantity of
aggregates and grade and quantities or bitumen :
No.
9.00 Cum.
9.00 Cum.
6.00 Cum.
6.00 Cum.
1.80 Cum.
1.80 Cum.
1.80 Cum.
1.80 Cum.
200 Kg.
200 Kg.
175 Kg.
175 Kg.
50 Kg.
--
Kg.
--
B)
Description
Bitumen :The bitumen shall be paving bitumen of suitable penetration grade within the range S 35 to S 65 or A 35 to
65 (30/40 to 60/70) as par Indian Standard Specifications for Paving bitumen
IS: 73-1992.
1)
Preparing the base :Any pothole in the existing bituminous road surface and broken edges shall be patched well in
advance and the surface shall be brought to correct level and camber with additional metal and bitumen as
required which will be paid separately. Before starting the work the bituminous surface shall be swept clean
of all the dirt, mud cakes, animal droppings other loose foreign material.
If so required by Engineer, the contractor shall keep the side width & nearby diversion watered to
prevent dust from blowing over the surface to be bituminised.
Existing water bound macadam surface shall be picked for and surface loosened for a depth of 75
c.m. and picked surface shall be brought approximately to the correct camber and section. Edge line shall
be correctly marked by dog belling the surface to form a continuous vee notch.
There shall always be sufficient length of prepared surface ahead of the bituminous surfacing
operations as directed by the Engineer to keep these operations continuous.
2)
Tack Coat on bitumen surface :Contractor
No.of Corrections
i
Executive Engineer,
P.W.Division, Dhule
Picking of existing W.B.M. Surface :Picking of existing W.B.M. surface for receiving Bituminous Bound Macadam as per Rd.33.
4)
4.1)
A)
The bitumen shall be made paving bitumen of suitable penetration grade within the range S 35 to S 65 or A
35 to 65 (35/40 to 60/70) as per Indian Standard Specifications for Paving bitumen IS: 73-1992.
4.2)
5)
Application of Bitumen :Bitumen of I.S. grade S.35 or S.65 supplied for the work shall be heated to temperature of 177 Celsius to
191 Celsius (350 F.to 375 F) in a bitumen boiler and temperature shall be maintained at the time of actual
application. The hot bitumen shall be applied through a pressure sprayer on the road surface uniformly at
the rate of 200 Kg./100 Sqmt. or 175 Kg./100 The road surface shall be divided into suitable rectangles
marked by chalk so as to ensure correct rate of application of the bitumen.
6)
Key Aggregates :On completion of bitumen application, 12 mm size key aggregate shall be spread immediately at a uniform
rate of 1.8 cubic meter/1.2 cubic meter per 100 square meter of area when entire surface is in hot condition.
Brooms shall be used to ensure even distribution of key aggregate.
7)
Final Compaction :Immediately after spraying of bitumen and spreading of key aggregates, the surface shall be rolled with a
power roller to obtain full compaction and to force the blindage of key aggregates into the interstices of the
coarse aggregate. The rolling shall continue till the asphalt surface hardens and key aggregates stop moving
under power roller.
8)
Surface finish and quality control :The surface finish shall confirm to requirements of clause 902 of specification for Road and Bridges by
Ministry of Surface Transport. Quality Control Test and their frequencies shall be as per table below.
Sr.
Test
Freprency
No.
1
Quality of binder.
Contractor
i
Executive Engineer,
P.W.Division, Dhule
- 82 -
Dy.Ex.Engr.
Freprency
Stripping value.
Aggregate grading
1)
Item to include :-
i)
ii)
iii)
Applying tack coat on existing B.T. or Picking the existing W.B.M. surface.
iv)
v)
vi)
vii)
All labour, materials, including bitumen and aggregates use of tools, plants and equipment for completing
the item satisfactory.
2)
Mode of measurement.
The contract rates shall be for 100 Sq. mt. The measurement shall be for the width of the road as executed,
limiting it to the width specified or as ordered by the Engineer and the length measured along the center
line.
The measurement of dimensions shall be recorded correct upto two places of decimals of a meter and the
area worked out correct upto one place of decimal of a Sq. mt.
Extract from Specifications for Roads and Bridges Works by M.O.S.T.
902
902.1
General :All works performed shall conform to the lines, grades, cross section and dimensions shown on the drawings
or as directed by the Engineer, subject, to the permitted tolerances described hereinafter.
902.2
Horizontal alignment :Horizontal alignments shall be reckoned with respect to the center line of the carriage way as shown on the
drawings within the age of carriage way as constructed shall be correct tolerance of + 10 mm therefrom.
The corresponding tolerance for edges of the roadway and lower layers of pavement shall be + 25 mm.
902.3
Surface levels :The levels of the sub grade and different pavement courses as constructed, shall not vary from
those calculated with reference to the longitudinal and cross profile of the road shown on the drawings or as
directed by the Engineer beyond the tolerances +0.6 mm or 0.6 mm Provided, however, that the negative
tolerance for wearing course, shall not be permitted in conjunction with the positive tolerance for base
course, if the thickness of the former is thereby reduced by more than 6 mm for fixable pavements and
5mm for concrete pavements.
For checking compliance with the above requirement for sub-grade, sub base and base course.
measurements of the surface levels shall be taken on a grid of points placed at 6.25 m. longitudinally and
3.5 m. transversely. For any 10 consecutive measurements taken longitudinally or transversely, Not more
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
The longitudinal profile shall be checked with a 3 meter long straight edge/moving straight edge as desired
by the Engineer at the middle of each traffic lane along a line parallel to the center line of the road. The
maximum permitted number of surface irregularities shall be as per table 900-2
Irregularity
Length (m)
300
75
300
75
300
75
300
75
National Highways
Expressways
20
40
18
Roads of lower
Category.
40
18
60
27
Rectification :-
Where the surface regularity of sub-grade and the various pavement courses fall outside the specified
tolerances, the contractor shall be liable to rectify these in the manner described below and to the satisfaction of the
Engineer.
Bituminous Construction : For bituminous other than wearing course, where the surface is low, the
deficiency shall be corrected by adding fresh material over a suitable tack coat if needed and recompacting to
satisfaction. Where the surface is high, the full depth of the layer shall be removed and replaced with the fresh
material and compacted to specifications.
Abstract from Standard Specification for Roads and Bridges of Government of Maharashtra
Rd 33 Picking the road surface including sectioning complete.
Rd.33.1 General The item provides for the picking and sectioning of the road surface for receiving the new
metal surface.
Rd 33.2 Road diversion If the traffic cannot be allowed to pass over the road side shoulders during the picking,
spreading and compacting operation. Diversion shall be taken out and maintained as specified under Item No BR1
Where specified the work may be done in half width provided proper section is
for traffic is made if allowed to pass over the berms or a lane of the road.
employed as directed by the Engineer. Red lights shall be hang during night
picked up road surface cannot be completely surfaced and rolled at the end of
each end to warn the traffic.
Rd .33.3 Picking All the caked mud, slush, animal droppings, vegetation and all other rubbish accumulated on the
road surface shall be removed. Where the section of the road surface is good, the road surface shall be picked
lightly only, to loosen the surface stones. Where the section is uneven picking shall be done a little deeper to enable
the sectioning to be done to the required shape with the picked up material. The Picking shall always be ahead of
the spreading of metal and compaction by about 100 meters. The edges of the picking shall be truly in a line or
curve as the case may be. This can be achieved by tying strings to nails driven on the road edge and ranging for a
sufficiently long length.
The picked up surface shall be sectioned to the required grade and camber, super elevation or transition
section. Template shall be used to obtain correct and uniform camber, super elevation or transition as the case may
be.
The road surface may be watered by the contractor for easier picking without claiming extra for the same.
The junctions of the picked and non-picked surfaces shall be diagonal..
Contractor
No.of Corrections
i
Executive Engineer,
P.W.Division, Dhule
- 84 -
Dy.Ex.Engr.
1)
Picking.
2)
Watering if required.
3)
4)
Diversions including barricading warning signals, lights, etc unless separately provided in the tender.
5)
All labour, materials, use of tools, etc. for carrying out for works satisfactorily.
Rd 33.5 Mode of measurement and payment The contract rate shall be for one sq. meter of surface picked and
sectioned
The area picked shall be worked out in sq. meters correct up to a sq. meter. The width shall be limited to the width
specified or as ordered by the Engineer. The length shall be measured along the center line of the road . The
dimension shall be recorded correct up to one place of decimal of a meter increased width on curves shall be
measured.
Rd 41.1- General-the item provided for the supply of stone aggregate of the specified type and size at the roadside
including obtaining the stones of the specified quality from approved sources, crushing them in mechanical
crushers, conveying to the road side with all leads and lifts stacking in regular heaps as specified hereinafter
uniformly along the road side.
Rd 41.2 Quarries Stones of approved type for crushing aggregate shall be obtained from quarries as specified in
section No.19.2
Rd 41.3 Stone aggregates :
Rd 41.3.1 Quality The aggregates shall be obtained by crushing approved stones of specified type in a
mechanical crusher and shall be clean, strong, tough, dense, durable, close grained and free from soft, decayed and
weathered portions and from coating of dust, dirt or other objectionable matter. They shall preferably have good
hydrophobic.
Characteristics They shall generally satisfy the following physical requirements :
25
17
23
17
50mm (about 2)
22mm (about 1)
25mm (about 1)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Rd.41.5-
Item to include Crushing aggregates to the specified sizes from approved rubble and other items
included in specification No.Rd.19.5.
Rd.41.6-
Clause No. 106 of Ministry's Specification (2nd Revision) :This clause stipulates certain conditions relating to choice and use of equipment which have relevance to
production of quality work. These are :-
(a)
The contractor shall be required to give a trial run of the establishing capability to achieve the laid down
specifications and tolerance to the satisfaction of the Engineer before commencement of work.
(b)
All equipment provided should be of proven efficiency and shall be operated and maintained at all times in a
manner acceptable to the Engineer.
(c)
No equipment and personnel will be removed from the site without the permission of the Engineer.
(ii)
(a)
The responsibility for the quality of the entire construction work is on the contractor. For this purpose he is
required to have his own independent and adequate set-up.
(b)
The Engineer for satisfying himself about the quality of the materials and work will also have tests
conducted by qualify controlled units or by any other agency, generally to the frequency set out in the
specifications. For test to be done by the Engineer, the contractor is to render all necessary co-operation
and assistance including the provision of labour assistance in packing and dispatching samples etc.
(c)
For the work of embankment, subgrade and pavement, construction of subsequent layer of the same or
other material over the finished layer shall be done only after obtaining approval from the Engineer.
(d)
The contractor shall be responsible for rectifying/replacing any work falling short of quality requirements as
directed by the Engineer.
All materials and workmanship shall be of the respective type described in the contract and in accordance
with the Engineer's instructions and shall be subjected from time to time to such tests as the Engineer may
direct at the place of manufacture or fabrication, or on the site. All samples shall be supplied by the
contractor.
(b)
No work is to be covered up or put of view without the approval of the Engineer for his examination and
measurements.
(c)
During progress of the works, the Engineer shall have the power to order the removal from the site of any
unsuitable material, substitution of proper and suitable material and the removal and proper re-erection not
withstanding any previous test or interim payment, therefor, and of any work which in respect of materials or
workmanship is not in the opinion of the Engineer in accordance with the contract.
(2) Guidelines on Quality control operations :The on us of achieving quality of work will be on the contractor who will take actions as stipulated in section
900 of Ministry's Specifications for Road and Bridge works (2nd Revision, 1990).
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
The laboratory should be manned by qualified Materials Engineer assisted by Materials Inspector/
Technicians, and the set up should be got approved by the Engineer.
(d) The contractor should prepare printed proforma for recording readings and results of each type of test, after
getting the formats of the performance approved from the Engineer. He should keep a daily record of all the
tests conducted by him. Two copies of the test results should be submitted to the Engineer for his
examination and approval, of which one copy will be returned to the contractor for being kept at site of work.
(e) The Materials Engineer of the contractor should keep close liaison with the quality control Unit of the
Engineer and keep later informed of the sampling and testing programme so that the Engineer's
representative could be present during this activity, if considered necessary.
(3) Day to day Quality control operations :The day-to-day controls to be exercised by the contractor and the Engineer are enumerated in the below
paragraphs :Alignment and level control :(a) The contractor should locate the centre line of the road from the pegs, pillars or reference points fixed
during the location survey and from the information furnished in the Contract drawings. Any discrepancy
between the reference points on the ground and those on the drawings should immediately be brought to the
notice of the Engineer for reconciliation.
(b) Based on the approved centre line the Contractor should set up batter pegs (to delineate the limits of
embankment/ cutting and cleaning stakes to delineate limits of cleaning and grubbing) and have these got
checked and approved by the Engineer.
(c)
The contractor should check the reduced levels of bench marks setup along the alignment. Any discrepancy
in the reduced levels of those at site and as indicated in the drawings should immediately be brought to the
notice of the Engineer for reconciliation. The Contractor should re-establish those bench marks which are
found missing at site, and should establish additional bench marks as needed, for ensuring effective level
control.
(d) The contractor shall be responsible for the true and proper setting out of the works in relation to the original
survey points lines and levels of reference given by Engineer in writing. If at any time during the progress of
the works, any error shall appear or arise in the position, levels dimensions or alignment of any part of the
works, the Contractor on being required to do so by the Engineer, shall at his own cost rectify the error to the
satisfaction of the Engineer, unless such error is based on incorrect data supplied in writing by the Engineer.
(e)
The contractor shall carefully protect and prepare all bench marks, reference pillars and pegs used in
settings out the works till final take over by the Engineer.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Atterberg limits, in situ dry density and CBR of the material at ground/out formation level, should be
determined and got approved by the Engineer. Any unsuitable material shall be removed and replaced by
better material as ordered by the Engineer.
(b)
The Engineer's Quality Control Unit(s) shall have independent test checks on the quality and compaction of
the natural ground/ cut formation.
Embankment Construction :-
(a)
All borrow areas shall be got approved by the Engineer based on results of tests for atterberg Limits Proctor/
modified proctor density, CBR and soil classification.
(b)
Layer thickness and in-situ density shall be checked and got approved by the Engineer before proceeding to
the next layer.
Subgrade :-
(a)
Specific borrow areas having soil satisfying the requirements of specifications and specified strength criteria
shall be identified for use in subgrade and got approved by the Engineer based on tests on borrow material
for Proctor/ modified proctor density and CBR.
(b)
In situ density and CBR of the constructed subgrade shall be checked and got approved by the Engineer
before proceeding on with the next pavement layer.
(c)
The soil used in actual construction of subgrade shall be remolded at density referred in Sub-para (b) above
at placement moisture content and checked for 4 days soaked and unsoaked CBR. A set of 3 specimens
shall be collected from each 3000 m3 area of the subgrade (i.e. top 0.5 m of embankment) for CBR test.
(d)
In case of any appreciable variation of inbuilt subgrade characteristics from the designed ones, the
pavement design shall be reviewed to match the inbuilt characteristics of the subgrade.
Sub-base :-
(a)
The source of supply of materials shall be inspected, tested and got approved by the Engineer before any
material is delivered to the site of work(s).
(b)
Job mix formula falling within the specified limits where applicable, shall be got approved by the Engineer
based on test results thereof.
(c)
Samples of materials from the laid sub-base shall be tested for gradation, proctor density PI and CBR.
(d)
Field compaction shall be checked and got approved by the Engineer before proceeding with the next work
on the next pavement layer.
(e)
Incase of any appreciable variation of inbuilt sub-base characteristics from the designed ones, the pavement
design shall be reviewed to match the inbuilt characteristics of the sub-base.
Granular Base Course :-
(a)
For graded type of granular material, the job mix formula falling within the specified grading limits should be
got approved by the Engineer.
(b)
Testing of aggregate brought to site of works for gradation and AIV should be done.
(c)
Testing of filler material for WBM for gradation LL and PI shall be done.
(d)
Field compaction Control should be exercised for density and by other sensory checks such as observation
of movement of layer under compaction plant, sinking/crushing of a piece of aggregate placed before a
moving roller complete removal of roller marks etc.
Shoulders :-
(a)
Checking for the quality of shoulder materials including gradation shall be done.
(b)
(c)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
The base on which bituminous courses are to be laid must be dry and free of dust and other delirious
matters.
(c)
Mineral aggregates to be used should be checked for their specifications requirements and got approved by
the Engineer.
Bituminous sprayed work :-
(a)
Temperature of binder in the boiler and rate of spray at site shall be checked. Spraying shall be uniform and
shall be carried out with the help of either self propelled or towed bitumen pressure sprayer with self heating
arrangements and spraying nozzles arrangements.
(b)
(c)
(a)
Job mix formula (JMF) satisfying specification requirements should be worked out based on laboratory tests
and got approved by the Engineer. The Engineer will have independent tests made before approving the
JMF.
(b)
The plant should be checked for capability to produce mix conforming to the JMF. If necessary, trial
stretches should be laid and checked approximately.
(c)
Control should be exercised on temperature of binder in the boiler, aggregate in the dryer and mix at the
time of laying and rolling.
(d)
Tests for stability flow, unit weight etc. of mix collected from the discharge point of the plant, extraction test
for binder content and aggregate gradation should be performed to check on the quality of mix discharged
from the plant.
(e)
Thickness and density of the compacted mix should be checked by taking core samples.
Culverts and other Appurtenances :-
(a)
(b)
(c)
Besides manufacturer's test certificate for quality of cement, at least one set of physical and chemical
tests should be conducted for each source of supply for verification. Where the quality is in doubt, or
where the cement had been stored for long periods or in improper conditions the Engineer shall call
for testing the cement at more frequent intervals.
(ii)
Job mix formula worked out based on trails carried out in the Contractor's laboratory should be got
approved by the Engineer.
(iii)
The mineral aggregates should be tested for their properties. Water to be used for mixing should be
tested for chemical impurities.
(iv)
(v)
Ensuring that the crucial equipment like mixers and vibrators are in working order before start of work.
(vi)
(vii)
Control of workability and time elapsed between mixing and placing of concrete.
(x)
(d) In case of masonry work, control should be exercised on the quality of the material (e.g. stone, brick, sand,
cement etc.) as also on mortar proportions.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
The base on which the pavement layer is to be placed should be checked for levels and regularity, and
should be in a condition to receive the pavement layer.
(b)
Each layer should be checked for thickness, levels, crossfall (camber), regularity and strength before next
layer is permitted to be laid.
Additional Condition
(Condition relating to Insurance of Contract Works)
Contractor shall take out necessary Insurance Policy / Policies (Viz-Contractors All Risks Insurance Policy, Erection
All Risks Insurance Policy etc. as decided b the Directorate of Insurance) So as to provide adequate insurance cover
for execution of the awarded contract work for total contract value and complete contract period compulsorily from
the Directorate of Insurance, Maharashtra State, Mumbai only. Its postal address for correspondence is 264,
MHADA, First floor, Opp. Kalanagar, Bandra (E), Mumbai 400051 (Telephone No.-26590403 / 26590690 and Fax
No. 26592461 / 26590403). Similarly all workmens appointed to complete the contract work are required to insure
under the Workmens Compensation Insurance Policy. Insurance Policy / Policies taken out from any other
company will not be accepted. If any contractor has effected Insurance with any insurance company, the same will
not be accepted and the amount of premium calculated by the Government Insurance Fund will be recovered
directly from the amount payable to the contractor for the executed contract work and paid to the Directorate of
Insurance Fund, Maharashtra State, Mumbai. The Director of Insurance reserve the right to distribute the risks of
Insurance among the other insurers.
Note : The actual amount incurred by contractor for insurance of work shall be reimbursed in production of
documentary evidence and after verification by the department. It is obligatory to the contractor to draw the
insurance policy within 30 days from the date of work order for the work. In case of failure to do so 1% amount of
tendered cost on account of insurance shall be deducted from First R.A.bill.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 90 -
Dy.Ex.Engr.
If during the operative period of the Contract as defined in condition (i) below, there shall be any
variation in the Consumer Price Index (New Series) for Industrial Workers for JALGAON Center as per
Labour Gazette published by the Commissioner of Labour, Government of Maharashtra and/or in the
wholesale Price Index for all commodities prepared by the Office of Economic Adviser, Ministry of Industry,
Government of India, or in the price of period / oil and lubricants and major construction materials like
bitumen, cement, steel, various types of metal pipes etc., then subject to the other conditions mentioned
below, price adjustment on account of
1) Labour component
2) Material component
3) Petrol, Oil and Lubricants Component
4) Bitumen component
5) T.M.T. steel component
6) Cement Component
7) C.I. and D.I. Pipes Component
calculated as per the formula hereinafter appearing, shall be made. Apart from these, no other adjustments
shall be made to the contract price for any reasons whatsoever. Component percentage as given below are
as of the total cost of work put to tender. Total of Labour, Material and POL components shall be 100 and
other components shall be as per actuals.
1)
Labour component K1
:-
2)
Material component K2
:-
76.00 %
3)
:-
3.00 %
:-
100.00 %
21.00
* Star Rate
4)
:-
Actual
32843.00 @ PMT.
5)
:-
Acutal
31869.00 @ PMT.
6)
:-
Actual
34500.00 @ PMT.
7)
Cement Component
:-
Actual
6000.00 @ PMT.
8)
Structural Steel
:-
Actual
38000.00 @ PMT.
9)
:-
Actual
0.00 @ PMT.
Note :-
1)
If Cement, Steel, Bitumen, C.I. & D.I. Pipes are supplied on Schedule A, then respective
component shall not be considered. Also if particular component is not relevant same shall be
deleted.
L1
Contractor
i
Basic consumer price index for JALGAON center shall be average consumer price index for the
quarter preceding the month in which the last date prescribed for receipt of tender, falls.
Average consumer price index for JALGAON center for the quarter under consideration.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
2)
- 91 -
Dy.Ex.Engr.
3)
FORMULA FOR PETROL, OIL AND LUBRICANT COMPONENT :V3 = 0.85 P [ K3 x (P1 P0 ]
100
P0
where,
V3 = Amount of price variation in Rupees to be allowed for POL Component.
P
= Same as worked out for labour component.
K3 = Percentage of Petrol, Oil & Lubricant component.
P0 = Average price of HSD at Mumbai OML during the quarter preceding the month in which the last
date prescribed for receipt of tender, falls.
P1 = Average price of HSD at Mumbai OML during the quarter under consideration.
4)
5)
Sl1 =
Average Steel Index as per RBI Bulletin during the quarter under consideration.
Sl0 =
Average of Steel Index as per RBI Bulletin for the quarter preceding the month in which the last
date prescribed for receipt of tender, falls.
Tonnage of steel used in the permanent works for the quarter under consideration.
Co =
Basic rate of Cement in rupees per metric tonne as considered for working out value of P.
Cl1 =
Average Steel Index published as per RBI bulletin for the quarter under consideration.
Cl0 =
Average of Cement Index published in the RBI bulletin for the quarter preceding the month in
which the last date prescribed for receipt of tender, falls.
Tonnage of cement used in the permanent works for the quarter under consideration.
6)
V4 =
QB =
B1
B0
Contractor
i
QB (B1 B0)
Amount of price variation in Rupees to be allowed for Bitumen Component.
Quantity of Bitumen (Grade..) in metric tonnes used in the permanent works and approved
enabling works during the quarter under consideration.
Current average ex-refinery price per metric tonne of Bitumen (Grade) under consideration
including taxes (ocrai, excise sales tax) during the quarter under consideration.
Basic rate of bitumen in rupees per metric tonne as considered for working out value of P or
average ex-refinery price in rupees per metric tonne including taxes (ocrai, excise sales tax) of
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
7)
Amount of price variation escalation in rupees to be allowed for C.I. / D.I. Component.
D0
Pig Iron basic price in rupees per tonne considered for working out value of P.
D1
Average Pig Iron price in rupees per tonne during the quarter under consideration ( published by
IISCO)
Qd
Tonnage of C.I. / D.I. pipes used in the works for the quarter under consideration.
Set of IS sieves
80mm, 63mm, 50mm, 40mm, 25mm, 22.4mm,
20mm13.2mm,12.5mm, 12mm, 11.2mm, 10mm, 6mm, 5.60mm,
5mm, 4.75mm,
Contractor
i
No.of Corrections
No. of
equipments/
apparatus
1 Set.
Executive Engineer,
P.W.Division, Dhule
Dy.Ex.Engr.
No. of
equipments/
apparatus
IS fine sieves set with 20mm dia meter brass frame, 2.36mm,
1.18mm, 600 micron, , 300 micron, 150 micron,
Pan balance 15 Kg. capacity with set of weights
Liquid limit/plastic limit equipment
Flackyness Index set.
Filter paper (box)
Benzin
Measuring cylinders 500Ml, 250Ml, 100Ml.
0
Thermometers range upto 250 C (with sensor)
Spring balance 50Kg capacity
Moisture boxes
Field oven
Rapid moisture meter
Steel tape
Concrete cube moulds
Slump cone & tamping rod mould
Set of buckets for bulk density 30,15,3 ltrs.
Standard Sand
Camber plate for carriage way 3% camber
Camber plate for side widths 5% camber
Field density kit (sand replacement) with standard sand
Template with 2:1 side slope for earthwork attached with camber
plate for side width
Straight edge of steel of 3.0 m lenth
1 Set.
1 Set.
1 No.
2 sets
1 No.
20 Liter
1 No.each
4 Nos.
1 No.
30 Nos.
1 No.
1 No.
5 No.
6 Nos.
1 No.
3 Nos.
75 Kg.
1 No.
1 No.
1 kit
1 No.
2 No.
The contractor shall establish one centralized laboratory which in addition to the above equipments shall
have the following equipment & apparatus.
Sr.
No.
1.
2.
3.
4
5
6
7
No. of equipment /
appartus
1 No.
1 No.
1 set
1 No.
1 No.
1 No
1 No
At least 30% test should be carried out in nearest P.W.D. Quality Control Laboratory, the cost of such test
shall be paid by the contractor. The tentative numbers of test which required to be carried out as per specifications
are for each sub work are as below.
If the contractor fails to produce test results from P.W.D. laboratory & contractors field laboratory as per
prescribed frequency, recovery at the rate of 5 times of stipulated testing charges of P.W.D. laboratory shall be
made from the contractors final bill.
Equipments
Compression Testing Machine (CTM) for the testing
cement mortar concrete the site (2000 kN Capacity)
Slump cone
Contractor
i
Quantity
1 Owned
3 Numbers Owned
No.of Corrections
3 Sets Owned
Executive Engineer,
P.W.Division, Dhule
- 94 -
Dy.Ex.Engr.
Quantity
1 Number Owned
1 Number Owned
Flakiness Gauge
10
1 Number Owned
- 3500 mm / Km.
- 3000 mm / Km.
- 3000 mm / Km.
- 2500 mm / Km.
- 2000 mm / Km.
- 2200 mm / Km.
If applicable
The Roughness Index test shall be carried out before start of the work and after
completion of Surface Course as directed by Engineer-in-charge for the work of strengthening
and as directed. The results of Roughness Index test shall be made available to the Engineer-incharge within 5 days from the test so taken and Soft copy of result of roughness index test to be
submitted online to the Superinting Engineer, P.W.Circle, Dhule by E-mail on Email ID
[email protected] As an outcome or roughness test, where the surface irregularity of
wearing surfaces falls outside the tolerance mentioned above, the Contractor shall be liable to
rectify the deficiencies in a manner as directed and to the satisfaction of the Engineer-in-charge.
If the contractor fails to carry out roughness index test, the same will be done departmentally and
double the cost so incurred will be recovered from him.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 95 -
Dy.Ex.Engr.
NAME OF WORK :- Construction of Main Building at Shri. Bhausaheb Hire Govt. Medical
College, Dhule Tal.Dist. Dhule
FREQUENCY TEST
Sr.
No
.
Item of
Work
Total
Estimated
Quantity
Type of test
Frequenncy of
Test
Total
No.
of
test
No of
Test
Carrie
d out
at site
lab
50
33
17
12
12
25
18
Up to 16 mm / 3
bars 3 above / 3
bars
Cement concrete
Compressive
strength
Qty of 3 cubes upto
section
5 cum-1 set
6-15 cum-2 set
16-30 cum-3 set
31/50 cum-4 set
51 and above-4 set
+ Additionset for
each additional 50
cum or part ther of
(per day work)
1 test / 50 Tonnes
20
12
38
25
13
38
25
13
Cement
Concrete
M-10
M-15
M-20
M-25
Hard
Murum
10006.06
Gradation of aggregate
Impact Value
Water Absorption of
aggregate
2528.97
Flakiness Index of
aggregate
Sieve Analysis
Liquid limit and plastic limit
Sand
8193.07
Silt Content,
Fineness Modulus
Steel
1720.60
Tensile strength, %
elogation yield stress
Cement
Concrete
M-10
M-15
M-20
M-25
1861.33
Cement
Concrete
1861.33
Fineness,
Initial Setting Final Setting
Compressive Strength
Bricks
843582.00
Tensile strength,
Water Absorption
Compressive Strength
1 test / 50000
18
13
Vitrified
Tiles
23882.00
Paving
Block
2870.30
Compressive Strength,
Water Absorption
10
Alluminiu
m Section
972.24
11
Concrete
Mix
Design
10006.06
Contractor
i
Mix Design
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 96 -
Dy.Ex.Engr.
The contractor shall at his risk and cost make all arrangements and or shall provide all such facilities for
collecting, preparing required number of samples for test or analysis at such time & to such place or places as may
be as directed by the Engineer in charge. All testing charges shall be borne by the contractor. The contractor shall
employ a team of qualified persons constitution of the team shall be got approved from the Engineer in charge, for
sampling, caring out test, keeping the records as prescribed by the Vigilance & Quality Control branch of the
department. (For both tests to be carried out in field lab & in the nearest vigilance & Quality Control Laboratory of
the Deptt.)
The contractor shall provide such assistance, instruments, machines, Labor & material as normally required
for examining, measuring & testing any work and the quality, weight or quantity of any materials used & shall supply
samples or materials used and shall supply samples and materials before in corporation in the works for testing as
may be selected and required by the Engineer in charge. The specified tests for bituminous works shall be taken at
plant site & at work site, for this a well equipped shelter arrangement shall be made at plant site, cenralised and
laboratory at each work site by the contractor it self.
If Engineer in charge or his authorised representative is convinced that the contractor is deliberately making
delay or avoiding to send the material samples to the Governemnt/ District Testing Laboratory, for timely testing of
those materials, the Engineer in charge or his authorised representative shall send the samples to the said
laboratories for testing. Testing charges for such samples will be recovered at four times the rates of the rates
charged by Vigilance and Quality Control Laboratory and the same shall be recovered from the amount payable to
the contractor.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 97 -
Dy.Ex.Engr.
NAME OF WORK :- Construction of Main Building at Shri. Bhausaheb Hire Govt. Medical College, Dhule Tal.Dist. Dhule
S C H E D U L E - "B"
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
1986.25
(1)
1409.99
(2)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
120.75
One Cubic
Meter
239839.69
138.60
One Cubic
Meter
195424.61
- 98 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
2094.52
(3)
2839.97
(4)
1402.92
(5)
Contractor
i
Dy.Ex.Engr.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
162.75
One Cubic
Meter
340883.13
866.25
One Cubic
Meter
2460124.01
3860.66
One Cubic
Meter
5416197.13
- 99 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Unit
Amount
4765.76
One Cubic
Meter
7446214.05
447.58
7065.26
First Floor
7132.31
One Cubic
Meter
One Cubic
Meter
3162269.07
194.65
1562.44
Estimated Rate
In words
(6)
(7)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
1388304.14
- 100 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
193.26
Second Floor
7165.84
One Cubic
Meter
1384870.24
223.46
Third Floor
7199.36
One Cubic
Meter
1608768.99
1153.23
7144.01
One Cubic
Meter
8238686.65
480.94
First Floor
7211.81
One Cubic
Meter
3468447.90
485.24
Second Floor
7245.71
One Cubic
Meter
3515908.32
(8)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 101 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
Third Floor
7279.61
One Cubic
Meter
3431389.77
865.73
7422.26
One Cubic
Meter
6425673.15
475.26
First Floor
7492.71
One Cubic
Meter
3560985.35
475.26
Second Floor
7527.94
One Cubic
Meter
3577728.76
471.37
(9)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 102 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
Third Floor
7563.16
One Cubic
Meter
4369842.58
40.40
7501.01
First Floor
7572.21
One Cubic
Meter
One Cubic
Meter
303040.80
41.99
41.99
Second Floor
7607.81
One Cubic
Meter
319451.94
34.98
Third Floor
7643.41
One Cubic
Meter
267366.48
577.78
(10)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
317957.10
- 103 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
555.93
9100.16
First Floor
9186.59
One Cubic
Meter
One Cubic
Meter
5059051.95
55.91
55.91
Second Floor
9229.81
One Cubic
Meter
516038.68
65.57
Third Floor
9273.02
One Cubic
Meter
608031.92
(11)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
513622.25
- 104 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
874.07
50330.70
One Metric
Tonne
43992554.95
275.20
First Floor
50829.04
One Metric
Tonne
13988151.81
275.95
Second Floor
51078.21
Third Floor
51327.38
One Metric
Tonne
One Metric
Tonne
14095032.05
295.383
(12)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
15161235.49
- 105 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Unit
Amount
6230.95
One Cubic
Meter
653377.42
70.55
Ground Floor
4525.01
First Floor
4567.71
One Cubic
Meter
One Cubic
Meter
319239.46
1.92
1.92
Second Floor
4589.06
Third Floor
4610.41
One Cubic
Meter
One Cubic
Meter
8811.00
1.92
104.86
Estimated Rate
In words
(13)
(14)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
8770.00
8851.99
- 106 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
2699.20
(15)
1807.17
(16)
734.57
(17)
One Cubic
Meter
127537.20
336.00
One Cubic
Meter
607209.12
451.50
One Cubic
Meter
331658.36
6440.95
One Cubic
Meter
One Cubic
Meter
One Cubic
Meter
One Cubic
Meter
4754451.65
321.38
First Floor
6501.85
321.38
Second Floor
6532.30
321.38
Third Floor
6562.75
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Amount
738.16
Contractor
i
Unit
47.25
(18)
Estimated Rate
In words
2089564.55
2099350.57
2109136.60
- 107 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
12.18
933.39
First Floor
942.24
12.18
Second Floor
946.67
12.18
Third Floor
951.09
One Square
Meter
One Square
Meter
One Square
Meter
One Square
Meter
11368.69
12.18
83.16
618.60
First Floor
624.50
One Square
Meter
One Square
Meter
51442.78
83.16
(19)
(20)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
11476.48
11530.44
11584.28
51933.42
- 108 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
83.16
Second Floor
627.45
Third Floor
630.40
One Square
Meter
One Square
Meter
52178.74
133.06
726.50
93.45
First Floor
94.34
726.50
Second Floor
94.79
726.50
Third Floor
95.23
One Square
Meter
One Square
Meter
One Square
Meter
One Square
Meter
67891.43
726.50
(21)
(22)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
83881.02
68538.01
68864.94
69184.60
- 109 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
3936.16
Ground Floor
97.53
First Floor
98.45
3006.63
Second Floor
98.91
2522.01
Third Floor
99.37
One Square
Meter
One Square
Meter
One Square
Meter
One Square
Meter
383893.68
2771.10
7679.45
161.20
First Floor
162.72
6580.04
Second Floor
163.48
6239.93
Third Floor
164.24
One Square
Meter
One Square
Meter
One Square
Meter
One Square
Meter
1237927.34
7215.04
(23)
(24)
Contractor
i
Executive Engineer,
P.W.Division, Dhule
272814.80
297385.77
250612.13
1174031.31
1075704.94
1024846.10
- 110 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
7400.42
Ground Floor
28.35
First Floor
28.62
5498.48
Second Floor
28.76
4885.07
Third Floor
28.89
One Square
Meter
One Square
Meter
One Square
Meter
One Square
Meter
209801.91
5503.42
One Square
Meter
One Square
Meter
1823163.46
(25)
158136.28
141129.67
5816.07
Ground Floor
313.47
1868.28
First Floor
316.42
Contractor
i
157507.88
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
591161.16
- 111 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
1860.10
Second Floor
317.90
Third Floor
319.37
One Square
Meter
One Square
Meter
591325.79
2700.86
186.09
290.99
First Floor
293.74
186.09
Second Floor
295.12
186.09
Third Floor
296.49
One Square
Meter
One Square
Meter
One Square
Meter
One Square
Meter
54150.33
186.09
(26)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
862573.66
54662.08
54918.88
55173.82
- 112 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
(27)
Unit
Amount
One Square
Meter
2302569.75
One Square
Meter
2610272.68
One Square
Meter
One Square
Meter
1897536.86
2047.22
Ground Floor
1124.73
2299.03
First Floor
1135.38
1663.47
Second Floor
1140.71
1632.38
Third Floor
1146.03
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
1870756.45
- 113 -
Estimated quantity
put to tender which
may be more or
less
1
987.34
Item of work
In figure
(28)
(29)
1284.63
Contractor
i
Dy.Ex.Engr.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
699.78
One Square
Meter
690920.79
3341.98
One Square
Meter
4293207.77
- 114 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
1284.63
First Floor
3373.78
One Square
Meter
4334059.00
1284.63
Second Floor
3389.68
One Square
Meter
4354484.62
1284.63
Third Floor
3405.58
One Square
Meter
4374910.24
One Square
Meter
270969.49
One Square
Meter
553859.30
(30)
80.10
Ground Floor
3382.89
162.18
First Floor
3415.09
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 115 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
162.18
Second Floor
3431.19
One Square
Meter
556470.39
80.10
Third Floor
3447.29
One Square
Meter
276127.93
One Square
Meter
2989120.97
One Square
Meter
3318384.69
One Square
Meter
2707358.47
(31)
2603.90
Ground Floor
1147.94
2863.54
First Floor
1158.84
2325.33
Second Floor
1164.29
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 116 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
2135.93
Third Floor
(32)
Unit
Amount
1169.74
One Square
Meter
2498482.76
One Square
Meter
6377912.66
One Square
Meter
6122366.31
One Square
Meter
6151220.98
One Square
Meter
6180075.66
1923.01
Ground Floor
3316.63
1828.56
First Floor
3348.19
1828.56
Second Floor
3363.97
1828.56
Third Floor
3379.75
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 117 -
Estimated quantity
put to tender which
may be more or
less
1
1047.12
Contractor
i
Dy.Ex.Engr.
Item of work
In figure
(33)
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
4593.75
One Square
Meter
4810207.50
- 118 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
(34)
Unit
Amount
One Square
Meter
One Square
Meter
548606.52
One Square
Meter
One Square
Meter
691569.25
161.26
Ground Floor
3402.00
191.29
First Floor
3434.40
200.42
Second Floor
3450.60
153.67
Third Floor
3466.80
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
656966.38
532743.16
- 119 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
(35)
79.80
Contractor
i
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
3759.00
One Square
Meter
299968.20
- 120 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
One Square
Meter
253910.07
One Square
Meter
247672.99
One Square
Meter
256305.45
One Number
122701.75
only
66.91
First Floor
3794.80
64.96
Second Floor
3812.70
66.91
Third Floor
3830.60
(36)
25.00
Contractor
i
No.of Corrections
4908.07
Executive Engineer,
P.W.Division, Dhule
- 121 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
19.00
First Floor
4954.77
One Number
94140.63
21.00
Second Floor
4978.12
One Number
104540.52
21.00
Third Floor
5001.47
One Number
105030.87
3.00
4670.40
One Number
14011.20
3.00
First Floor
4714.88
One Number
14144.64
3.00
Second Floor
4737.12
One Number
14211.36
(37)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 122 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
3.00
Third Floor
(38)
Unit
Amount
4759.36
One Number
14278.08
One Number
69851.25
One Number
56413.20
One Number
56679.36
One Number
56945.40
15.00
Ground Floor
4656.75
12.00
First Floor
4701.10
12.00
Second Floor
4723.28
12.00
Third Floor
4745.45
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 123 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
25.00
2231.25
One Number
55781.25
22.00
First Floor
2252.50
One Number
49555.00
22.00
Second Floor
2263.13
One Number
49788.86
22.00
Third Floor
2273.75
One Number
50022.50
427.35
One Number
10683.75
(39)
(40)
25.00
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 124 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
22.00
First Floor
431.42
22.00
Second Floor
433.46
22.00
Third Floor
435.49
(41)
Unit
Amount
9491.24
One Number
53130.00
One Number
53636.00
One Number
53889.00
One Number
54142.00
9536.12
9580.78
20.00
Ground Floor
2656.50
20.00
First Floor
2681.80
20.00
Second Floor
2694.45
20.00
Third Floor
2707.10
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 125 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Unit
Amount
50000.00
(42)
9.45
One Litre
472500.00
5.00
(43)
7097.89
One Number
35489.45
10.00
(44)
719.25
One Number
7192.50
40.00
(45)
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
4223.00
168920.00
- 126 -
Estimated quantity
put to tender which
may be more or
less
1
34.00
Dy.Ex.Engr.
Item of work
In figure
(47)
Unit
Amount
4140.23
140767.82
55.00
682.50
One Number
37537.50
55.00
First Floor
689.00
One Number
37895.00
55.00
Second Floor
692.25
One Number
38073.75
55.00
Third Floor
695.50
One Number
38252.50
Contractor
i
(46)
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 127 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
(48)
Estimated Rate
In words
Amount
One
Running
Meter
One
Running
Meter
One
Running
Meter
One
Running
Meter
188496.00
544.00
Ground Floor
346.50
294.00
First Floor
349.80
294.00
Second Floor
351.45
294.00
Third Floor
353.10
Contractor
i
Unit
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
102841.20
103326.30
103811.40
- 128 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
(49)
Estimated Rate
In words
Amount
One
Running
Meter
One
Running
Meter
One
Running
Meter
One
Running
Meter
337050.00
Providing , laying amd fixing ,jointing Supreme Ecodrain 160 milimeter SN 4 Nu- Drain Upvc pipes or of
equivalent make, manufacture as per EN 13476 or
equivalent as per Indian Standards15328 with fittings
such a bends, tees , coupler, etc, jointing with rubber
lubricant including necessary excavation, trench refilling
with selective excavated materialetc. complete.
600.00
Ground Floor
561.75
345.00
First Floor
567.10
300.00
Second Floor
569.78
342.00
Third Floor
572.45
Contractor
i
Unit
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
195649.50
170934.00
195777.90
- 129 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
640.00
540.75
One Number
346080.00
345.00
First Floor
545.90
One Number
188335.50
300.00
Second Floor
548.48
One Number
164544.00
(50)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 130 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
Third Floor
551.05
One Number
188459.10
415.60
186.90
77675.64
396.60
First Floor
188.68
380.00
Second Floor
189.57
450.00
Third Floor
190.46
One
Running
Meter
One
Running
Meter
One
Running
Meter
One
Running
Meter
205.80
One
Running
Meter
224527.80
342.00
(51)
(52)
1091.00
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
74830.49
72036.60
85707.00
- 131 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
990.70
First Floor
207.76
205827.83
980.00
Second Floor
208.74
995.80
Third Floor
209.72
One
Running
Meter
One
Running
Meter
One
Running
Meter
500.00
239.40
119700.00
345.00
First Floor
241.68
300.00
Second Floor
242.82
300.00
Third Floor
243.96
One
Running
Meter
One
Running
Meter
One
Running
Meter
One
Running
(53)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
204565.20
208839.18
83379.60
72846.00
73188.00
- 132 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
Meter
150.00
277.20
100.00
First Floor
279.84
100.00
Second Floor
281.16
128.00
Third Floor
282.48
352.80
(54)
(55)
120.00
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
One
Running
Meter
One
Running
Meter
One
Running
Meter
One
Running
Meter
41580.00
One
Running
Meter
42336.00
27984.00
28116.00
36157.44
- 133 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
135.00
First Floor
356.16
48081.60
150.00
Second Floor
357.84
250.00
Third Floor
359.52
One
Running
Meter
One
Running
Meter
One
Running
Meter
125.00
220.50
One Number
27562.50
115.00
First Floor
222.60
One Number
25599.00
110.00
Second Floor
223.65
One Number
24601.50
110.00
Third Floor
224.70
One Number
24717.00
(56)
(57)
Contractor
i
Executive Engineer,
P.W.Division, Dhule
53676.00
89880.00
- 134 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
40.00
Ground Floor
328.65
One Number
13146.00
38.00
First Floor
331.78
One Number
12607.64
36.00
Second Floor
333.35
One Number
12000.60
46.00
Third Floor
334.91
One Number
15405.86
One Number
15120.00
45.00
(58)
55.00
(59)
50.00
(60)
45.00
(61)
Contractor
i
No.of Corrections
milimeter
necessary
336.00
milimeter
necessary
424.20
One Number
23331.00
milimeter
necessary
581.70
One Number
29085.00
milimeter
necessary
642.60
One Number
28917.00
Executive Engineer,
P.W.Division, Dhule
- 135 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
(62)
Unit
Amount
One Square
Meter
575891.51
One Square
Meter
297281.98
One Square
Meter
586284.74
One Square
Meter
530710.26
161.79
Ground Floor
3559.50
82.73
First Floor
3593.40
162.39
Second Floor
3610.35
146.31
Third Floor
3627.30
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 136 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
1500.00
(63)
68.40
(64)
Contractor
i
Dy.Ex.Engr.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
147.00
One Number
220500.00
2573.55
One Square
Meter
176030.82
- 137 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Unit
Amount
1191.69
(65)
2982.00
One Square
Meter
3553619.58
203.52
(66)
3091.20
One Square
Meter
629121.02
(67)
12.00
2466.45
One Number
29597.40
12.00
First Floor
2489.94
One Number
29879.28
12.00
Second Floor
2501.69
One Number
30020.28
12.00
Third Floor
2513.43
One Number
30161.16
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 138 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
37.80
One Square
Meter
462517.40
65.10
One Square
Meter
719451.35
5816.07
Ground Floor
220.50
First Floor
222.60
1860.10
Second Floor
223.65
2700.86
Third Floor
224.70
One Square
Meter
One Square
Meter
One Square
Meter
One Square
Meter
1282443.44
1868.28
12235.91
(68)
11051.48
(69)
(70)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
415879.13
416011.37
606883.24
- 139 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
226.00
(71)
2442.33
(72)
(73)
23.52
Contractor
i
Dy.Ex.Engr.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
4389.00
One
Running
Meter
991914.00
1663.20
One Square
Meter
4062083.26
3696.00
One Square
Meter
86929.92
- 140 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
16.80
First Floor
3731.20
One Square
Meter
62684.16
12.60
Second Floor
3748.80
One Square
Meter
47234.88
15.84
Third Floor
3766.40
One Square
Meter
59659.78
One Square
Meter
91992.60
One Square
Meter
66334.80
(74)
23.52
Ground Floor
3911.25
16.80
First Floor
3948.50
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 141 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
12.60
Second Floor
3967.13
One Square
Meter
49985.84
15.84
Third Floor
3985.75
One Square
Meter
63134.28
110.43
3307.50
First Floor
3339.00
One Square
Meter
One Square
Meter
365247.23
110.43
110.43
Second Floor
3354.75
One Square
Meter
370465.04
110.43
Third Floor
3370.50
One Square
Meter
372204.32
(75)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
368725.77
- 142 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
110.43
(76)
38.00
(77)
Contractor
i
Dy.Ex.Engr.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
4336.50
One Square
Meter
478879.70
7698.23
One Number
292532.74
- 143 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
14.00
(78)
24.00
(79)
Contractor
i
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
16424.10
One Number
229937.40
711.23
One Number
17069.52
- 144 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Unit
Amount
1895.04
(80)
934.50
One Square
Meter
1770914.88
680.40
(81)
1827.00
One Square
Meter
1243090.80
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 145 -
Estimated quantity
put to tender which
may be more or
less
1
68.40
Contractor
i
Dy.Ex.Engr.
Item of work
In figure
(82)
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
8097.60
One Square
Meter
553875.84
- 146 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
157.77
703.50
First Floor
710.20
581.35
Second Floor
713.55
157.77
Third Floor
716.90
One Square
Meter
One Square
Meter
One Square
Meter
One Square
Meter
110991.20
540.66
(83)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
383976.73
414822.29
113105.31
- 147 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
157.77
939.75
First Floor
948.70
581.35
Second Floor
953.18
157.77
Third Floor
957.65
One Square
Meter
One Square
Meter
One Square
Meter
One Square
Meter
148264.36
540.66
(84)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
512924.14
554131.19
151088.44
- 148 -
Estimated quantity
put to tender which
may be more or
less
1
2870.30
Dy.Ex.Engr.
Item of work
In figure
(85)
(86)
One Square
Meter
2471328.30
One Square
Meter
One Square
Meter
One Square
Meter
One Square
Meter
580240.92
1090.33
276.45
First Floor
1100.68
276.45
Second Floor
1105.86
276.45
Third Floor
1111.03
Executive Engineer,
P.W.Division, Dhule
Amount
Ground Floor
No.of Corrections
Unit
861.00
532.17
Contractor
i
Estimated Rate
In words
304282.99
305715.00
307144.24
- 149 -
Estimated quantity
put to tender which
may be more or
less
1
4679.73
Contractor
i
Dy.Ex.Engr.
Item of work
In figure
(87)
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
1291.68
One Square
Meter
6044713.65
- 150 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
284.77
(88)
1679.66
(89)
Contractor
i
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
5565.00
One Square
Meter
1584745.05
5040.00
One Square
Meter
8465486.40
- 151 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
(90)
Unit
Amount
One Square
Meter
136769.09
One Square
Meter
One Square
Meter
One Square
Meter
1317660.22
45.72
Ground Floor
2991.45
436.32
First Floor
3019.94
436.32
Second Floor
3034.19
45.72
Third Floor
3048.43
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
1323877.78
139374.22
- 152 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
57.15
2497.95
One Square
Meter
142757.84
57.15
First Floor
2521.74
One Square
Meter
144117.44
57.15
Second Floor
2533.64
One Square
Meter
144797.53
57.15
Third Floor
2545.53
One Square
Meter
145477.04
(91)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 153 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
(92)
One Square
Meter
225301.15
One Square
Meter
227445.04
One Square
Meter
228516.98
One Square
Meter
229588.92
One Cubic
Meter
1437840.07
3478.48
64.77
First Floor
3511.58
64.77
Second Floor
3528.13
64.77
Third Floor
3544.68
5480.20
Contractor
i
Amount
Ground Floor
262.37
Unit
64.77
(93)
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 154 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
337.43
First Floor
5531.95
One Cubic
Meter
1866645.89
337.43
Second Floor
5557.83
One Cubic
Meter
1875378.58
421.64
Third Floor
5583.70
One Cubic
Meter
2354311.27
26.00
535.50
13923.00
26.00
First Floor
540.60
One
Running
Meter
One
Running
Meter
(94)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
14055.60
- 155 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
26.00
Second Floor
543.15
14121.90
26.00
Third Floor
545.70
One
Running
Meter
One
Running
Meter
12.00
144.38
One Number
1732.56
12.00
First Floor
145.76
One Number
1749.12
12.00
Second Floor
146.44
One Number
1757.28
12.00
Third Floor
147.13
One Number
1765.56
9303.00
One Number
9303.00
One Number
14603.40
(95)
1.00
(96)
(97)
12.00
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
1216.95
14188.20
- 156 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
12.00
First Floor
1228.54
One Number
14742.48
12.00
Second Floor
1234.34
One Number
14812.08
12.00
Third Floor
1240.13
One Number
14881.56
4.00
3647.70
One Number
14590.80
4.00
First Floor
3682.44
One Number
14729.76
4.00
Second Floor
3699.81
One Number
14799.24
4.00
Third Floor
3717.18
One Number
14868.72
(98)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 157 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
2442.33
(99)
22.95
(100)
2900.00
(101)
160.00
(102)
Contractor
i
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
876.75
One Square
Meter
2141312.83
2620.84
One Cubic
Meter
60148.28
1401.75
One
Running
Meter
4065075.00
180.60
One
Running
Meter
28896.00
- 158 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
150.00
(103)
150.00
(104)
206.52
(105)
120.00
(106)
534.60
(107)
Contractor
i
Dy.Ex.Engr.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
199.50
29925.00
232.05
268.80
344.40
3567.90
One
Running
Meter
One
Running
Meter
One
Running
Meter
One
Running
Meter
One Square
Meter
34807.50
55512.58
41328.00
1907399.34
- 159 -
Estimated quantity
put to tender which
may be more or
less
1
45.29
Item of work
In figure
(108)
(109)
Contractor
i
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
3622.33
One Cubic
Meter
164055.33
- 160 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
356.40
747.10
First Floor
754.20
18.90
Second Floor
757.75
18.90
Third Floor
761.30
One Square
Meter
One Square
Meter
One Square
Meter
One Square
Meter
266266.44
18.90
95.20
518.22
First Floor
523.12
One Square
Meter
One Square
Meter
49334.54
48.96
(110)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
14254.38
14321.48
14388.57
25611.96
- 161 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Estimated Rate
In words
Unit
Amount
48.96
Second Floor
525.57
Third Floor
528.02
One Square
Meter
One Square
Meter
25731.91
51.881
One Cubic
Meter
One Cubic
Meter
374478.31
One Cubic
Meter
471969.59
One Cubic
Meter
474185.38
3.71
4.61
First Floor
4.61
Second Floor
102379.5
2
4.61
Third Floor
102860.1
7
(111)
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
100937.5
5
101898.8
6
27394.21
469753.74
- 162 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
25.20
(112)
24.00
(113)
Contractor
i
Dy.Ex.Engr.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
2919.00
One Square
Meter
73558.80
870.02
One Cubic
Meter
20880.48
- 163 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
9.60
(114)
7.20
(115)
4.80
(116)
2189.40
(117)
743.40
(118)
476.71
(119)
Contractor
i
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
906.34
One Cubic
Meter
8700.86
654.34
One Cubic
Meter
4711.25
748.15
One Cubic
Meter
3591.12
36.75
One Cubic
Meter
80460.45
21.00
One Cubic
Meter
One Cubic
Meter
15611.40
35.70
17018.55
- 164 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
953.42
(120)
953.42
(121)
2579.20
(122)
Contractor
i
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
45.15
One Cubic
Meter
43046.91
50.40
One Cubic
Meter
48052.37
5161.43
One Cubic
Meter
13312360.26
- 165 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Unit
Amount
31071.88
(123)
36.75
One Cubic
Meter
1141891.59
46000.00
(124)
42.00
One Cubic
Meter
1932000.00
6000.00
(125)
204.75
One Cubic
Meter
1228500.00
3000.00
(126)
834.75
One Cubic
Meter
2504250.00
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 166 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
95000.00
(127)
810.00
(128)
24000.00
(129)
27.95
(130)
Contractor
i
Dy.Ex.Engr.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
96.60
One Cubic
Meter
9177000.00
811.65
One Cubic
Meter
657436.50
38.85
One Cubic
Meter
932400.00
4795.16
One Cubic
Meter
134024.72
- 167 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
180.00
(131)
76.50
(132)
12.58
(133)
Contractor
i
Dy.Ex.Engr.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
42.00
One Square
Meter
7560.00
2914.80
One Square
Meter
222982.20
4525.01
One Cubic
Meter
56924.63
- 168 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Unit
Amount
3.49
(134)
57275.40
One Metric
Tonne
199891.15
810.00
(135)
722.81
One
Running
Meter
585476.10
2616.75
(136)
298.52
One Cubic
Meter
781152.21
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 169 -
Estimated quantity
put to tender which
may be more or
less
1
Item of work
In figure
1443.60
(137)
721.80
(138)
481.20
(139)
240.60
(140)
4893.00
(141)
7218.00
(142)
Contractor
i
Dy.Ex.Engr.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
557.12
One Cubic
Meter
804258.43
578.12
One Cubic
Meter
417287.02
341.57
One Cubic
Meter
One Cubic
Meter
One Square
Meter
164363.48
One Square
Meter
90946.80
336.32
11.55
12.60
80918.59
56514.15
- 170 -
Estimated quantity
put to tender which
may be more or
less
1
6952.50
Contractor
i
Dy.Ex.Engr.
Item of work
In figure
(143)
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Estimated Rate
In words
Unit
Amount
183.74
One Square
Meter
1277452.35
- 171 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Unit
Amount
5040.00
(144)
237.19
One Square
Meter
1195437.60
5040.00
(145)
221.46
One Square
Meter
1116158.40
12.80
(146)
9116.66
One Cubic
Meter
116693.25
Total Rs.
365204295.89
Contractor
i
Estimated Rate
In words
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 172 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
(147)
(147)
A
550.00
12.00
Impact Value
2100.00
12.00
Water Absorption
2100.00
25.00
Flakiness Index
700.00
550.00
900.00
50.00
3.00
3.00
C
1100.00
20.00
1300.00
38.00
550.00
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Unit
Amount
3652042.96
4.00
Contractor
i
Estimated Rate
In words
One Number
27500.00
One Number
25200.00
One Number
25200.00
One Number
17500.00
One Number
1650.00
One Number
2700.00
One Number
4400.00
One Number
26000.00
One Number
20900.00
- 173 -
Estimated quantity
put to tender which
may be more or
less
1
Dy.Ex.Engr.
Item of work
In figure
Unit
Amount
38.00
3000.00
One Number
114000.00
18.00
1750.00
One Number
31500.00
2.00
1300.00
One Number
2600.00
1.00
One Number
2000.00
1.00
One Number
550.00
4.00
Mix Design
13000.00
One Number
52000.00
12427.80
(148)
One Cubic
Meter
Total Rs.
Say Rs.
1756545.25
Contractor
i
Estimated Rate
In words
Royalty Charges
No.of Corrections
2000.00
550.00
141.34
Executive Engineer,
P.W.Division, Dhule
370966584.10
370966584.00
- 174 -
Dy.Ex.Engr.
NAME OF WORK :- Construction of Main Building at Shri. Bhausaheb Hire Govt. Medical College, Dhule Tal.Dist. Dhule
S C H E D U L E - "C"
STANDARD SPECIFICATION
Sr.No.
Item of work
Excavation for foundation in earth, soil of all types, sand, gravel and soft murum,
including removing the excavated material up to a distance of 50 meter beyond the
building area and stacking and spreading as directed, dewatering, preparing the bed
for the foundation and necessary back filling, ramming, watering including shoring
and strutting etc. complete. (Lift upto 1.5 meter) By Manual Means
Excavation for foundation in hard murum including removing the excavated materials
upto distance of 50 metres beyond the building area and stacking and spreading as
directed, dewatering, preparing the bed for the foundation and necessary back filling,
ramming, watering including shoring and strutting etc. complete. (Lift upto 1.50
meter) By Manual Means.
Excavation for foundation in Hard murum and boulders including removing the
excavated materials up to a distance 50 metres, beyond the building area and
stacking and spreading as directed dewatering preparing the bed for the foundation
and necessary back filling, ramming, watering including shoring and strutting etc.
complete. (Lift upto 1.5 meter) By Manual Means.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 175 -
Dy.Ex.Engr.
Sr.No.
Item of work
Excavation for foundation in Hard rock by chiselling, wedging, line drilling, etc.
including trimming and levelling the bed, removing the excavated materials upto a
distance of 50 metres beyond the building area stacking as directed, dewatering and
back filling with available earth/ murum ramming, watering, complete. (Lift upto 1.5
meter)
Providing and laying in situ, cement concrete in Mix-10 of trap/ granite/ quartzite/
gneiss metal for foundation and bedding including bailing out water, formwork,
compacting and curing complete, with reversible Drum Type mixer, With natural
sand.
Providing and laying in situ cement concrete Mix-20 of trap / granite /quartzite/
gneiss metal for Reinforced Cement Concrete work in foundations like raft, strip
foundations, grillage and footings of Reinforced Cement Concrete columns and steel
stanchions etc. including bailing out water, formwork, cover blocks compaction and
curing roughening the surface if special finish is to be provided (Excluding
reinforcement and structural steel) complete, with reversible Drum Type concrete
mixer . With natural sand.
Providing and casting in situ cement concrete Mix-20 of trap / granite /quartzite/
gneiss metal for Reinforced Cement Concrete columns as per detailed designs and
drawing or as directed including centering, formwork, cover blocks compacting and
roughening the surface if special finish is to be provided and curing complete.
(Excluding reinforcement). with reversible Drum Type concrete mixer. With natural
sand.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 176 -
Dy.Ex.Engr.
Sr.No.
Item of work
10
11
Contractor
i
Providing and casting in situ cement concrete Mix-20 of trap / granite /quartzite/
gneiss metal for Reinforced Cement Concrete beams and lintels as per detailed
designs and drawings or as directed including centering, formwork, cover blocks
compaction and roughening the surface if special finish is to be provided and curing
complete. (Excluding reinforcement). with reversible Drum Type concrete mixer With
natural sand.
Providing and casting in situ cement concrete Mix-20 of trap/ granite / quartzite/
gneiss metal for Reinforced Cement Concrete slabs and landings canopy, waist slab
with steps as per detailed designs and drawings including centering, formwork, cover
blocks compacting and roughening the surface if special finish is to be provided and
curing complete. (Excluding reinforcement).with reversible Drum Type concrete mixer
With natural sand.
Providing and casting in situ cement concrete Mix-20 of trap/ granite/ quartzite/
gneiss metal for Reinforced Cement Concrete chajja as per detailed design and
drawings including centering, formwork, cover blocks compacting and roughening the
surface if special finish is to be provided and curing complete. (Excluding
reinforcement).with reversible Drum Type concrete mixer With natural sand.
Providing and casting in situ cement concrete in Mix-20 of trap/ granite/ quartzite/
gneiss metal for Reinforced Cement Concrete pardi 75 milimeter thick fins including
centering, formwork, cover blocks compacting and roughening them if special finish
is to be provided and curing complete. (Excluding reinforcement).with reversible
Drum Type mixer With natural sand.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 177 -
Dy.Ex.Engr.
Sr.No.
Item of work
12
13
14
16
Filling in plinth and floors with contractors soil sand or murum in 15 centimeter to 20
centimeter, layers including watering and compaction complete.
Providing soling using 80 milimeter size trap metal in 15 centimeter layer including
filling voids with Crushed sand/grit ramming, watering complete.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
15
17
- 178 -
Dy.Ex.Engr.
Sr.No.
Item of work
18
Providing second class Burnt Brick masonry with conventional/ Indian Standards
type bricks in cement mortar 1:6 in superstructure including striking joints, racking
out joints, watering and scaffolding Complete.
Providing second class Burnt Brick masonry with conventional/ Indian Standards
type bricks in cement mortar 1:4 in half brick thick wall including mild steel
longitudinal reinforcement of 2 bars of 6 milimeter diameter / 2 hoop iron strips 25
milimeter X 1.6 milimeter at every third course, properly bent and bonded at ends
scaffolding, racking out joints and watering Complete.
Providing and fixing in position after hoisting, precast 1:2 cement mortar
reinforcement Jali 50 milimeter thick of approved design cement mortar 1:3 and
curing complete (including 6mm diameter mild steel bar reinforcement).
Providing and fixing chicken mesh jali (24 gauge) at the junction of 2 different
surfaces of different material component at the time of plastering to prevent cracking
in plaster surface as and where directed at all floors with all leads and lifts etc.
complete.
Providing internal cement plaster 6 milimeter thick in a single coat in cement mortar
1:4 without neeru finish to concrete surface in all positions including scaffolding and
curing complete.
Providing internal cement plaster 12 milimeter thick in single coat in cement mortar
1:3 without neeru finish to concrete or brick surfaces, in all position including
scaffolding and curing complete.
Providing neeru finish to plastered surfaces in all positions including scaffolding and
curing complete.
19
20
21
22
23
24
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 179 -
Dy.Ex.Engr.
Sr.No.
Item of work
25
Providing sand faced plaster externally in cement mortar using approved screened
sand, in all positions including base coat of 15 milimeter thick in cement mortar 1:4
using waterproofing compound at 1 kilogramme per cement bag curing the same for
not less than 2 days and keeping the surface of the base coat rough to receive the
sand faced treatment 6 to 8 milimeter thick in cement mortar 1:4 finishing the surface
by taking out grains and curing for fourteen days scaffolding etc.complete.
Providing water proof bedding for flooring of Bath and Water Closet 25 milimeter
thick in Cement Mortar 1:3 including using 1 kilogramme of water proof compound
per bag of cement including leveling curing etc. complete.
Providing and laying Vitrified matt fininsh tiles of Somany/RAK/ Kajaria/ Nitco/ Asian
or equivalent make having size 800 milimeter x to 800 milimeter (thickness to be
specified by the manufacturer) and confirming IS. 15622-2006 of approved make,
shade and pattern for flooring in required position laid on a bed of 1:4 cement mortar
including neat cement float, filling joints, curing and cleaning etc. complete.
Providing and fixing 20 to 25 milimeter thick rough shahabad box type waterproofing
for basement or underground floor on a base of Cement concrete 1:3:6, including
sub base of 2.50 centimeter thick Cement mortar 1:3 with conceal, secrete (RMW),
Algae proof or other alike waterproofing liquids, raking of joints upto 35 milimeter
depth, filling the joints with milimeter mm size crushed metal, hand grouting with
cement slurry, curing and cleaning, with 7 years guarantee on court fee stamp of
Rupees 100/- with ponding test etc complete. (excluding Cement concrete 1:3:6 base
concrete) (prior permission of Superintending Engineer shall be obtained before
inclusion of item)
26
27
28
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 180 -
Dy.Ex.Engr.
Sr.No.
Item of work
29
Providing and laying in position flooring of telephone black / Amba White / Cat bary
brown / RBI red / Ocean Brown granite stone of approved shade and size 18
milimeter to 20 milimeter thick on bed 1:6 cement mortar including cement floats
striking joints, pointing in Cement Mortar 1:3 curing and cleaning etc. complete.
(Excluding polishing)
30
Providing and fixing machine cut machine polished 18 milimeter to 20 milimeter thick
telephone black / Amba White / Cat bary brown / RBI red / Ocean Brown granite
stone for treads and risers of steps and staircases of approved colour and shade with
rounded moulding and three grooved line for the treads on bed of 1:4 Cement mortar
including float filling joints with neat cement slurry curing polishing and cleaning etc.
complete.
Providing and laying Vitrified matt finish tiles of Somany/RAK/ Kajaria/ Nitco/ Asian or
equivalent make having size 800 milimeter x to 800 milimeter (thickness to be
specified by the manufacturer) and confirming Indian Standards 15622-2006 of
approved make, shade and pattern for for skirting in required position with 1:3
cement mortar bedding including neat cement float, filling joints, curing and cleaning
etc. complete.
Providing and laying telephone black / Amba White / Cadburybrown / RBI red /
Ocean Brown granite stone of 18 to 20 milimeter thick for door frame/ dado/ window
boxing etc. On Cement Mortar 1:6 including filling joints with polymer base filler
nosing the sharp edges wherever necessary, curing, etc. complete.
Bd. M. 12
31
32
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 181 -
Dy.Ex.Engr.
Sr.No.
Item of work
33
Providing and fixing in position (as per 1868 / 1982) Aluminium sliding window of
three tracks with rectangular pipe 95 x 38.10 x 0.90 milimeter at weight 0.637
kilogramme per Running meter with window frame bottom track section 92 x 31.75 x
1.30 milimeter at weight 1.070 kilogramme per Running meter Top and side track
section 92 x 31.75 x 1.30 milimeter at weight 0.933 kilogramme per Running meter.
The shutter should be of bearing bottom 40 x 18 x 1.25 milimeter at weight 0.417
kilogramme per Running meter Inter locking section 40 x 18 x 1.25 milimeter at
weight 0.469 kilogramme per Running meter And handle section 5252 x 18 x 1.13
milimeter at weight 0.488 kilogramme per Running meter and top section 40 x 18 x
1.25 milimeter at weight o.417 kilogramme per Running meter As per detailed
drawings and as directed by Engineer-incharge with all necessary Aluminium
sections fixtures and fastenings such as roller bearing in nylon casting and self
locking catch fitted in vertical section of shutter including 5 milimeter thick plain glass
with all required screws and nuts etc, complete. with colour Anodising with box.
IS: 1948-2006
34
Providing and fixing solid core flush door shutter in single leaf 30 milimeter thick
decorative type of exterior grade as per detailed drawings approved face veneers 3
milimeter thick on both faces or as directed, all necessary beads, mouldings and
lipping, wrought iron hold fasts, chromium plated fixtures and fastenings, with brass
mortise lock, chromium plated handles on both sides, and finishing with French
Polish etc. complete.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 182 -
Dy.Ex.Engr.
Sr.No.
Item of work
35
Providing and fixing 29 milimeter thick factory made Poly Venyle Chloride rigid foam
paneled door shutters by approved manufacturer and brand by from Mild Steel tube
of 19 gauge thickness size 19 milimeter x 19 milimeter for styles and 15 milimeter x
15 milimeter for top and bottom rails, covered with heat moulded Poly Venyle
Chloride C channel of 5 milimeter thick and 75 milimeter wide Poly Venyle Chloride
sheet for top rail, lock rail and bottom rail on either side and 5 milimeter thick, 20
milimeter wide cross Poly Venyle Chloride sheet as gap insert for top rail and bottom
rail paneling of 5 milimeter thick Poly Venyle Chloride sheet fitted in the Mild Steel
frame welded/sealed to the styles and rails with 5 milimeter x 30 milimeter Poly
Venyle Chloride sheet beading on either side and joined together with solvent
cement adhesive etc. complete as per manufacturers specification and direction of
Engineer in charge fixed to the frames with stainless steel hinges of 125 milimeter
size, and cromium plated fixtures including all material, labour, machinery etc.
complete ( for Water Closet, bath shutter) ( The item is exclusive of door frame)
Providing and fixing 1st class white glazed earthenware Orissa Type Water Closet
Pan 580 x 440 milimeter including P or S trap cast iron soil and vent pipe upto the
outside face of the wall (1:5:1 0) cement concrete bedding 15 milimeter thick, 10 liter
Poly Venyle Chloride high level flushing cistern with all necessary pipe connection
etc. complete.
Providing and fixing European type white glazed earthenware coupled closet
syphonic trap with symphonic low level white glazed 10 litres cistern with black
backlite seat with all necessary pipe connection etc. complete.
36
37
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 183 -
Dy.Ex.Engr.
Sr.No.
Item of work
38
Providing and fixing White Glazed Earthenware full stall type Urinal with Poly Venyle
Chloride flushing cistern of 5 liters capacity with fitting, inlet pipes and stop tap,
brackets for fixing the cistern, 32 milimeter diameter Poly Venyle Chloride flush pipe
with fittings and flushing arrangement including lead soil pipe, lead trap, soil pipe
connectionup to the outside face of the wall.
39
Providing and fixing white glazed earthenware Wash Hand Basin of 55 centimeter x
40 centimeter size including cold water pillar tap/cold and hot water pillar tap
brackets, rubber plugs and brass chain, stop tap and necessary pipe connections
including Poly Venyle Chloride waste pipe and trap up to the outside face of the wall.
40
Providing and fixing 450 milimeter x 550 milimeter size superior type Belgium mirror
with 16 milimeter diameter nickel plated towel rod etc. complete.
41
Providing and fixing white glazed earthenware sink 600 milimeter x 200 milimeter x
450 milimeter including all connection of the Galvanised Iron supply and Poly Venyle
Chloride waste pipes up to the outside face of the wall, cold water chromium plated
screw down bib tap, rolled steel or Cast Iron brackets, rubber plug with chain and
stop tap complete.
42
Providing and fixing H.D.P container Sintex or alike one piece moulded water tank
made out of high density polythyler and built corrugated inclusive of delivery up to
destination hoisting and fixing of accessories such as inlet,outlet overflow pipe
inclusive of all tanks capacity between 200 to 1000 liters.
Providing and fixing hume pipe septic tank 900 milimeter diameter with vent pipe and
cap including necessary (including excavation and laying)
43
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 184 -
Dy.Ex.Engr.
Sr.No.
Item of work
44
Providing soak pit of size 120 centimeter x 120 centimeter x 120 centimeter including
excavating and filling with brick-bats.
Providing and constructing Brick Masonry Inspection Chamber 90 centimeter x 45
centimeter x 90 centimeter including 1:4:8 cement concrete foundation 1:2:4 cement
concrete channels half round G.S.W. pipes, Brick Masonry, plastering from inside
and with frame fixed in cement concrete with Reinforced Cement Concrete Cover.
46
47
Providing and fixing 10 centimeter Cast Iron Nahani Trap including Cast Iron grating
bend and piece of Cast Iron pipe upto the outside face of the wall complete.
48
Providing , laying and fixing ,jointing Supreme Eco- drain 110 milimeter SN 8 NuDrain Upvc pipes or of equivalent make, manufacture as per EN 13476 or equivalent
as per Indian Standards 15328 with fittings such a bends, tees, coupler, etc, jointing
with rubber lubricant including necessary excavation, trench refilling with selective
excavated material etc. complete.
49
Providing , laying amd fixing ,jointing Supreme Eco- drain 160 milimeter SN 4 NuDrain Upvc pipes or of equivalent make, manufacture as per EN 13476 or equivalent
as per Indian Standards15328 with fittings such a bends, tees , coupler, etc, jointing
with rubber lubricant including necessary excavation, trench refilling with selective
excavated materialetc. complete.
45
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 185 -
Dy.Ex.Engr.
Sr.No.
Item of work
50
Providing and fixing Poly Venyle Chloride Rain water pipes of 110 milimeter outer
diameter and having wall thickness of 2.2 to 2.7 milimeter confirming to Indian
Standards 13592-1992 including proper rainwater receiving recess with Poly Venyle
Chloride plug, bend, necessary fittings, such as, offsets, shoes, inluding fixing the
pipe on wall using approved wooden cleats projecting 25 milimeter to 40 milimeter
from face of wall a fixing with clips of approved quality and number ,filing the joint
using rubber gasket with solvent cement and properly resting the shoe of pipes on
Cement Concrete or masonry blocks, including necessary scaffolding and
maintenance for 3 years for any leakages or dislocations of pipes. All the Poly
Venyle Chloride fittings and additional 2 piece socket clips shall be got approved
from engineer in charge etc. complete. (The contractor shall give 3 years guarantee
bond for payment).
Providing and fixing on walls/ ceiling/ floor 15 milimeter diameter CPVC pipe with
necessary fittings, remaking good the demolished portion etc. complete.
51
52
53
Providing and fixing on walls/ ceiling/ floor 25 milimeter diameter CPVC pipe with
necessary fittings, remaking good the demolished portion etc. complete.
54
Providing and fixing on walls/ ceiling/ floor 32 milimeter diameter CPVC pipe with
necessary fittings, remaking good the demolished portion etc. complete.
55
Providing and fixing on walls /ceiling/ floor 40 milimeter diameter CPVC pipe with
necessary fittings, remaking good the demolished portion etc. complete.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 186 -
Dy.Ex.Engr.
Sr.No.
Item of work
56
Providing and fixing 15 milimeter diameter screw down bib/ stop tap of brass
including necessary socket union nut complete.
Providing and fixing 25 milimeter diameter concussion push button type brass/gun
metal self-closing tap including necessary socket complete.
Providing and fixing screw down for 20 milimeter diameter Wheeled stop tap of brass
including necessary sockets/union nut complete.
Providing and fixing screw down for 25 milimeter diameter wheeled stop tap of brass
including necessary sockets/union nut complete.
Providing and fixing screw down for 32 milimeter diameter Wheeled stop tap of brass
including necessary sockets/union nut complete.
Providing and fixing screw down for 40 milimeter diameter Wheeled stop tap of brass
including necessary sockets/union nut complete.
Providing and fixing machine cut mirror polished 18 milimeter to 20 milimeter thick
telephone black granite / Amba White / Cat bary brown / RBI red / Ocean Brown
stone partition with rounding the edges etc. complete. A) Both side polish.
57
58
59
60
61
62
63
Contractor
i
Providing and fixing fan hook box of 2 milimeter thick Mild Steel sheet rectangular
size 180x100 milimeter with required depth with holes or notches as required, bottom
and top sides of 1.6 milimeter Mild Steel sheet fixed with 3.5 milimeter diameter
round headed screws together with 12 milimeter diameter Mild Steel bar bent to
shape with hooked ends for fan hook and painting to exposed surface.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 187 -
Dy.Ex.Engr.
Sr.No.
Item of work
64
Providing and fixing collapsible steel gate in one / two leaves with hot rolled vertical
channels of 18 x 9 x 3 milimeter minimum size, crossings of Mild Steel flats of size 18
x 5 milimeter T or E section for runner of minimum 40 x 6 milimeter size for flange,
Mild Steel flat for top runner of minimum size 40 x 12 milimeter with roller wheels
confirming to grade F.G. 150 fitted with snap headed rivets of minimum size 6
milimeter max. spacing of vertical channels be 100 milimeter enclosed gate position
and clear space of 150 milimeter between two sets of crossings with hold fasts,
stoppers, spaces, handles, locking arrangement and one coat of red lead primer and
oil painting etc. complete. (Indian Standards 10521-1983).
Providing and fixing in position powder coated aluminium louvered windows /
ventilator of various sizes with powder coating as per detailed drawing and
specifications including aluminium frames 80 x 38 milimeter x 1.22 milimeter box
type, 5 milimeter thick sheet glass louvers, of approved quality etc. complete.
65
66
Providing and fixing in position alluminium openable window of any size as per
detailed drawing and as directed by Engineer-in-charge with all necessary
alluminium sections including necessary fixtures and fastening with 5 milimeter thick
clear float glass etc. complete. a) Without powder coating.
67
68
69
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 188 -
Dy.Ex.Engr.
Sr.No.
Item of work
70
Providing and applying two coats of appex Appex Ace white exterior paint of
approved manufacture and of approved colour to the plastered surfaces including
cleaning ,preparing the plaster surface ,applying primer coat ,scaffolding if necessary
, and watering the surface for two days complete.
Providing and fixing 900 milimeter high S.S.304 Grade Stainless steel railing with 40
milimeter diameter and 1.5 milimeter thick at top,40 milimeter diameter and 1.5
milimeter thick vertical supports spaced at 1.5 meter center to center and 8 milimeter
thick toughened glass including fabricating ,fixtures, errecting , necessary welding ,
griding , finishing, buffing to stainless steel pipe etc. complete.
71
72
73
74
75
Contractor
i
Providing and fixing mild steel grill work for windows, ventilators etc. 20 kilogramme
per square meter as per drawing including fixtures, necessary welding and painting
with one coats of anticorrosive paint and two coats of oil painting complete.
Providing expansion joints in Reinforced Cement Concrete framed structure (interior
column) with plain premoulded filler 25 milimeter thick including fixing Teak Wood
battens on both faces and finishing as directed etc. Complete.
Providing expansion joints in Reinforced Cement Concrete framed structure (exterior
Columns) with plain premoulded filler 25 milimeter thick and 3 milimeter thick
alluminium plate, hold fast, fixing Teak Wood battens on internal face, finishing etc.
complete as directed.
Providing expansion joints in Reinforced Cement Concrete framed structure (at floor
level) with premoulded filler 25 milimeter thick and 3 milimeter thick aluminium plate
as required, bitumen poured filler and fixing Teak Wood battens on rear faces etc.
complete as directed.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 189 -
Dy.Ex.Engr.
Sr.No.
Item of work
76
77
78
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 190 -
Dy.Ex.Engr.
Sr.No.
Item of work
79
80
81
Contractor
i
Providing and fixing 15 centimeter x 10 centimeter salt glazed stoneware gully trap in
cement concrete 1:4:8 outside the building including cast iron grating in the sink,
connecting glazed stoneware pipe, brick masonry chamber with cast iron lid and cast
iron grating for the gully trap.
Providing 25 milimeter to 30 milimeter thick partition of polished black kadappa stone
slab of approved quality including giving required size and shape etc. Fixing in
cement mortar 1:3 curing and cement complete. b) Both side polish.
Providing and fixing shutter to wall cupboard made from 19 milimeter thick Teak
particle board with approved coloured laminated face 1.5 milimeter thick bonded with
phenol formaldehyde synthetic resin B.W.P. grade including lipping beading
Stainless Steel Hinges and cromium plated fixtures and fastening and oil primer coat
etc. complete.(Excluding cupboard frame) Stainless Steel Hinges and cromium
plated fixtured.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 191 -
Dy.Ex.Engr.
Sr.No.
Item of work
82
Providing and fixing in position, Double shuttered aluminium extruded powder coated
openable door of specified size with aluminium door frame of powder coated section
101.60 x 44.75 milimeter, 3.18 milimeter thick and shutter comprising of powder
coated section having bottom and lock rail of size 150 milimeter x 44.5 milimeter,
2.90 milimeter thick top rails 47.62 x 44.45 milimeter, 3.18 milimeter thick , vertical
style 47.62 x 44.45 milimeter, 3.00 milimeter thick and for shutter plain glass panes 5
milimeter thick for top panels and 12 milimeter thick both side laminated phenol
bonded particle board panels for bottom panels etc. , Indian Standard Institute mark ,
heavy duty, Hydraulic floor spring of 150 kilogramme capacity , having heavy duty
concealed lock, necessary beading, glazing clips, Poly Venyle Chloride gaskets, 250
milimeter length tower bolts, 150 milimeter diam. pad handle, etc. as per detailed
design and drawing or as directed by engineer in charge including all materials ,
labours, and equipment etc.
Providing and fixing frame work of anodised aluminium sections for suspended false
ceiling consisting of aluminium T 50 milimeter x 40 milimeter weighing 0.39
kilogramme per meter at 60 centimeter center to center and fixed with ( 15 x 15
milimeter) flanges weighing 0.119 kilogramme per meter suspended on 6 milimeter
diameter mild steel rod weighing 0.22 kilogramme per meter fixed on wall and beams
including rounding of the edges with aluminium T of 50 milimeter x 40 milimeter
weighing 0.39 kilogramme per meter etc. including all labour etc, complete.
83
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 192 -
Dy.Ex.Engr.
Sr.No.
Item of work
84
85
86
Contractor
i
Providing and laying Polished Kota stone flooring hand cut 25 milimeter to 30
milimeter thick and required width in plain/ diamond pattern on bed of 1:4 Cement
mortar including cement float, filling joints with neat cement slurry, curing, polishing
and cleaning complete.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 193 -
Dy.Ex.Engr.
Sr.No.
Item of work
87
88
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 194 -
Dy.Ex.Engr.
Sr.No.
Item of work
89
Providing and fixing in position aluminium composite panels 4 milimeter thick and
required size of building made out cladding for walls of approved colour and shade
on structural frame work 65x65x6 milimeter thick aluminium frame work including
fixtures of Stainless Steel srews, nuts, bolts and scaffolding, ms angle cleat support
to frame work etc. complete as directed by Engineer in Charge.
Providing and fixing in position cladding wall panelling consisting of gypsum fully
perforated tiles including edge lipping over Galvanised Iron stud frame standard size
consisting of vertical and horizantal at more than 2' apart to be finished in primer coat
including insulation of 50 milimeter thick hiigh density glass wool etc. complete.
Providing and preparing kitchen otta made up from 30 milimeter thick and 75
centimeter wide one side polished kadppa top 75 centimeter wide one side polished
kadappa top 75 centimeter high vertical support for kadppa at 1 meter center to
center of 25 milimeter thick both side polished kadappa middle shelf and bottom of
20 milimeter thick one side polished kadappa with facia patti of 20 x 50 milimeter
kadappa including all material labour cutting fixing with cement mortar and araldite
curing polished and cleaning etc. complete.
Providing and fixing machine cut mirror polished 18 milimeter to 20 milimeter thick
telephone black / Amba White / Cat bary brown / RBI red / Ocean Brown granite
stone partition with rounding the edges etc. complete. B) One side polish.
90
91
92
93
Contractor
i
Providing fly ash brick masonry with conventional / Indian Standards type fly ash
brick in cement mortar 1:6 including striking joints, racking out joints watering and
scaffolding complete. For superstructure.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
BDG- 2 & 5
- 195 -
Dy.Ex.Engr.
Sr.No.
Item of work
94
Providing and fixing Mix-40 grade thick vibrated pull cast or similar type concrete
frame with chamber conforming to Indian Standards 6523-1983 having 6 milimeter
diameter bars 3 Numbers And stirrups @250 milimeter center to center and fixing in
wall with 6 Numbers of hold fast of 12 milimeter diameter bars 500 milimeter long
including primer and oil painting etc, complete) frame size 60 milimeter x 100
milimeter.
Towel rod with clamps 16 milimeter diameter
Providing and fixing 90 centimeter x 60 centimeter Granite plate engraving 10
centimeter height letter, figures including painting the lefters/figures with approved
colour and shade complete.
Hydraulic door closer.
Concealed Hydraulic door closer
Providing and fixing fly proof mesh shutter to ventilator/ window using Country Cut
Teak Wood members of size 45 x 22 milimeter for frame work and 35 x 22 milimeter
for middle support and fixing fly proof mesh on it and covering Country Cut Teak
Wood battens of size 20 x 10 milimeter including priming and two coats of oil painting
to the new wood and steel work and all labour charges including all fixture and
fastenings etc. complete.
Providing uncoursed rubble masonry of trap / granite / quartzite / gneiss stones in
cement mortar 1:5 in basements including scaffolding, bailing out water, racking out
joints when plastering is to be done striking joints where no pointing or plastering is
to be done and watering complete.
95
96
97
98
99
100
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 196 -
Dy.Ex.Engr.
Sr.No.
Item of work
101
Providing and laying in trenches 100 milimeter diameter heavy grade having
embossed as ISI Mark galvanised iron pipes of 14.74 kilogramme per metre
necessary fitting remaking good the demolished portion with filling trenches and with
primer of anti-corrosive oil paint , 2 coats complete.
102
Providing coursed rubble masonry second sort of trap / granite / quartzite / gneiss
stones in cement mortar 1:6 in external walls of plinth including bailing out water,
striking joints inside and racking out joints from outside and watering complete.
103
104
105
106
107
108
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 197 -
Dy.Ex.Engr.
Sr.No.
Item of work
109
110
Providing and applying Texture plaster with finishing with Purlina / Rustic texture
material ( with texture material of Asian / Renava/Nitco/Temtex or equivalent
company make ) in 3 to 4 millimeter thickness on previously finished plastered
surface ,including Plaster Groove 6mm thickness or Tape Grooves 35 to 45
millimeter thickness or as required, in all position including preparing the surface
scaffolding etc.complete. ( Excluding Texture Paint and Texture Paint Finishing)
111
Providing and fixing frame with / without ventilator of size as specified with Ghana
teakwood for doors and windows including chamfering, rounding, rebating, iron
holdfast of size 300 milimeter x 40 milimeter x 5 milimeter with oil painting, etc.
complete.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 198 -
Dy.Ex.Engr.
Sr.No.
Item of work
112
Providing and fixing rolling shutter fabricated from steel laths of minimum thickness
0.9 milimeter with lock plate of 3.15 milimeter thickness reinforced with 35 x 35 x 5
milimeter angle section fitted with sliding bolts and handles for both sides, deep Mild
Steel channel section of depth and thickness not less than 65 milimeter and 3.15
milimeter respectively with hold fast arrangements, Mild Steel Bracket plate 300 x
300 x 3.15 milimeter minimum size and shape with square bar, suspension shaft of
minimum 32 milimeter diameter, hood cover of Mild Steel sheet not less than 0.9
milimeter thickness and of any size at top and safety devices including mechanical
gear operation arrangement consisting of worm gear wheels and worms of high
grade cast iron or mild steel and one coat of red lead primer etc. complete. (I.S.
6248-1979) (With mechanical gear)
Supplying 40 milimeter crushed metal of trap / granite / quartzite / gneiss stone
aggregate at the road side, including conveying and stacking etc. complete for use in
bituminous road surface.
Supplying 20 milimeter crushed metal of trap / granite / quartzite / gneiss stone
aggregate at the road side, including conveying and stacking etc. complete for use in
bituminous road surface.
Supplying 6 milimeter crushed metal of trap / granite / quartzite / gneiss stone
aggregate at the road side, including conveying and stacking etc. complete for use in
bituminous road surface.
Providing and filling in the foundation with sand of approved quality including
watering, compaction complete.
Spreading oversize 40 milimeter / 50 milimeter / 60 milimeter / 80 milimeter metal
including sectioning etc. complete.
113
114
115
116
117
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 199 -
Dy.Ex.Engr.
Sr.No.
Item of work
118
Spreading hard murum, soft murum, gravel, sand for various works complete
119
Excavation for foundation in earth, soil of all types, sand, gravel and soft murum,
including removing the excavated material up to a distance of 50 meter beyond the
building area and stacking and spreading as directed, dewatering, preparing the bed
for the foundation and necessary back filling, ramming, watering including shoring
and strutting etc. complete. (Lift upto 1.5 meter) By Mechanical Means
Excavation for foundation in hard murum including removing the excavated materials
upto distance of 50 metres beyond the building area and stacking and spreading as
directed, dewatering, preparing the bed for the foundation and necessary back filling,
ramming, watering including shoring and strutting etc. complete. (Lift upto 1.50
meter) By Mechanical Means.
Excavation for foundation in Hard murum and boulders including removing the
excavated materials up to a distance 50 metres, beyond the building area and
stacking and spreading as directed dewatering preparing the bed for the foundation
and necessary back filling, ramming, watering including shoring and strutting etc.
complete. (Lift upto 1.5 meter) By Mechanical Means.
Providing and laying Mix-15 Reinforced Cement Concrete of trap/ granite/ quartzite/
gneiss metal for cast in situ piers, abutments, returns, wings, etc. including
compacting by vibrating and curing complete. (Excluding finishing with cement
plaster) including formwork and bailing out of water. (up to 4 meter height) (Cement
5.90 bags/Cubic Meter) with reversible Drum Type mixer. With natural sand.
120
121
122
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
MORTH 408
Bd.A.1 Page No. 259
- 200 -
Dy.Ex.Engr.
Sr.No.
Item of work
123
Excavation for roadway in earth, soil of all sorts, sand, gravel or soft murum including
dressing section to the required grade, camber and side slopes and conveying the
excavated materials with all lifts upto a lead of 50 meter and spreading for
embankment or stacking as directed. By Mechanical Means.
MORTH 301
124
Excavation for roadway in hard murum and boulders including dressing section to the
required grade, camber and side slopes and conveying the excavated materials with
all lifts upto a lead of 50 meter and spreading for embankment or stacking as
directed. By Mechanical Means.
MORTH 301
125
Excavation for roadway in soft rock, including dressing section to the required grade,
camber and side slopes and conveying the excavated materials with all lifts upto a
lead of 50 meter and spreading or stacking as directed.
MORTH 301
126
Excavation for roadway in hard rock by wedging and chiselling or line drilling
including dressing section to the required grade, camber and side slopes and
conveying the excavated materials with all lifts upto a lead of 50 meter and spreading
for embankment or stocking as directed.
MORTH 301
127
Conveying materials obtained from road cutting including all lifts, laying in layers of
20 centimeter to 30 centimeter breaking clods, dressing to the required lines, curves,
grades and section, watering and compacting to 95% of standard proctor density for
a lead of 300 meter to 500 meter inclusive from the site of excavation to the site of
deposition as directed.
MORTH 305
128
Providing and laying Pitching on slopes laid over prepared filter media incusing
boulders apron laid dry in front of toe of embankment complete as per drawing and
Technical specifications. -- Stone/Boulder.
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 201 -
Dy.Ex.Engr.
Sr.No.
Item of work
129
Excavation for roadway in hard murum including dressing section to the required
grade, camber and side slopes and conveying the excavated materials with all lifts
upto a lead of 50 meter and spreading for embankment or stacking as directed. By
Mechanical Means.
Providing and casting in situ cement concrete Mix-20 of trap metal for coping to plinth
or parapet, moulded or chamfered as per drawings or As directed by Engineer-InCharge., roughening the exposed faces if special finish is to be provided and curing
etc. complete.
Providing and applying two coats of water proof cement paint of approved
manufacture and of approved colour to the plastered surfaces including scaffolding if
necessary, cleaning and preparing the surface, watering for two days complete.
Providing and fixing mild steel grill gate with angle iron frame 65 milimeter x 65
milimeter x 10 milimeter with iron bars at 150 milimeter Center to Center and
diagonal flats as per the detailed drawing including hinges, pivot blocks locking
arrangement welding riveting and oil paint-ing of three coats of approved shade.
Weight of gate 35 Kilogramme per square meter
130
131
132
133
Contractor
i
Providing and casting in situ cement concrete Mix-15 of trap / granite /quartzite/
gneiss metal for bed blocks, foundation blocks and such other items including bailing
out water formwork, compacting, roughening, them if special finish is to be provided
and curing and finishing if required complete, with reversible Drum Type mixer. With
natural sand.
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
MORTH 301
- 202 -
Dy.Ex.Engr.
Sr.No.
Item of work
134
Providing and fabricating structural steel work in rolled sections like joists, channels,
angles, tees etc. as per detailed designs and drawing including fixing in position
without connecting plates, braces etc. and one coat of anticorrosive paint and over it
two coat of oil paintings of approved quality and shade complete.
Providing and erecting Y type barbed wire fencing with seven rows of wire with 2.45
milimeter dia Galvanised Iron pipe ( Rezan/ concentina ire 0.75 milimeter diameter )
with hot dip and Galvanised Iron coated hooks as per drawing supported on Mild
Steel angle 50 x 50 x 6 milimeter at 2.5 meter center to center including fixing and
fastening with wire, painting Mild Steel angles with one coat of red lead primer and
two coat of oil paint etc. complete.
Providing earth work in embankment with approved materials obtained from private
land / departmental land including all lifts and 50 meter lead laying in layers of 15
centimeter to 20 centimeter thickness breaking clods dressing to the required lines,
curves, grade and section etc. complete.
Supplying Breaking boulders (Hand broken) 60 milimeter metal trap / granite /
quartzite / gneiss / laterite stone metal at the road side for metal including conveying
and stacking etc. complete.
Supplying Breaking boulders (Hand broken) 40 milimeter metal trap / granite /
quartzite / gneiss / laterite stone metal at the road side for metal including conveying
and stacking etc. complete.
Supplying hard murum/ kankar at the quarry site, including conveying and stacking
complete.
Supplying soft murum at the road side, including conveying and stacking etc.
complete.
135
136
137
138
139
140
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
MORTH 408
Rd. 24 Page No. 203
- 203 -
Dy.Ex.Engr.
Sr.No.
Item of work
141
Compacting the subgrade/ gravel/ oversize metal/ (200 milimeter loose) layers with
power roller including necessary, labour, materials and artificial watering complete.
142
Compacting the subgrade/ gravel/ size metal (100 milimeter loose) layers with power
roller including necessary, labour, materials and artificial watering complete.
143
Providing and laying 75 milimeter thick compacted Bitumen Bound Macadam with
60/70 grade bitumen over existing Water Bound Macadam surface including picking
the road metalled surface, thoroughly cleaning the Water Bound Macadam surface
by using mechanical broom or approved equipment, spreading 40 milimeter size
metal (Hand broken by bringing blasted rubble on site of work) at the rate of 0.09
cubic meter per square meter. Compacting metal with roller and bitumen is then
spread at the rate of 2 kilogramme per square meter, spreading 12 milimeter metal at
the rate of 0.018 cubic meter per square meter. The surface shall be lightly rolled so
that metal pieces get embeded in the bitumen layer and rolling shall continue until
entire surface is throughly compacted etc. complete. (With Vibratory Roller)
(including diversion road)
Providing hot mix hot laid 25 milimeter thick premix bituminous carpet over existing
Bituminous Bound Macadam surface including supplying all materials, preparing and
cleaning the base, heating bitumen, applying tack coat, at 0.5 kilogramme per square
meter rate mixing hot bitumen and chips, laying the carpet layer with paver finisher
and Compacting the carpet with roller etc complete 2) Using Bulk Bitumen grade VG30.
As directed by Engineer in
charge.
144
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 204 -
Dy.Ex.Engr.
Sr.No.
Item of work
145
Providing bituminous liquid seal coat to black top surface, including supplying all
materials including all leads, preparing existing road surface, heating and applying
bitumen (98.00 Kilogramme per 100 Square Meter), spreading chips and rolling
complete (by using bulk asphalt) 2) Using Bulk Bitumen grade (30/40) VG-40
146
Providing and laying in situ Mix-15 cement concrete of trap /granite /quartzite /gneiss
metal including compacting, finishing, curing and complete with reversible Drum
Type mixer . for approach slab (excluding reinforcement.) (Cement 5.90 bags per
Cubic Meter) With natural sand.
147
148
Impact Value
Water Absorption
Flakiness Index
Sieve Analysis of Mudum
Liquid limit and plastic limit
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 205 -
Dy.Ex.Engr.
Sr.No.
Item of work
Contractor
i
Royalty Charges
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
- 206 -
Dy.Ex.Engr.
NAME OF WORK :- Construction of Main Building at Shri. Bhausaheb Hire Govt. Medical College, Dhule Tal.Dist. Dhule
BAR CHART
Contractor
i
No.of Corrections
Executive Engineer,
P.W.Division, Dhule
Contractor
i
- 207 -
No.of Corrections
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Contractor
i
- 208 -
No.of Corrections
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Contractor
i
- 209 -
No.of Corrections
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Contractor
i
- 210 -
No.of Corrections
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Contractor
i
- 211 -
No.of Corrections
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Contractor
i
- 212 -
No.of Corrections
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule
Contractor
i
- 213 -
No.of Corrections
Dy.Ex.Engr.
Executive Engineer,
P.W.Division, Dhule