16.03.2015 Views

View Tender Document

View Tender Document

View Tender Document

SHOW MORE
SHOW LESS

Create successful ePaper yourself

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

GOVERNMENT OF MAHARASHTRA<br />

RURAL WATER SUPPLY DIVISION ZILLA PARISHAD AKOLA<br />

: B-1 (Percentage Rate)<br />

<br />

Name of Work : PANI PURAWTHA YOJNA ( With Public<br />

Contribution ) AT. PATKHED TAL-<br />

BARSHITAKLIDIST. AKOLA<br />

Name of Contractor :<br />

Date of Receipt <strong>Tender</strong> : 23/08/202013 To 31/08/2013 upto 17.00 hours.<br />

No. & Date of Work :<br />

Order<br />

Amount put to <strong>Tender</strong> : Rs 4553588/-*<br />

Percentage quoted :<br />

Amount of Contract :<br />

Date of Commencement :<br />

Time stipulated for<br />

completion of work<br />

Date of completion as<br />

per Agreement<br />

Acutual Date of<br />

Completion<br />

Reference to sanction of<br />

tender<br />

Extension of time limit : 1<br />

Certified that this<br />

original Agreement<br />

contains<br />

<br />

: 12 (MONTH) Calender Months from the date of<br />

:<br />

:<br />

:<br />

written order to start work, which will be<br />

excluding the monsoon period.<br />

2<br />

3<br />

: Pages 01 to<br />

Signature of Contractor No. of corrections Executive Engineer


NAME OF WORK: -<br />

PANI PURAWTHA YOJNA ( With Public<br />

Contribution ) AT. PATKHED TAL-<br />

BARSHITAKLIDIST. AKOLA<br />

Estimated Cost put to tender Rs 4996111/-*<br />

Earnest Money Rs 45600/-*<br />

Term Deposit Receipt of Schedule Bank/<br />

Nationalised Bank/of India or Valid E.M.D.<br />

Exemption Certificate duly attested shall be uploaded at the time of submission. Total Security Deposit<br />

4% (four percent) Rs.182200/-* (50% in cash at the time of Agreement and 50% from R.A.bills ).<br />

TENDER SCHEDULE<br />

Cost of <strong>Tender</strong> Form :Rs 1000/-*<br />

Period for Downloading <strong>Tender</strong> Forms : From 23/08/2013 to 31/08/2013 at 17:01<br />

Upto at 17.00 hours.<br />

Last date and time for submitting pre- bid queries : -03/09/2013 to 06/09/2013<br />

online<br />

Date of Pre-bid meeting : ---<br />

Last date and time for online bid preparation and : Upto Date: 23/08/2013 to 02/09/2013<br />

hash submission (technical and financial)<br />

Time: 17.00 Hours<br />

Close for bidding & generate super hash<br />

: Date 02/09/2013 17.01 Hours to<br />

to 03/09/2013 Time 17.00 Hours<br />

Date and time for online bid data decryption and : Date: 06/09/2013 to 08/09/2013<br />

re-encryption (technical and commercial)<br />

Time: 17.00 Hours<br />

Receipt of bid security and tender document fees : Upto 06/09/2013 Time 17.00<br />

(in original one day before of the opening of the<br />

technical bid’s date and time )<br />

<br />

Date: 06/ 09/2013 Time 17.01 hours<br />

to 08/09/2013 Time 17.00 hours<br />

Registeration class of Contractor<br />

: Class-V and above.<br />

TO BE FILLED BY THE CONTRACTOR<br />

I/We have quoted my/our offer in percentage rate in words as well as in figures. I/We further<br />

undertake to enter into contract in regular “B-1” form in Public Works Department.<br />

Name and signature of Contractor/<br />

Power of Attorney holder<br />

With complete address.<br />

Signature of Contractor No. of corrections Executive Engineer


TENDERING PROCEDURE: -<br />

1.1 A. Blank <strong>Tender</strong> Forms.<br />

<strong>Tender</strong> Forms can be downloaded from the e-<strong>Tender</strong>ing Portal of Zilla Parishad Akola i.e.<br />

https://zp.maharashtra.etenders.in after entering the details of payment towards <strong>Tender</strong> Fees<br />

as per the <strong>Tender</strong> Schedule.<br />

1.2 B PRE-TENDER CONFERENCE: -<br />

1.2.1 Pre-tender conference open to all prospective tenderers who have downloaded tender<br />

form before the date of Pre-tender Conference, will be held on -- --Hrs. in the office of<br />

the E-<strong>Tender</strong> Section, Zilla Parishad] Akola wherein prospective <strong>Tender</strong>ers will have an<br />

opportunity to obtain clarifications regarding the work and the <strong>Tender</strong> Conditions.<br />

1.2.2 The prospective tenderers are free to ask for any additional information or clarification<br />

either in writing or orally concerning the work, and the reply to the same will be given<br />

by the Executive Engineer, in writing and this clarification referred to as Common Set<br />

of Conditions / Deviations (C.S.D.), shall form part of tender documents and which will<br />

also be common and applicable to all tenderers. The point/points if any raised in writing<br />

and/or verbally by the contractor in pre-tender conference and not finding place in<br />

C.S.D. issued after the pre- bid conference, is/are deemed rejected. In such case the<br />

provision in NIT shall prevail. No individual correspondence will be made thereafter<br />

with the contractor in this regard.<br />

1.2.3 The tender submitted by the tenderer shall be based on the clarification, additional<br />

facility offered (if any) by the Department, and this tender shall be unconditional.<br />

Conditional tenders shall be summarily REJECTED.<br />

1.2.4 All tenderers are cautioned that tenders containing any deviation from the contractual terms<br />

and conditions, specifications or other requirements and conditional tenders will be treated as<br />

non responsive. The tenderer should clearly mention in forwarding letter that his offer (in<br />

envelope No. 1& 2) does not contain any conditions, deviations from terms and conditions<br />

stipulated in the tender.<br />

1.2.5 <strong>Tender</strong>ers should have valid Class II / III / IV / IV A / V / V A Digital Signature Certificate<br />

(DSC) obtained from any Certifying Authorities. In case of requirement of DSC, interested<br />

Bidders should go to http://maharashtra.etenders.in/mah/DigitalCerti.asp and follow the<br />

procedure mentioned in the document ‘Procedure for application of Digital Certificate’.<br />

1.2.6 The <strong>Tender</strong>ers have to make a payment of Rs 1038/- online as service charges for the use of<br />

Electronic <strong>Tender</strong>ing during Online Bid Data Decryption and Re-encryption stage of the<br />

<strong>Tender</strong>.<br />

1.2.7 For any assistance on the use of Electronic <strong>Tender</strong>ing System, the Users may call the below<br />

numbers:<br />

Signature of Contractor No. of corrections Executive Engineer


Landline No. - 020 - 2531 5555 / 56<br />

Landline No. - 022 - 2661 1117 (Ext 25 / 26)<br />

Mobile No. - 91679 69601 / 04 / 14<br />

1.2.8 <strong>Tender</strong>ers should install the Mandatory Components available on the Home Page of<br />

http://maharashtra.etenders.in under the section ‘Mandatory Components’ and make the<br />

necessary Browser Settings provided under section ‘Internet Explorer Settings’<br />

1.2.9 For benefit of the <strong>Tender</strong>ers, a workshop on Electronic <strong>Tender</strong>ing System has been organised<br />

at on at . <strong>Tender</strong>ers are requested to attend the workshop for<br />

an overview of the Electronic <strong>Tender</strong>ing System and to understand the pre-requisites of<br />

participation on the Electronic <strong>Tender</strong>ing System.<br />

1.3 Guidelines to Bidders on the operations of Electronic <strong>Tender</strong>ing System of Zilla<br />

Parishad Akola on. https://zp.maharashtra.etenders.in<br />

A. Pre-requisites to participate in the <strong>Tender</strong>s processed by Zilla Parishad Akola<br />

1. Enrolment and Empanelment of Contractors on Electronic <strong>Tender</strong>ing System:<br />

The Contractors interested in participating in the <strong>Tender</strong>s of Minor Irrigation Department –<br />

processed using the Electronic <strong>Tender</strong>ing System shall be required to enrol on the Electronic<br />

<strong>Tender</strong>ing System to obtain User ID.<br />

After submission of application for enrolment on the System, the application information shall<br />

be verified by the Authorized Representative of the Service Provider. If the information is<br />

found to be complete, the enrolment submitted by the Vendor shall be approved.<br />

For participating in Limited and Restricted tenders the registered vendors have to apply for<br />

empanelment on the sub-portal of https://zp.maharashtra.etenders.in in an appropriate class of<br />

registration. The empanelment will have to be approved by the respective officer from the<br />

MID. Only empanelled vendors will be allowed to participate in such tenders.<br />

The Contractors may obtain the necessary information on the process of enrolment and<br />

empanelment either from Helpdesk Support Team or may visit the information published<br />

under the link Enrol under the section E-<strong>Tender</strong>ing Toolkit for Bidders on the Home Page of<br />

the Electronic <strong>Tender</strong>ing System.<br />

2. Obtaining a Digital Certificate:<br />

The Bid Data that is prepared online is required to be encrypted and the hash value of the Bid<br />

Data is required to be signed electronically using a Digital Certificate (Class – II or Class –<br />

III). This is required to maintain the security of the Bid Data and also to establish the identity<br />

of the Contractor transacting on the System.<br />

Signature of Contractor No. of corrections Executive Engineer


The Digital Certificates are issued by an approved Certifying Authority authorized by the<br />

Controller of Certifying Authorities of Government of India through their Authorized<br />

Representatives upon receipt of documents required to obtain a Digital Certificate.<br />

Bid data / information for a particular <strong>Tender</strong> may be submitted only using the Digital<br />

Certificate which is used to encrypt the data / information and sign the hash value during the<br />

Bid Preparation and Hash Submission stage. In case during the process of preparing and<br />

submitting a Bid for a particular <strong>Tender</strong>, the Contractor loses his/her Digital Signature<br />

Certificate (i.e. due to virus attack, hardware problem, operating system problem); he / she<br />

may not be able to submit the Bid online. Hence, the Users are advised to store his / her<br />

Digital Certificate securely and if possible, keep a backup at safe place under adequate<br />

security to be used in case of need.<br />

In case of online tendering, if the Digital Certificate issued to an Authorised User of a<br />

Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to a<br />

no objection certificate / power of attorney to that User to submit the bid on behalf of the<br />

Partnership Firm. The Partnership Firm has to authorize a specific individual via an<br />

authorization certificate signed by a partner of the firm (and in case the applicant is a partner,<br />

another partner in the same form is required to authorise) to use the digital certificate as per<br />

Indian Information Technology Act, 2000.<br />

Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority of<br />

the Authority User to bid on behalf of the Firm for the <strong>Tender</strong>s processed on the Electronic<br />

<strong>Tender</strong> Management System of Government of Maharashtra as per Indian Information<br />

Technology Act, 2000. The Digital Signature of this Authorized User will be binding on the<br />

Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority<br />

or Sub Certifying Authority, if the Authorized User changes, and apply for a fresh Digital<br />

Signature Certificate. The procedure for application of a Digital Signature Certificate will<br />

remain the same for the new Authorised User.<br />

The same procedure holds true for the Authorized Users in a Private / Public Limited<br />

Company. In this case, the Authorisation Certificate will have to be signed by the Director of<br />

the Company or the Reporting Authority of the Applicant.<br />

For information on the process of application for obtaining Digital Certificate, the Contractors<br />

may visit the section Digital Certificate on the Home Page of the Electronic <strong>Tender</strong>ing<br />

System.<br />

3. Recommended Hardware and Internet Connectivity:<br />

To operate on the Electronic <strong>Tender</strong>ing System, the Contractors are recommended to use<br />

Computer System with at least 1 GB of RAM and broadband connectivity with minimum 512<br />

kbps bandwidth.<br />

Signature of Contractor No. of corrections Executive Engineer


4. Set up of Computer System for executing the operations on the Electronic<br />

<strong>Tender</strong>ing System:<br />

To operate on the Electronic <strong>Tender</strong>ing System of Government of Maharashtra, the Computer<br />

System of the Contractors is required be set up. The Contractors are required to install<br />

Utilities available under the section Mandatory Installation Components on the Home Page of<br />

the System.<br />

The Utilities are available for download freely from the above mentioned section. The<br />

Contractors are requested to refer to the E-<strong>Tender</strong>ing Toolkit for Bidders available online on<br />

the Home Page to understand the process of setting up the System, or alternatively, contact<br />

the Helpdesk Support Team on information / guidance on the process of setting up the<br />

System.<br />

5. Payment for Service Provider Fees:<br />

In addition to the <strong>Tender</strong> <strong>Document</strong> Fees payable to MID, the Contractors will have to pay<br />

Service Providers Fees of Rs. 1,038/- through online payments gateway service available on<br />

Electronic <strong>Tender</strong>ing System. For the list of options for making online payments, the<br />

Contractors are advised to visit the link E-Payment Options under the section E-<strong>Tender</strong>ing<br />

Toolkit for Bidders on the Home Page of the Electronic <strong>Tender</strong>ing System<br />

B. Steps to be followed by Contractors to participate in the e-<strong>Tender</strong>s processed by Zilla<br />

Parishad Akola<br />

1. Preparation of online Briefcase:<br />

All Contractors enrolled on the Electronic <strong>Tender</strong>ing System of Government of Maharashtra<br />

are provided with dedicated briefcase facility to store documents / files in digital format. The<br />

Contractors can use the online briefcase to store their scanned copies of frequently used<br />

documents / files to be submitted as a part of their bid response. The Contractors are advised<br />

to store the relevant documents in the briefcase before starting the Bid Preparation and Hash<br />

Submission stage.<br />

In case, the Contractors have multiple documents under the same type (e.g. multiple Work<br />

Completion Certificates) as mentioned above, the Contractors advised to either create a single<br />

.pdf file of all the documents of same type or compress the documents in a single compressed<br />

file in .zip or .rar formats and upload the same.<br />

Signature of Contractor No. of corrections Executive Engineer


It is mandatory to upload the documents using the briefcase facility. Therefore, the<br />

Contractors are advised to keep the documents ready in the briefcase to ensure timely bid<br />

preparation.<br />

Note: Uploading of documents in the briefcase does not mean that the documents are<br />

available to , Rural Water Supply Division Zilla Parishad Akola at the time of <strong>Tender</strong><br />

Opening stage unless the documents are specifically attached to the bid during the online Bid<br />

Preparation and Hash Submission stage as well as during Decryption and Re-encryption stage.<br />

2. Online viewing of Detailed Notice Inviting <strong>Tender</strong>s:<br />

The Contractors can view the Detailed <strong>Tender</strong> Notice along with the Time Schedule<br />

(Key Dates) for all the Live <strong>Tender</strong>s released by Zilla Parishad Akola on the home page of Zilla<br />

Parishad Akola e-<strong>Tender</strong>ing Portal on https://zp.maharashtra.etenders.in under the section Recent<br />

Online <strong>Tender</strong>.<br />

3. Download of <strong>Tender</strong> <strong>Document</strong>s:<br />

The Pre-qualification / Main Bidding <strong>Document</strong>s are available for free downloading.<br />

However to participate in the online tender, the bidder must purchase the bidding documents<br />

online by filling up details of Demand Draft towards the cost of <strong>Tender</strong> Form Fee<br />

4. Online Bid Preparation and Submission of Bid Hash (Seal) of Bids:<br />

Submission of Bids will be preceded by online bid preparation and submission of the digitally<br />

signed Bid Hashes (Seals) within the <strong>Tender</strong> Time Schedule (Key Dates) published in the<br />

Detailed Notice Inviting <strong>Tender</strong>. The Bid Data is to be prepared in the templates provided by<br />

the <strong>Tender</strong>ing Authority of Executive Engineer Zilla Parishad Akola. The templates may be<br />

either form based, extensible tables and / or uploadable documents. In the form based type of<br />

templates and extensible table type of templates, the Contractors are required to enter the data<br />

and encrypt the data using the Digital Certificate.<br />

In the uploadable document type of templates, the Contractors are required to select the<br />

relevant document / compressed file (containing multiple documents) already uploaded in the<br />

briefcase.<br />

Notes:<br />

a. The Contractors upload a single document or a compressed file containing multiple<br />

documents against each unloadable option.<br />

b. The Hashes are the thumbprint of electronic data and are based on one – way<br />

algorithm. The Hashes establish the unique identity of Bid Data.<br />

c. The bid hash values are digitally signed using valid Class – II or Class – III Digital<br />

Signature of Contractor No. of corrections Executive Engineer


Certificate issued any Certifying Authority. The Contractors are required to obtain<br />

Digital Certificate in advance.<br />

d. After the hash value of bid data is generated, the Contractors cannot make any change<br />

/ addition in its bid data. The bidder may modify bids before the deadline for Bid<br />

Preparation and Hash Submission as per Time Schedule mentioned in the <strong>Tender</strong><br />

documents.<br />

e. This stage will be applicable during both, Pre-bid / Pre-qualification and Financial<br />

Bidding Processes.<br />

5. Close for Bidding (Generation of Super Hash Values):<br />

After the expiry of the cut – off time of Bid Preparation and Hash Submission stage to be<br />

completed by the Contractors has lapsed, the <strong>Tender</strong> will be closed by the <strong>Tender</strong> Authority.<br />

The <strong>Tender</strong> Authority from MID shall generate and digitally sign the Super Hash values<br />

(Seals).<br />

6. Decryption and Re-encryption of Bids (submitting the Bids online):<br />

After the time for generation of Super Hash values by the <strong>Tender</strong> Authority from M.J.P.<br />

Contractors have to make the online payment of Rs. 1,038/- towards the fees of the Service<br />

Provider.<br />

After making online payment towards Fees of Service Provider, the Contractors are required<br />

to decrypt their bid data using their Digital Certificate and immediately re-encrypt their bid<br />

data using the Public Key of the <strong>Tender</strong>ing Authority. The Public Key of the <strong>Tender</strong>ing<br />

Authority is attached to the <strong>Tender</strong> during the Close for Bidding stage.<br />

Note: The details of the Processing Fees shall be verified and matched during the Technical<br />

Opening stage.<br />

At this time, the Contractors are also required to upload the files for which they generated the<br />

Hash values during the Bid Preparation and Hash Submission stage.<br />

The Bid Data and <strong>Document</strong>s of only those Contractors who have submitted their Bid Hashes<br />

(Seals) within the stipulated time (as per the <strong>Tender</strong> Time Schedule), will be available for<br />

decryption and re-encryption and to upload the relevant documents from Briefcase. A<br />

Contractor who has not submitted his Bid Preparation and Hash Submission stage within the<br />

stipulated time will not be allowed to decrypt / re-encrypt the Bid data / submit documents<br />

during the stage of Decryption and Re-encryption of Bids (submitting the Bids online).<br />

7. Shortlisting of Contractors for Financial Bidding Process:<br />

Signature of Contractor No. of corrections Executive Engineer


The <strong>Tender</strong>ing Authority will first open the Technical Bid documents of all Contractors and<br />

after scrutinizing these documents will shortlist the Contractors who are eligible for Financial<br />

Bidding Process. The shortlisted Contractors will be intimated by email.<br />

8. Opening of the Financial Bids:<br />

The Contractors may remain present in the Office of the <strong>Tender</strong> Opening Authority at the<br />

time of opening of Financial Bids. However, the results of the Financial Bids of all<br />

Contractors shall be available on the MID e-<strong>Tender</strong>ing Portal immediately after the<br />

completion of opening process.<br />

9. <strong>Tender</strong> Schedule (Key Dates):<br />

The Contractors are strictly advised to follow the Dates and Times allocated to each stage<br />

under the column “Contractor Stage” as indicated in the Time Schedule in the Detailed<br />

<strong>Tender</strong> Notice for the <strong>Tender</strong>. All the online activities are time tracked and the Electronic<br />

<strong>Tender</strong>ing System enforces time-locks that ensure that no activity or transaction can take<br />

place outside the Start and End Dates and Time of the stage as defined in the <strong>Tender</strong><br />

Schedule.<br />

At the sole discretion of the <strong>Tender</strong> Authority, the time schedule of the <strong>Tender</strong> stages may be<br />

extended<br />

A) Works<br />

1.4 ENVELOPE No. 1: (<strong>Document</strong>s)<br />

The first envelope “Envelope No. 1” shall contain the following documents:<br />

1.4.1 Scanned copy of Demand .Draft of Rs.45600/-* issued from any Scheduled Bank and duly<br />

endorsed in the name of Chief Accounts & Finance officer. Finance Depatment Zilla<br />

Parishad Akola, or valid certificate of exemption from payment of earnest money if<br />

applicable (true copy attested by Gazetted Officer to be Submitted as per the tender<br />

Schedule).<br />

1.4.2 Scanned copy of Valid certificate as a Registered Contractor with the<br />

Government of Maharashtra in appropriate class (attested by Gazetted Officer).<br />

1.4.3 Scanned copy of valid VAT registration certificate from Maharashtra State Sale<br />

Tax Department duly attested by Gazetted Officer (Maharashtra Value<br />

Added Tax Act 2005)<br />

1.4.4 Scanned copy of list of Machinery and plants immediately available with the tenderer for use<br />

on this work and list of machinery proposed to be utilized on this work.<br />

1.4.5 Scanned copy of proof of appointment of employees<br />

1.4.6 Scanned copy of details of work done during last three years with the value of work<br />

unfinished<br />

1.4.7 Noterised Joint Venture if applicable<br />

1.4.8 Scanned copy of certified Attested copy of Registered Partnership Deed / Memorandum of Article<br />

of Association, as the case may be if the tenderer is a partnership firm or joint venture company if<br />

applicable. The Certificate shall be attested Gazetted Officer<br />

1.4.9 Power of Attorney on behalf of firm issued in the name of persons authorised to sign<br />

agreements, bill, etc. and collect cheques from department for the work done. Gazetted<br />

Signature of Contractor No. of corrections Executive Engineer


Officer Even though the bidders meet the above qualifying criteria, they are subjected to be<br />

disqualified if they have made misleading or false representation in the forms statement and<br />

attachments submitted as proof of the qualification requirements and / or record of post performance<br />

such as abandoning the works, not properly completing the contract, in ordinate delays in completion<br />

litigation history or financial failures etc.<br />

1.5 ENVELOPE No. 2 TENDER (FINANCIAL BID)<br />

The second envelope “Envelope No. 2” shall contain only the main tender including<br />

the Common Set of Conditions / Deviation issued by the Department after the pretender<br />

Conference. A tender submitted without this would be considered as invalid.<br />

The <strong>Tender</strong>er should quote his offer duly signed in terms of percentage of estimated rates at<br />

the appropriate place of tender documents to be submitted only in Envelope No. 2 He should<br />

not quote his offer any where directly or indirectly in Envelope No. 1. The contractor shall<br />

quote for the work as per details given in the main tender and also based on the detailed set of<br />

conditions issued / Additional stipulations made by the Department as informed to him by a<br />

letter from Chief Engineer / Superintending Engineer after Pre-<strong>Tender</strong> Conference. His tender<br />

shall be unconditional.<br />

1.6 SUBMISSION OF TENDER: -<br />

Refer to Section ‘Guidelines to Bidders on the operations of Electronic <strong>Tender</strong>ing System of Rural<br />

Water Supply Division / Public Works Department’ for details.<br />

1.7 OPENING OF TENDERS:<br />

On the date, specified in the <strong>Tender</strong> Schedule, following procedure will be adopted for<br />

opening of the <strong>Tender</strong>.<br />

(A) ENVELOPE No. 1 :- ( <strong>Document</strong>s )<br />

First of all Envelope No. 1 of the tender will be opened online to verify its contents as per<br />

requirements. If the various documents contained in this envelope do not meet the<br />

requirements of the Department, a note will be recorded accordingly by the tender opening<br />

authority and the said tenderers Envelope No. 2 will not be considered for further action and<br />

the same will be recorded.<br />

The decision of the tender opening authority in this regard will be final and binding on the<br />

contractors.<br />

(B) ENVELOPE No. 2: (Financial Bid)<br />

a)This envelope shall be opened online immediately after opening of Envelope No. 1, only if<br />

contents of Envelope No. 1 are found to be acceptable to the Department. The tendered rates<br />

in Schedule ‘B’ or percentage above/below the estimated rates shall then be read out. in the<br />

presence of bidders who remain present at the time of opening of Envelope No. 2.<br />

1.8 EARNEST MONEY :<br />

(i)Earnest money of minimum Rs 45600/- to be attached with the tender should be in the form of<br />

challan showing deposit of cash in to the treasury / bank or Term deposit receipt for period of one year<br />

issued by the Scheduled Bank duly endorsed in the name of Chief Accounts & Finance officer.<br />

Finance Depatment Zilla Parishad Akola,<br />

(ii)Attested copy of earnest money exemption certificate will be accepted in lieu Earnest<br />

Money Deposit from the Registered Contractors of Maharashtra State only.<br />

Earnest Money in the form of cheques or any other form except above will not be accepted.<br />

(iii)The amount will be refunded to the unsuccessful tenderers on deciding about the<br />

acceptance or otherwise of the tender. In case of successful tenderer, it will be refunded on<br />

his paying initial Security Deposit and completing the tender documents in form B-1.<br />

(iv) In case of Joint Venture Earnest money Exemption certificate in individual Capacity will<br />

not be accepted. Earnest money, Security Deposit, additional security deposit etc. in the<br />

form of T.D.R/F.D.R issued in the name of Joint Venture Company drawn by scheduled<br />

Signature of Contractor No. of corrections Executive Engineer


ank having branches in Maharashtra and endorsed, in the name of Chief Accounts &<br />

Finance Oficer,Zilla Parishad, Akola for the period of one year will be considered<br />

1.9 A SECURITY DEPOSIT:<br />

The successful tenderer whose tender is accepted will have to pay Rs.182200/-*towards the<br />

Security Deposit Rs.91100/-* is to be deposited in cash or bank guarantee of scheduled<br />

bank, F.D.R. of the scheduled bank / National Saving Certificate duly pledged in the name of<br />

the Executive Engineer Rural Water Supply Division Zilla Parishad,Akola, towards the<br />

initial Security Deposit, valid within the time limit prescribed in clause 1 of B-1 Form,<br />

agreement till completion of defect liabilities period failing which his earnest money will be<br />

forfeited to Government.(iii) In addition to the above, an amount of Rs. 91100/-* will be<br />

deducted from the running bills at 2 % of value of the gross bill towards balance security<br />

deposit. This is a compulsory deduction.<br />

1.9. B. Condition for payment of additional security deposit, if offer quoted by the tenderer is<br />

lesser than 15% below the cost put to tender.<br />

The contractor shall deposit an additional security deposit along with the security deposit as<br />

per clause 1.9 within 10 days of acceptance of tender in the form of Bank guarantee, when the<br />

below percentage quoted is more than 15% of cost put to tender.<br />

The amount of security deposit shall be worked out as per following formula.<br />

Additional Security Deposit = Rs. [% rate quoted by the contractor -15] x 50/100 x<br />

100<br />

Cost put tender (i.e. Rs. 4553588/-)<br />

If the contractor does not deposit this additional security deposit (if applicable) within<br />

stipulated time then his earnest money deposit will be forfeited and his tender will not be<br />

considered for acceptance.<br />

This additional security deposit shall be extendable up to expiry of valid extensions if<br />

any and it shall be refunded along with the final bill, after satisfactory completion of<br />

work.<br />

1.10 ISSUE OF FORMS:<br />

Information regarding contract as well as blank tender forms can be downloaded from the<br />

e<strong>Tender</strong>ing website upon providing the details of the payment of cost as detailed in the N.I.T.<br />

1.11 TIME LIMIT:<br />

The work is to be completed within time limit as specified in the N.I.T. which shall be<br />

reckoned from the date of written order for commencing the work and shall be inclusive<br />

of monsoon period.<br />

1.12 TENDER RATE:<br />

No alteration in the form of tender and the schedule of tender and no additions in the scope of<br />

special stipulations will be permitted. Rates quoted for the tender shall be taken as applicable<br />

for all leads and lifts.<br />

1.13 TENDER UNITS:<br />

The tenderers should particularly note the units mentioned in the Schedule “B” on which the<br />

rates are based. No change in the units shall be allowed. In the case of difference between the<br />

rates written in figures and in words, the correct rate will be the one, which is lower of the<br />

two.<br />

1.14 CORRECTION:<br />

No corrections shall be made in the tender documents. Any corrections that are to be made<br />

shall be made by crossing the incorrect portion and writing the correct portions above with the<br />

initials of tenderer.<br />

1.15 TENDER’S ACCEPTANCE :<br />

Acceptance of tender will rest with Jal Vyavstapan Samitee , Z.P.Akola who reserves the<br />

right to reject any or all tenders without assigning any reason therefor. The tenderer<br />

whose tender is accepted will have to enter in to a regular B-1 agreement within 10 days<br />

of being notified to do so. In case of failure on the part of <strong>Tender</strong>er to sign the<br />

agreement within the stipulated time, the earnest money paid by him shall stand<br />

Signature of Contractor No. of corrections Executive Engineer


forfeited to the Government and the offer of the tenderer shall be considered as<br />

withdrawn by him.<br />

1.16 CONDITIONAL TENDER :<br />

The tenders who do not fulfil the condition of the notification and the general rules and<br />

directions for the guidance of contractor in the agreement form or are incomplete in any<br />

respect are likely to be rejected without assigning any reason therefore.<br />

1.17(a) The <strong>Tender</strong>ers shall be presumed to have carefully examined the drawings, conditions and<br />

specifications of the work and have fully acquainted themselves with all details of the site, the<br />

conditions of rock and its joints, pattern, river, weather characteristics, labour conditions and<br />

in general with all the necessary information and data pertaining to the work, prior to<br />

tendering for the work.<br />

1.17(b) The data whatsoever supplied by the Department along with the tender documents are meant<br />

to serve only as guide for the tenderers while tendering and the Department accepts no<br />

responsibility whatsoever either for the accuracy of data or for their comprehensiveness.<br />

1.17(c) The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are as per<br />

survey conducted by the Department. The Contractor should however examine these quarries<br />

and see whether full quantity of materials required for execution of the work strictly as per<br />

specification are available in these source before quoting the rates. In case the materials are<br />

not available due to reasons whatsoever, the contractor will have to bring the materials from<br />

any other source with no extra cost to Government. The rates quoted, should therefore be for<br />

all leads and lifts from wherever the materials are brought at site of work and inclusive of<br />

royalty to be paid to the Revenue Department by the Contractor.<br />

POWER OF ATTORNEY:<br />

If the tenderers are a firm or company, they should in their forwarding letter mention<br />

the names of all the partners together with the name of the person who holds the power<br />

of Attorney, authorizing him to conduct all transactions on behalf of the body, along with<br />

the tender.<br />

1.19 The tenderer may, in the forwarding letter, mention any points are may wish to make clear but<br />

the right is reserved to reject the same or the whole of the tender if the same becomes<br />

conditional tender thereby.<br />

1.20 The contractor or the firms tendering for the work shall inform the Department if they appoint<br />

their authorized Agent on the work.<br />

1.21 No foreign exchange will be released by the Department for the purchase of plants and<br />

machinery for the work by the Contractor.<br />

1.22 Any dues arising out of contract will be recovered from the contractor as arrears of Land<br />

Revenue, if not paid amicably. Moreover, recovery of Government dues from the Contractors<br />

will be affected from the payment due to the Contractor from any other Government works<br />

under execution with them.<br />

1.23 All pages of tender documents, conditions, specifications, correction slips etc. shall be<br />

initialled by the tenderer. The tender should bear full signature of the tenderer, or his<br />

authorized power of Attorney holder in case of a firm.<br />

1.24 The Income Tax at 2.30 % including surcharge or percentage in force from time to time or at<br />

the rate as intimated by the competent Income Tax authority shall be deducted from bill<br />

amount whether measured bill, advance payment or secured advance.<br />

1.25 The successful tenderer will be required to produce, to the satisfaction of the specified<br />

concerned authority a valid concurrent license issued in his favour under the provisions of the<br />

Contract Labour (Regulation and Abolition) Act 1970 for starting the work. On failure to do<br />

so, the acceptance of the tender shall be liable to be withdrawn and also liable for forfeiture of<br />

the earnest money.<br />

1.26 The tenderer shall submit the list of apprentices engaged by the Contractor under Apprentice<br />

Act.<br />

1.27 Cess @ 1% (One percent) shall be deducted at source from every bill of the<br />

Contractor by the Executive Engineer Under “ Building and Other Construction for<br />

workers Welfare Cess Act 1996<br />

1.28 VALIDITY PERIOD :<br />

Signature of Contractor No. of corrections Executive Engineer


The offer shall remain open for acceptance for minimum period of 120 days from the Date of<br />

opening of Envelope No. 2 (Financial Bid) and thereafter until it is withdrawn by the<br />

contractor by notice in writing duly addressed to the authority opening the tender and sent by<br />

Registered Post Acknowledgment due.<br />

<br />

<br />

(Affidavit)<br />

<br />

<br />

<br />

! "#$% & * <br />

'(&)*Envelope No.1+,%-&<br />

. / / &) *+ -0"#. 0 & 12 &) *<br />

%-+ 0 1$ . "# & &3456 1 <br />

-& )<br />

<br />

<br />

<br />

-"# <br />

Signature of Contractor No. of corrections Executive Engineer


FOR OFFICIAL USE<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

PANI PURAWTHA YOJNA ( With Public Contribution ) AT.<br />

PATKHED TAL-BARSHITAKLIDIST. AKOLA<br />

TENDER DOCUMENT<br />

Rural Water Supply Division ZILLA PARISHAD, AKOLA.<br />

Signature of Contractor No. of corrections Executive Engineer


GOVERNMENT OF MAHARASHTRA<br />

RURAL WATER SUPPLY DIVISION ZILLA PARISHAD, AKOLA<br />

Name of Circle : MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE<br />

AKOLA<br />

Name of Division :<br />

Name of Work<br />

Estimated cost put to<br />

<strong>Tender</strong> :<br />

:<br />

RURAL WATER SUPPLY DIVISION<br />

ZILLA PARISHAD, AKOLA<br />

PANI PURAWTHA YOJNA ( With Public<br />

Contribution ) AT. PATKHED TAL-<br />

BARSHITAKLIDIST. AKOLA<br />

Rs. 4553588/-*<br />

<strong>Tender</strong> Amount : Rs.1000/-<br />

Security Deposit : Rs.91100/-<br />

Name of the contractor<br />

and address<br />

:<br />

Percentage above/below :<br />

Date of work order :<br />

Stipulated time of<br />

completion<br />

<strong>Tender</strong> accepted under<br />

No.<br />

: 12 months Excluding Mansoon Period .<br />

: Date<br />

Signature of Contractor No. of corrections Executive Engineer


INDEX<br />

NAME OF WORK :- PANI PURAWTHA YOJNA ( With Public Contribution )<br />

AT. PATKHED TAL-BARSHITAKLIDIST. AKOLA<br />

Sr.No.<br />

Contents<br />

Page Number<br />

From To<br />

1 <strong>Tender</strong> Schedule, Revised <strong>Tender</strong> Schedule 1 2<br />

2 Invitation of <strong>Tender</strong> a) Press Notice b) Detailed <strong>Tender</strong> Notice 3 21<br />

3 B1 <strong>Tender</strong> Form 22 26<br />

4 APPENDIX “A” Form of one year Term Deposit Receipt 27 27<br />

5 APPENDIX “B” Bank Guarantee 28 30<br />

6 Conditions of Contract 31 56<br />

7 Schedule "A" 57 57<br />

8 Schedule "B" 58 61<br />

9 Construction Programme 62 62<br />

10 Special Conditions of Contract 63 87<br />

11 General Specification Index 88 88<br />

12 General Specification 89 165<br />

Signature of Contractor No. of corrections Executive Engineer


1<br />

<br />

<br />

<br />

!"<br />

<br />

<br />

! "# " $ %& ''( "'( )*+<br />

,''(,'(,")*<br />

Main Portal : http://maharashtra.etenders.in<br />

Portal : http://wsd.maharashtra.etenders.in #$ %&'( )* %&+ #$ *<br />

,* -* !&./01&.$)$123%&'()*<br />

<br />

)**<br />

/<br />

4/<br />

<br />

!" !" #$%&&'&(()*+<br />

<br />

<br />

<br />

<br />

/$/0)53<br />

<br />

<br />

<br />

Signature of Contractor No. of corrections Executive Engineer


2<br />

<br />

B-l FORM (Percentage Rates)<br />

TENDER PAPERS FOR<br />

NAME OF WORK:- PANI PURAWTHA YOJNA ( With Public Contribution<br />

) AT. PATKHED TAL-BARSHITAKLIDIST. AKOLA<br />

1) NAME OF CONTRACTOR Shri / M/s. : _____________________________<br />

__________________________________________<br />

2) LAST DATE SUBMISSION OF TENDER : upto 03/09/2013 To 06/09/2013 17.00 hrs.<br />

3) DATE OF OPENING OF TENDER : 06/09/2013 To 08/09/2013 (If possible)<br />

4) COST OF TENDER FORM : Rs. 1000/-<br />

5) NAME OF TENDER ACCEPTING : Rural Water Supply Division<br />

AUTHORITY<br />

Zilla Parishad Akola<br />

<br />

6) AMOUNT OF CONTRACT : Rs. ___________________ i.e. _____________<br />

_______________________ % below / above.<br />

7) DATE OF WORK ORDER : / / 2013<br />

Vide T.O. No. _______________ / AB / TC.<br />

8) DATE OF COMPLETION : Date : __________________________________<br />

i.e. upto. ________________________________<br />

________________________________________<br />

________________________________________<br />

9) EXTENSION OF TIME LIMIT, : ________________________________________<br />

IF ANY<br />

________________________________________<br />

________________________________________<br />

Signature of Contractor No. of corrections Executive Engineer


3<br />

<br />

<br />

NAME OF WORK:- PANI PURAWTHA YOJNA ( With Public Contribution<br />

) AT. PATKHED TAL-BARSHITAKLIDIST. AKOLA<br />

Estimated cost put to tender . : 4996111/-<br />

Earnest Money :- In Shape of Term Deposit Rs. : 45600/-*<br />

(Term Deposit Scanned Receipt for a period of one year issued by any Schedule Bank<br />

should be attached to the tender at the time of submission.)<br />

Security Deposit: 2%: Rs. 91100/-*<br />

Balance from R.A. Bills: 2% Rs. 91100/-*<br />

<strong>Tender</strong> Period: Forty Eight ( 18) Calendar months from the date of written order to start the<br />

Work.<br />

CONTENTS OF FORM From To<br />

Form B-l Sheet __________________ ________________<br />

Schedule ‘A’ Sheet __________________ ________________<br />

Schedule ‘B’ Sheet __________________ ________________<br />

Appendices Sheet __________________ ________________<br />

General Conditions of Contract Sheet __________________ ________________<br />

Special Conditions of Contract Sheet __________________ ________________<br />

General Specifications Sheet __________________ ________________<br />

Drawings Nos. ___________________ ________________<br />

Above To be filled in by the contractor<br />

I/We have quoted my /our rates in words as well as in figures. I/We further undertake<br />

to enter into Contract in regular ‘B-1’ Form with<br />

Signature of Contractor No. of corrections Executive Engineer


4<br />

<br />

Sealed Percentage rate tenders in B-1 form are invited from the contractors registered<br />

with M.J.P. Government of Maharashtra Class V and Above only in the form of e-<strong>Tender</strong> for<br />

the work as detailed below.<br />

a. Name of work : PANI PURAWTHA YOJNA ( With Public<br />

Contribution ) AT. PATKHED TAL-BARSHITAKLIDIST. AKOLA<br />

b. Estimated cost : Rs. 4996111/-<br />

c. Earnest Money : Rs. 45600/-*<br />

d. Security Deposit : Rs. 182200/-*<br />

e. Time Limit : Eighteen (12) Calendar months Excluding monsoon period.<br />

f. Date and issue of Blank tender forms : 23.08.2013 to 31.08.2013 ( 17.01 to 17.00 Hrs)<br />

g. Date and place of Pre-Bid Conference : -<br />

h. Last date and time of receipt of tenders : Up to 17.00 Hrs. on 31/08/2013<br />

1 The blank forms of Bid Capacity documents are available on the e-<strong>Tender</strong>ing website of<br />

Govt. of Maharashtra “http:// zp.maharashtra.etenders.in.” The aspiring Bidders will have to<br />

download Pre-qualification form, from the website mentioned above.<br />

Before purchasing of bidders shall deposit process fees Rs.1000/- (Rupees One<br />

Thousand only) in the Cash.<br />

Bidders shall upload the scanned copy of Bank DD along with documents. The<br />

Application should be uploaded with the photocopies of documents attested by Gazzetted Officer<br />

such as Works Deptt.zp akola Registration Certificate Registration Certificate, VAT Registration<br />

Certificate, PAN Card, PTR and PTE Registration Certificate, EPF Registration Certificate,<br />

before 23.08..2013 upto 17.00 hours. The bidder has to fill in online format and upload<br />

information regarding qualification online.<br />

2 Blank <strong>Tender</strong> forms can be downloaded by Qualified bidders only from the<br />

department’s portal http://zp.maharashtra.etenders.in & payment of Rs. 1000/-(Rs.one.Thousand<br />

only) ) in the form of Demand Draft in the name of Chief Accounts & Finance Oficer,Zilla<br />

Parishad, Akola. and the scanned copy of DD of such amount should be uploaded, failing which<br />

the envelope No. 2 of the bidder will not be opened.<br />

Payment by Cash or Cheque as well as application by Post, Courier or RPAD will not be<br />

accepted.<br />

3 Each tender shall be accompanied by earnest money in the form of term deposit<br />

receipt for the period of one year issued by a Scheduled / Nationalised Bank in the<br />

prescribed form drawn in favour of Chief Accounts & Finance Oficer,Zilla Parishad, Akola.<br />

The contractor should submit the scanned copy of term deposit receipt along with the <strong>Tender</strong><br />

document at the time of online submission of the <strong>Tender</strong> <strong>Document</strong>. The original term<br />

deposit receipt should be submitted in the office of Etender Section, Zilla Parishad Akola<br />

before the last date of online submission of the <strong>Tender</strong> <strong>Document</strong>. Neither cheque nor cash<br />

nor bank guarantee will be accepted towards payment of earnest money.<br />

4 <strong>Tender</strong>s should be submitted online up to 17.00 hrs on 03/09/13 and will be opened<br />

Zilla Parishad, Akola on the same day, if possible. The offer will remain valid for a period of<br />

120 days from the date of opening of the tender and there after until it is withdrawn in writing<br />

by the tenderer.<br />

5. Right is reserved to reject any item of the tender or a tender or all the tenders without<br />

assigning any reason there for decision for acceptance or rejection will rest with the<br />

competent authority.<br />

6. The site of work is village DABKI TAL- Akola , District – Akola.<br />

7. The tenderers are requested to read carefully all the tender instructions mentioned in<br />

while submitting their tenders online in two envelope system. They should also be very<br />

Signature of Contractor No. of corrections Executive Engineer


5<br />

careful regarding the documents to be submitted in the envelopes. Non observance of these<br />

things may result in rejecting the tender.<br />

Signature of Contractor No. of corrections Executive Engineer


6<br />

DETAILED TENDER NOTICE<br />

1.0 Sealed Percentage rate tenders in B-1 form are invited from the contractors registered<br />

with Works Deptt.Zilla Parishad of Government of Maharashtra Class V and Above.<br />

only in the form of e-<strong>Tender</strong> for the work of PANI PURAWTHA YOJNA (<br />

With Public Contribution ) AT. PATKHED TAL-BARSHITAKLIDIST.<br />

AKOLA<br />

1.Estimated Cost (Approximately)<br />

Rs. 4996111/- Lakhs<br />

2. Earnest Money Rs. 45600/-*<br />

3. Security Deposit Rs. 91100/-*<br />

4. Time Limit 12 Month<br />

(Excluding monsoon)<br />

5. Date of online issue of 23/08/13 to<br />

<strong>Document</strong>s.<br />

31/0813 (17.00 hrs.)<br />

6. Date of online receipt of upto 31/08/13 (up to 17.00 hrs.)<br />

<strong>Document</strong>s.<br />

7. Date of online issue of Blank 23.08.2013(10.01 hrs) to<br />

<strong>Tender</strong> forms.<br />

31.08.2013(17.00 hrs.)<br />

8. Last date of online receipt of 31/08/13 (17.00hrs)<br />

<strong>Tender</strong> forms<br />

1.2 The blank tender forms can be downloaded by the qualified contractor only from the<br />

website of Govt. of Maharashtra shttp://maharashtra.etenders.in “<strong>Tender</strong> Purchase”.<br />

While submitting the duly filled <strong>Tender</strong> <strong>Document</strong>s the Bidder is required to Deposit<br />

<strong>Tender</strong> Fee amount Rs.1000/- (Rs. one.Thousand only) only in the form of Demand<br />

Draft in the name of Chief Accounts & Finance Oficer,Zilla Parishad, Akola and the<br />

scanned copy DD of such amount should be uploaded, failing which the envelope No. 2 of<br />

the bidder will not be opened.<br />

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

Signature of Contractor No. of corrections Executive Engineer


7<br />

1.4 Each tender shall be accompanied by scanned copy of earnest money in the form of a<br />

receipt of DD. Either cheque nor cash nor bank guarantee will be NOT accepted<br />

towards payment of earnest money. The original DD issued by a<br />

Nationalised/scheduled Bank should be submitted in the office of Etender<br />

section,,Zilla Parishad, Akola before the last date of online submission of the <strong>Tender</strong><br />

<strong>Document</strong>.<br />

1.5 <strong>Tender</strong>s should be submitted online from 03/09/2013(17.01 hrs) to 06/09/13 (17.00<br />

hrs) and will be opened by the Authorised Commitee on the same day if possible. The<br />

offer will remain valid for a period of 120 days, from the date of opening of tender and<br />

there after until it is withdrawn in writing by the tenderer.<br />

1.6 The right is reserved to reject any item of the tender, or a tender, or all the tenders,<br />

without assigning any reason therefore. Decision for acceptance or rejection rests with<br />

the Chief Engineer, M.I. (L.S.) Pune. & Authourised Committee of etender opened.<br />

1.7 The latest Income Tax documents (PAN Card and Balance Sheet from Chartered<br />

Accountant and Filed IT Returns, Details of Receipt & Payments) and valid<br />

contractor’s Registration Certificate,Valid VAT Registration Certificate in form<br />

II(Rule-4 (i) under Rule 1984) along with clearance Certificate, Registration and<br />

Clearance Certificate as per the provision in labour /employees provident fund, labour<br />

licence. Scanned copies of all Originals will have to be submitted with qualification /<br />

blank tender form; otherwise qualification/tender forms will be rejected. The<br />

contractor’s who successfully qualify in qualification evaluation can participate in the<br />

further process of tendering.<br />

1.8 ------<br />

1.9 PANI PURAWTHA YOJNA ( With Public Contribution ) AT. PATKHED<br />

TAL-BARSHITAKLIDIST. AKOLA<br />

1.10 Conditional <strong>Tender</strong>s will not be accepted.<br />

1.11 A) Prior to the issue of Blank tender form for the work, the general experience,<br />

machinery details, Bid capacity of the interested contractor will be evaluated and<br />

determined on the basis of the necessary and requisite information submitted by them<br />

in the prescribed document. Only those contractors who successfully qualify in<br />

evaluation will be eligible to tender for the work and blank tender form will be issued<br />

to them only.<br />

The blank forms of Bid Capacity documents are available on the e-<strong>Tender</strong>ing<br />

website of Govt. of Maharashtra “https://maharashtra.etenders.in.” The aspiring Bidders<br />

will have to download form, from the website mentioned above. Before purchasing the<br />

duly filled documents bidders shall deposit process fees Rs.1000/- (Rupees one.Thousand<br />

only) in the form of Demand Draft in the name of Chief Accounts & Finance Oficer,Zilla<br />

Parishad, Akola .<br />

Payment by Cash or Cheque as well as application by Post, Courier or RPAD will<br />

not be accepted.<br />

C) 50% of the each type of machinery required for the work as listed in para 3.37 of<br />

prequalification shall be owned by the contractor in his name and documentary<br />

evidence in the form of scanned copy of original document should be produced for the<br />

same and for the rest 50% of machinery the details of sources of availability from<br />

where the machinery planned to be procured shall be given along with<br />

M.O.U. with the Party Supplying such machinery along with Supply guarantee on<br />

Rs.100/- Bond paper.<br />

Signature of Contractor No. of corrections Executive Engineer


8<br />

2. INSTRUCTIONS AND NOTES FOR THE GUIDNCE OF TENDERERS<br />

2.1 The tenderer shall be presumed to have carefully examined all documents, forms<br />

statement, special conditions schedules, drawings, general conditions and specifications<br />

of contract and to have fully acquainted themselves with all the details of site labour<br />

conditions and in general with all necessary information and date etc. pertaining to and<br />

needed for the work till completion of the work.<br />

2.2 The tenders should see in particular the quarry sites and satisfy themselves about the<br />

quality and quantities of the materials available as the rates quoted will be inclusive of<br />

all leads and lifts involved in bringing the materials from the quarry areas. All necessary<br />

testing of materials shall be carried out by the Contractor at his own cost to confirm their<br />

suitability before the materials will be permitted to be used. No claim in respect of<br />

additional leads and lifts and private quarry charges of any kind will be entertained. Any<br />

lead shown on any map or at any page of this document should not be taken into<br />

consideration and no claim on account of this will be entertained.<br />

3 ROYALTIES :<br />

3.1 All quarry fees, royalties, octroi dues and ground rent for stacking materials, if any,<br />

shall be paid by the contractor. All fees, etc. including royalties, are included in the<br />

rates submitted in the <strong>Tender</strong>.<br />

3.2 The amount of royalty included in the items of schedule 'B', the amount of royalty is to<br />

be paid by the contractor in advance before any material handling. If, contractor fails to<br />

pay, the amount of royalty shall be deducted from RA Bill as per the prevailing rates and<br />

will be released only after producing the documentary evidence of payment of royalty<br />

charges paid to concerned Revenue Authority. If contractor fails to produce the<br />

documentary evidence of payment of royalty charges, the amount of royalty deducted<br />

from RA Bill shall be directly paid to the concerned Revenue Authority. If any penalties<br />

are imposed by the Revenue Authority the same shall be borne by the contractor.<br />

4. PREFERENCE :<br />

Preference will be given to those contractors who have previous experience of such type<br />

of large works and who have necessary machinery with them who qualify through the<br />

Qualification evaluation.<br />

5. TIME LIMIT :<br />

The work is to be completed within Forty Twelve (12) calendar months including<br />

monsoon from date of written Work Order to commence the work.<br />

6. CONDITIONAL TENDERS :<br />

i) Conditional tenders will not be considered for acceptance<br />

ii) The tenderers are requested to read carefully all the instructions mentioned in para<br />

(8B) while submitting their tenders in e-tendering system in two envelope system .<br />

They should also be very careful regarding the documents to be submitted. Non<br />

observance of these things may result in rejection of the tender.<br />

<strong>Tender</strong>s which do not fulfill any of the conditions of notification and general rules<br />

and directions for the guidance of the contractors on page 1 of agreements form<br />

(printed B-1 form) or are incomplete in any respect are liable to be rejected<br />

without assigning any reason thereof.<br />

7. TENDER QUOTING<br />

a) The tenderer should quote percentage below or above both in words and figures.<br />

While online submission of the <strong>Tender</strong>, no alteration in the form of the tender and in<br />

the schedule of quantities and no addition in the form of special stipulation will be<br />

permitted. No change in the units shall be allowed. The rates quoted in <strong>Tender</strong> shall<br />

be taken as applying to all conditions of weather and the rates quoted will be inclusive<br />

of all taxes if any.<br />

Signature of Contractor No. of corrections Executive Engineer


9<br />

b) <strong>Tender</strong>ed percentage below or above shall be written at the appropriate place in<br />

English both in words and figures. In case the percentage expressed in words differs<br />

from that expressed in figures, the lowest of the two will be taken as correct.<br />

c) Neither erasures nor over- writings shall be made in the price schedule and in general in<br />

the tendered documents. Every correction shall be made by crossing the pen across<br />

the incorrect or unrequired portion and writing the correct or required portion above.<br />

All corrections shall bear the dated initials of the tenderer.<br />

d) All pages of the tender documents, conditions, specifications and drawings, etc. shall<br />

be signed by the tenderer with his digital signature.<br />

e) The tender shall contain the name, residence and place of business of person/ persons<br />

submitting the tender.<br />

f) <strong>Tender</strong> by partnership firm shall furnish the full name(s) of all authorized<br />

representative on behalf of each partner followed by the name and designation of the<br />

person signing. An attested copy of the partnership deed shall be furnished along with<br />

the tender. <strong>Tender</strong> by companies shall be signed with the legal name of the company<br />

and signed by the person authorized to sign it in the matter.<br />

h) Whenever, whether in the submission of tender or later in other matters the signatures<br />

are made by one person on behalf of a company or partnership, the tenderer shall<br />

supply an attested copy of the power of attorney.<br />

i) Witnesses and sureties shall be the persons of status and probity and their names,<br />

occupations and address shall be stated below their signatures. All signatures shall be<br />

dated.<br />

8. TENDERING PROCEDURE :<br />

A) BLANK TENDER FORMS :<br />

Blank <strong>Tender</strong> forms can be downloaded from the website as stipulated in the <strong>Tender</strong><br />

notice./ corrigendum.<br />

B) PRE-TENDER CONFERENCE :--------<br />

a) TECHNICAL ENVELOPE (T1) :<br />

The first envelope, named as “Envelope T1”, shall contain scanned copies of original<br />

documents of the following .<br />

1. DD of any Scheduled/Nationalised Bank for the amount of earnest money or certificate<br />

of exemption for payment of earnst money, if applicable, duly attested by gazzetted<br />

officer.<br />

2. Certificates of Registration of the Contractor with WD may be applicable.<br />

3. VAT registration certificate in respect of sale by transfer of property in goods involved<br />

in the executions of a work contract under the provision of rule 58 of Maharashtra added<br />

tax Act 2005 should be submitted in original or certified copy.<br />

4. Certificate of registration under clause (5) Sub-clause (1) of Maharashtra State Professional<br />

tax rules 1975 should be submitted in original or certified copy.<br />

5 Income tax Certificate : Attached copy of acknowledgement of Income Tax latest return<br />

or audit balance sheet with profit and loss account certified by C.A. valid upto date of<br />

submission of tender or N.O.C. from Income Tax Department<br />

6. Government of Maharashtra Irrigation Department Circular No. Misc. 1098/212/98<br />

Mantralaya Mumbai Dt. 19 .1.1999. “The Contractor’s firm is required to get themselves<br />

registered under provision labour general provident fund act “and accordingly it is<br />

required to produce necessary certificate duly attested towards the deposit in the labour<br />

G .P. F. Account from the competent authority.<br />

Signature of Contractor No. of corrections Executive Engineer


10<br />

7. Deed of Partnership or Articles of Association and Memorandum of Association for<br />

Limited Company.<br />

8. ---------<br />

9. The pages of all the <strong>Tender</strong> <strong>Document</strong>s must be digitally signed by the Bidder<br />

and the marking of digital signature must be seen on each page. Otherwise<br />

the tender will not be considered for further activities.<br />

b) COMMERCIAL ENVELOPE (C1) – TENDER<br />

The second envelope named as “Envelope C1” shall contain only the main <strong>Tender</strong><br />

including the common set of conditions / stipulations issued by the Department after the<br />

pre-<strong>Tender</strong> conference. A <strong>Tender</strong> submitted online without this will be considered as<br />

invalid.<br />

The <strong>Tender</strong>er should quote his offer on Schedule “B” of the <strong>Tender</strong> as a percentage of<br />

estimated rates at the appropriate place in the <strong>Tender</strong> documents and enclose in Envelope C1.<br />

The <strong>Tender</strong>er should not quote his offer anywhere directly or indirectly in Envelope T1. The<br />

contractor shall quote for the work as per details given in this main tender and also based on<br />

the detailed set of conditions issued /additional stipulation made by the department. This<br />

<strong>Tender</strong> shall be unconditional.<br />

c) SUBMISSION OF TENDER :<br />

The two Envelopes T l and C1, shall be submitted online by uploading:<br />

.<br />

The date and time for receipt of envelope containing <strong>Tender</strong> shall strictly apply in all<br />

cases. The <strong>Tender</strong>er should ensure that their <strong>Tender</strong> is properly uploaded & submitted<br />

before the stipulated expiry date and time. No delay on account of any cause will be<br />

entertained for the late receipt of the <strong>Tender</strong>. A <strong>Tender</strong> offered or received after the<br />

date and time is over, will either not be accepted or if inadvertently accepted, will not<br />

be opened.<br />

d) OPENING OF TENDERS :<br />

On the date specified in the tender notice following procedure will be adopted for<br />

opening of the tender.<br />

TECHNICAL ENVELOPE (T1) :<br />

Envelope Tl of all the <strong>Tender</strong>ers will be opened first to verify that its contents are as<br />

per requirements. If the various documents contained in this envelope do not meet the<br />

requirements of the Department, a note will be recorded accordingly by the <strong>Tender</strong> opening<br />

authority and the said <strong>Tender</strong>’s Envelope C1 will not be considered for further action and the<br />

same will be recorded.<br />

COMMERCIALENVELOPE (C1) :<br />

This envelope shall be opened immediately after opening of Envelope T1, only if the<br />

contents of Envelope Tl are found to be acceptable to the Department. The percentage above<br />

or below the estimated rates shall then be read out.<br />

10. The tenders will be opened on 05.06.2013 (at 17.01 hours) to 07.06.2013 (at 18.00 hrs.)<br />

if possible in presence of the tenderers or their authorized agents, who may choose to be<br />

present.<br />

Signature of Contractor No. of corrections Executive Engineer


11<br />

11. THE TENDER WILL BE LIABLE TO BE REJECTED OUTRIGHT IF WHILE<br />

SUBMITTING :<br />

1) The tenderer proposes any alterations in the work specified in the tender or in the<br />

time allowed for carrying out the work or any other condition.<br />

2) Any of the pages of the tender are removed or replaced<br />

3) The percentage above or below are not clearly mentioned both in figures and words<br />

in the tender documents.<br />

4) The <strong>Tender</strong>er, or in the case of a partnership firm, each partner thereof, does not sign<br />

or the signature/s is / are not attested by a witness on B-1 <strong>Tender</strong> Form of the tender<br />

in the space provided for the purpose (or provisions of paragraph 14.( d) are not<br />

complied with). In case of tender by companies, it should be signed by the legal name<br />

of the company and signed by the person authorized to sign to tender documents in<br />

the matter.<br />

5) Any erasures are made in the tender.<br />

6) All corrections and additions or pasted slips are not signed by the tenderer.<br />

12. EARNEST MONEY / SECURITY DEPOSIT :<br />

i) a) A sum of Rs.45600/-* on account of earnest money should be in form of DD<br />

issued by a Scheduled / Nationalised Bank, in favour of Chief Accounts &<br />

Finance Oficer,Zilla Parishad, Akola the contractor should draw demand draft<br />

of the same amount from scheduled / Nationalised bank and submit scanned<br />

copy of demand draft along with <strong>Tender</strong> document at the time of online<br />

submission of the <strong>Tender</strong>. The original D D should be submitted with<br />

documents to the Etender Section, Zilla Parishad, Akola before the last date<br />

of submission of <strong>Tender</strong>.<br />

b) Earnest Money in the form of cash or cheque will not be accepted.<br />

ii) ----<br />

iii<br />

In lieu of cash deposit mentioned above in Para (ii) Government Security, gold<br />

bonds, guarantee bonds from a Scheduled Bank in the form acceptable to<br />

Government, National Savings certificates, National Defense Saving<br />

Certificates, for the value for which they can be encashed at the time of<br />

presentation as security deposit, Port Trust bonds, Municipal debentures, scripts<br />

of rural debentures issued by the Mumbai State Co-operative Land Mortgage<br />

Bank Limited, standing in the name of the <strong>Tender</strong>er shall be accepted, if<br />

pledged as a Security Deposit in the name of Executive Engineer Rural<br />

Water Supply Division Zilla Parishad, Akola. Guarantee bonds of scheduled<br />

bank in the form acceptable to government shall be accepted, for a period equal<br />

to the time limit plus the period of defects liability (Clause 20 of B-1 tender<br />

form). The balance, amounts of security deposit of Rs. 91100/-* shall be<br />

recovered by 2% deduction from running account bills.<br />

12.1 ADDITIONAL SECURITY DEPOSIT :<br />

If the tenderer quotes rate less than 15% below or greater than 15% above, then the<br />

contractors has to furnish the additional security deposit before communication of acceptance<br />

of tender at the percentage by which the contractor has quoted less than 15% or more than<br />

15%. For example, if the contractors quoted rate is 25% below, the contractors has to furnish<br />

an additional security deposit procedure mentioned above (25-15)/100 x 15 = 2.75% of the<br />

estimated cost in the form of same guarantee which will be released at the time of payment of<br />

final bill. In either case, if the additional security deposit is not furnished as per requirement<br />

the Earnest Money will be forfeited (As per Govt. Circular (Marathi) Misc. 1097<br />

(105/97)/M.P. Dated : 22/5/1998). If there is an addition of work due to Extra Item, deviation<br />

Signature of Contractor No. of corrections Executive Engineer


12<br />

in tendered quantities beyond 125%, additional security deposit on extra cost beyond tender<br />

cost shall be recovered at the rate of 4% through the Running Account Bill.<br />

13. ACCEPTANCE OF THE TENDER :-<br />

Acceptance of the tender will rest with the Supdtt. Engineer, MJP Circle Akola /<br />

Executive Engr R.W.S. Dn. Z. P.Akola who reserves the right to reject any item of the<br />

tender, or a <strong>Tender</strong> or all <strong>Tender</strong>s without assigning any reasons thereof. The person /persons<br />

whose <strong>Tender</strong> may be accepted shall have to pay the cash security deposit and enter into<br />

regular B-l agreement within ten days of being notified to do so (which period may be<br />

extended by the Superintending Engineer MJP Circle Akola up to 15 days if he thinks it<br />

fit to do so), and shall abide by all rules & regulations embodied therein. In the event of the<br />

failure of the <strong>Tender</strong>er to sign the agreement within the stipulated time, the earnest money<br />

paid by him shall stand forfeited to Government and the acceptance of the tender shall be<br />

considered as withdrawn. In the case of contractors who are exempted from paying the<br />

earnest money and who fail to pay the security deposit & sign the agreement in the stipulated<br />

time, the fixed amount deposited by them as per the rule governing registration of contractors,<br />

shall stand forfeited to Government. The facility of not paying earnest money extended to<br />

such contractors shall also stand withdrawn from the date on which they fail to comply with<br />

the requirements and their registration is also liable to be cancelled.<br />

The offer shall remain open for acceptance for a minimum period of 90 (Ninety) days<br />

from the date fixed for opening the same and there after until it is withdrawn by the<br />

contractor by notice in writing duly addressed to the authority opening the <strong>Tender</strong> and sent by<br />

registered post acknowledgment due or otherwise delivered at the office of such authority and<br />

also subject to other conditions shown in Memorandum of Agreement printed .<br />

14. The right is reserved to revise or amend the tender documents prior to the last date<br />

notified for the issue of tenders. Such revisions or amendments or extensions shall be<br />

communicated to all concerned in the form of addenda or by notice in the press as may be<br />

considered suitable.<br />

15. Should some items of work are being executed departmentally, the quantities that<br />

would be executed during the period between the issue of tender notice and fixation of<br />

agency will be deducted from the quantities in the tender. The tenderer should take<br />

cognizance of this fact and no claims would be tenable on a account of such reduction in the<br />

quantities. [Vide Govt. Letter No. 1076/ 1181/666 (E) 17 dated 08/06/76.]<br />

16. The successful tenderer should produce to the satisfaction of the competent authority<br />

accepting the <strong>Tender</strong> a valid and concurrent license issued in his favor under the provisions of<br />

the contract labour ( Regulation and Abolition) Act .1970 and the Maharashtra contract<br />

labour (Regulation and Abolition) Rule 1971 before starting the work. On failure to do so, the<br />

acceptance of the <strong>Tender</strong> will be liable to be withdrawn and also the earnest money will be<br />

forfeited to the Government.<br />

17. In the case of possibility of excess execution of the quantities of several items the<br />

necessary proposals are to be submitted to the competent authority for approval before<br />

execution of work and the decision of the competent authority being binding on the<br />

contractor. (As per Government of Maharashtra, Irrigation Department, circular No. Misc.<br />

1997 (S97) MPCP Mantralaya Mumbai Dt. 22.5.98.)<br />

18. The Contractor is bound to submit his yearly work (month wise) program regarding<br />

item-wise quantities, amounts and other details regarding it, month-wise which will be<br />

finalised by the Executive Engineer, before the issue of the Work Order and the same will be<br />

revived at the beginning of the financial year as per availability of the funds. The work<br />

schedule may be periodically revised by the Executive Engineer, only if found necessary due<br />

to circumstances beyond the control of the Contractor.<br />

Signature of Contractor No. of corrections Executive Engineer


13<br />

B - 1 TENDER FORM<br />

RURAL WATER SUPPLY DIVISION ZILLA PARISHAD AKOLA<br />

Percentage Rate <strong>Tender</strong> and Contract for MJP CSR<br />

GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS<br />

1. All work proposed to be executed by Contract shall be notified in a form of Invitation to<br />

<strong>Tender</strong>, pasted on a board hung up in the office of the Executive Engineer and signed by<br />

the Executive Engineer.<br />

This form will state the work to be carried out as well as the date for submitting and<br />

opening <strong>Tender</strong>s, and the time allowed for carrying out the work; also the amount of<br />

earnest money to be deposited with the <strong>Tender</strong>er and the amount of security deposit to<br />

be deposited by the successful <strong>Tender</strong> and the percentage, if any, to be deducted from<br />

bills. It will also state whether a refund of quarry fees, royalties, octroi dues and ground<br />

rents will be granted. Copies of the specifications designs and drawing and estimated<br />

rates, scheduled rates, and any other documents required in connection with the work<br />

which will be signed by the Executive Engineer for the purpose of identification shall<br />

also be open for inspection by Contractors at the office of the Executive Engineer,<br />

RURAL WATER SUPPLY DIVISION Zilla Parishad, Akola during office hours.<br />

Where the works are proposed to be executed according to the specifications recommended<br />

by a Contractor and approved by a competent authority on behalf of the<br />

Government of Maharashatra such specification with designs and drawing shall form<br />

part of the accepted <strong>Tender</strong>.<br />

2. In the event of the <strong>Tender</strong> being submitted by a firm, it must be signed by each partner<br />

there of and in the event of the absence of any partner, it shall be signed on his behalf by<br />

a person holding a power-of -attorney authorizing him to do so.<br />

i) The Contractor shall pay along with <strong>Tender</strong> Rs. 45600/-* (In Word – Fourty Five<br />

Thousand Six Hundred only) as and by way of earnest money. The Contractor<br />

may pay the said amount by DDdrawn on any Scheduled/Nationalised Bank for the<br />

like amount in favour of the Chief Accounts & Finance Oficer,Zilla Parishad, Akola<br />

or an earnst money exemption certificate. The said amount of earnest money shall<br />

not carry any interest whatsoever.<br />

ii)<br />

In the event of his <strong>Tender</strong> being accepted, subject to the provisions of sub-clause<br />

(iii) below, the said amount of earnest money shall be appropriated towards the<br />

amount of Security Deposit payable by him under Condition of General Conditions<br />

of Contract.<br />

iii) If, after submitting the <strong>Tender</strong>, the Contractor withdraws his offer, or modifies the<br />

same or if after, the acceptance of his <strong>Tender</strong> the Contractor fails or neglects to<br />

furnish the balance of security deposit, without prejudice to any other rights and<br />

powers of the Governments here-under or in law, Government shall be entitled to<br />

forfeit the full amount of the earnest money and the additional earnest money<br />

deposited by him.<br />

iv) In the event of his tender not being accepted, the amount of earnest money<br />

deposited by the Contractor shall, unless it is prior there to forfeit under the<br />

provision of Sub-Clause (iii) above, be refunded to him on his passing receipt<br />

therefore.<br />

3. Receipts for payments made on account of any work, when executed by a firm, should<br />

also be signed by all the partners, except where the Contractors are described in their<br />

<strong>Tender</strong> as a firm, in which case the receipts shall be signed in the name of the firm, by<br />

one of the partners or by some other person having authority to give effectual receipts<br />

for the firm.<br />

Signature of Contractor No. of corrections Executive Engineer


14<br />

4. Any person who submits a <strong>Tender</strong> shall fill up usual printed form stating at what<br />

percentage he is willing to undertake the work. <strong>Tender</strong>s which propose any alteration in<br />

the work specified in the said form of invitation to <strong>Tender</strong> or in the time allowed for<br />

carrying out the work or which contain any other conditions of any sort, will be liable to<br />

rejection. <strong>Tender</strong> shall have the name and the number of the work to which they refer<br />

written outside the envelope.<br />

5. The Superintending Engineer, MJP Circle, Akola or his duly authorized assistant will<br />

open <strong>Tender</strong>s in the presence of intending tenderer who may be present at the time, and<br />

will enter the amounts of the several <strong>Tender</strong>s in a comparative statement in a suitable<br />

form. In the event of a <strong>Tender</strong> being accepted, the Contractor shall thereupon for the<br />

purpose of identification, sign copies of the specification and other document mentioned<br />

in rule. In the event of a <strong>Tender</strong> being rejected, the Divisional Officer shall refund the<br />

amount of the earnest money deposited by the Contractor after obtaining a receipt for<br />

the return of earnest money.<br />

6. The officer competent to dispose off the <strong>Tender</strong>s shall have the right of rejecting all or<br />

any of the <strong>Tender</strong>s.<br />

7. No receipt for any payment alleged to have been made by a Contractor in regard to any<br />

matter relating to this <strong>Tender</strong> or the Contract shall be valid and binding on Government<br />

unless it is signed by the Executive Engineer.<br />

8. The memorandum of work to be <strong>Tender</strong>ed for and the schedule of the material to be<br />

supplied by the Rural Development and Water Conservation Department and their rates<br />

shall be filled in and completed by the Office of the Executive Engineer, RURAL<br />

WATER SUPPLY DIVISION Zilla Parishad, Akola, before the <strong>Tender</strong> form is<br />

issued. If a form issued to an intending tenderer has not been so filled and completed, he<br />

shall request the said office to have this done before he completes, and delivers his<br />

<strong>Tender</strong>.<br />

9. All works shall be measured by net standard measure and according to the rules and<br />

custom of the Minor Irrigation Zilla Parishad Akola without reference to any local<br />

custom.<br />

10. Under no circumstances shall any Contractor be entitled to claim enhanced rates for any<br />

items in this Contract.<br />

11. A certificate of registration as approved Contractor with M.J.P. Maharashtra Stata and<br />

Maharashtra Water Conservation Corporation, Aurangabad, in respect of <strong>Tender</strong>s from<br />

registered Contractor should be produced with the <strong>Tender</strong>.(A Scanned Copy of original<br />

is must).<br />

12. All corrections, additions or pasted slips should be initialed.<br />

13. The measurements of work will be taken according to the usual method of the Rural<br />

Development and Water Conservation Department and no proposals to adopt alternative<br />

methods will be accepted. The Executive Engineer’s decision as to what is the usual<br />

method in use in the Minor Irrigation Zilla Parishad Akola will be final.<br />

14. The successful tenderer should produce to the satisfaction of the competent authority<br />

accepting the <strong>Tender</strong> a valid and current license issued in his favour under the Contract<br />

Labour (Regulation and abolition) Rule 1970, and the Maharashtra Contract Labour<br />

(Regulation and abolition Rule) Rule 1971 before starting the work. On failure to do so<br />

the acceptance of the <strong>Tender</strong> will be liable to be withdrawn and also the earnest money<br />

will be forfeited to Government.<br />

Signature of Contractor No. of corrections Executive Engineer


15<br />

15. Every tenderer shall submit along with the <strong>Tender</strong> information regarding the income tax<br />

circle or ward of the district in which he is assessed to income tax, the reference to the<br />

number of the assessment and the assessment year.<br />

16. The Contractor will have to construct shed at work site for storing controlled and<br />

valuable materials having double locking arrangements. The materials will then be<br />

taken for use in the presence of the Departmental persons. No. materials will be allowed<br />

to be removed form the site of works, without prior permission of Engineer-In-Charge.<br />

17. A Scanned Copy of original Sale Tax Registration Certificate under sales Tax (Reenacted<br />

Act) 1989 issued by the Sale Tax Department (As per I.D. Circular No. Misc.<br />

1098/3007/1985/981) M.P. (P) Mantralaya. Mumbai. Dt. 13.11.1989) must be submitted<br />

in envelope No.1.<br />

18. A Scanned Copy of original VAT registration certificate in respect of sale by transfer of<br />

property in goods involved in the executions of a work contract under the provision of<br />

rule 58 of Maharashtra added tax Act 2005 should be submitted in original or certified<br />

copy in envelope No. 1. VAT 2% shall be recovered from those who are registered<br />

under VAT act 2005 and VAT @ 5% shall be recovered from those who are not<br />

registered under VAT act 2005<br />

Signature of Contractor No. of corrections Executive Engineer


16<br />

TENDER OF WORK<br />

I/We hereby <strong>Tender</strong> for the execution for the Governor of Maharashtra (here-in-before<br />

and here-in-after referred to as “Government”) of the work specified in the under written<br />

memorandum within the time specified in such memorandum at ______________ (% in<br />

words ___________________________________) percent below / above the estimated rates<br />

tendered in Schedule B (memorandum showing items of work to be carried out) and in<br />

accordance in all respect with the specifications, design, drawing, and instructions in writing<br />

referred to in Rule 1 of General Rules and Direction for Guidance of Contractors and in<br />

clause 13 of the annexed Conditions of Contract and agree that when materials for the work<br />

are provided by Government such materials and the rates to be paid for them shall be as<br />

provided in the Schedule ‘A’ hereto.<br />

MEMORANDUM<br />

a) General description ............................ PANI PURAWTHA YOJNA ( With Public<br />

Contribution ) AT. PATKHED TAL-<br />

BARSHITAKLIDIST. AKOLA<br />

b) Estimated cost ...................................... : Rs.4996111/-<br />

c) Earnest money ................................................ : Rs. 45600/-*<br />

Security deposit<br />

i) Cash (not less than the amount of : Rs. 91100/-*<br />

earnest money) 2 %<br />

ii) To be deducted from current bills 2 % : Rs. 91100/-*<br />

Total (i) + (ii) = Rs.182200/-*<br />

e) Percentage if any to be deducted from R A bills : 4 (Four) %<br />

so as to make up the total amount required as<br />

security deposit by the time half the work as<br />

measured by the cost is done.<br />

f) Time allowed for the completion of 12 (Calendar months)<br />

work from date fixed in written order<br />

Excluding monsoon<br />

to commence.<br />

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

and provision of Conditions of Contract and Special Conditions of Contract annexed hereto<br />

so far as applicable, and in default thereof to forfeit and pay to Government the sums of<br />

money mentioned in the said conditions.<br />

I/We agree that this offer shall remain open for acceptance for a minimum period of 120<br />

days from the date fixed for opening the same and thereafter until it is withdrawn by me/us by<br />

notice in writing duly addressed to the authority opening the <strong>Tender</strong>s and sent by registered<br />

post AD. or otherwise delivered at office of such authority.<br />

The amount of earnest money shall not bear interest and shall be liable to be forfeited to the<br />

Government should I/ We fail to (1) abide by the stipulation to keep the offer open for the<br />

period mentioned above or (2) sign and complete the Contract documents as required by the<br />

Engineer and furnish the security deposit as specified in the item (d) of the memorandum<br />

contained in paragraph 1 above within the time limit laid down in clause (1) of the annexed<br />

General Conditions of Contract. The amount of earnest money may be adjusted towards the<br />

security deposit or refunded to me/us if so desired by me us in writing, unless the same or any<br />

part thereof has been forfeited as aforesaid.<br />

I/We have secured exemption from payment of earnest money after executing the<br />

necessary bond in favour of the Government, a true copy of which is enclosed herewith.<br />

Should any occasion for forfeiture of earnest money for this work arise due to failure on<br />

my/our part to (1) abide by the stipulation to keep the offer open; for the period mentioned<br />

above or (2) sign and complete the Contract documents and furnish the security deposit as<br />

specified in item (d) of the memorandum contained in paragraph 1 above within the time<br />

limit laid down in clause (1) of the annexed General conditions of Contract the amount<br />

Signature of Contractor No. of corrections Executive Engineer


17<br />

payable by me/us may at the option of the Engineer, be recovered out of the amount<br />

deposited in lump sum of securing exemption in so for the same may extend in terms of the<br />

said bond and in the event of the deficiency out of any other money which are due or payable<br />

to me/us by the Government under any other Contract or transaction of any nature whatsoever<br />

or otherwise<br />

Signature of Contractor<br />

before submission of <strong>Tender</strong> -<br />

Contractor<br />

Address<br />

Dated the ____________<br />

day of _______________ 2013<br />

Signature of witness<br />

(Witness)<br />

Contractor’s signature (Address)<br />

(Occupation)<br />

The above <strong>Tender</strong> is hereby accepted by me for and on behalf of the Governor of<br />

Maharashtra.<br />

Signature of the officer by whom accepted.<br />

On dated the ____day of ________ 2013<br />

Signature of Contractor No. of corrections Executive Engineer


18<br />

APPENDIX 'A'<br />

FORM OF TERM DEPOSIT RECEIPT FOR A PERIOD OF ONE YEAR<br />

No. _________________________________________________________________________<br />

(Name of Bank)<br />

TERM DEPOSIT RECEIPT FOR A PERIOD OF ONE YEAR<br />

No. ___________________________________________________________________________<br />

Received from the Executive Engineer _____________________________________________<br />

the sum of Rupees _______________________________________________________________<br />

which is placed to his credit with the ________________________________________________<br />

(Name of Bank)<br />

__________________________________________________ as Term Deposit for the one year.<br />

Signature of the Executive Engineer<br />

For<br />

_________________________<br />

(Name of Bank)<br />

AGENT<br />

Signature of Contractor No. of corrections Executive Engineer


19<br />

APPENDIX - 'B'<br />

Security for performance :<br />

BANK GUARANTEE<br />

1) In consideration of the Governor of Maharashtra (hereinafter called as the Government)<br />

having agreed to exempt ____________________________________<br />

___________________________________________________________________<br />

(hereinafter called ‘the said Contractor’) from the demand, under the terms and<br />

conditions of Agreement dated _________________________________________<br />

made between ________________________________________________________<br />

and _______________________________________________________ (here in after<br />

called ‘the said Agreement) of security deposit for the due fulfillment by the said<br />

Contractor of the terms and conditions contained in the said Agreement on production<br />

of a Bank Guarantee for Rs._____________ (Rs. _______________<br />

________________________________________________________________only)<br />

we, ________________________________________________________________<br />

(here in after referred to as ‘the Bank’) at the request of _______________________<br />

___________________________________Contractor do here by under take to Pay the<br />

Government an amount not exceeding Rs.________________ against any loss or<br />

damage caused to or suffered or would be caused to or suffered by the Government by<br />

reason of any breach by the said Contractor of any of the terms or conditions contained<br />

in said Agreement.<br />

2) We, ______________________________________________________________do<br />

hereby undertake to pay the amounts due and payable under this guarantee without any<br />

demur, merely on a demand from the Government stating that the amount claimed is<br />

due by way of loss or damages caused to or would be caused to or suffered by the<br />

Government by reason of breach by the said Contractor of any of the terms or<br />

conditions contained in the said Agreement or by reason of the Contractor’s failure to<br />

perform the said Agreement. Any such demand made on the bank shall be conclusive as<br />

regards the amount due and payable by the Bank under this guarantee. However our<br />

liability under this guarantee shall be restricted to an amount not exceeding Rs.<br />

_________________<br />

3) We undertake to pay to the Government any money so demanded not withstanding any<br />

dispute or disputes raised by the Contractor in any suit or proceeding pending before<br />

any court or Tribunal relating there to, our liability under this present being absolute and<br />

unequivocal.<br />

Signature of Contractor No. of corrections Executive Engineer


20<br />

The payment so made by as under this bond shall be a valid discharge or our liability for<br />

payment there under and the Contractor shall have no claim against us for making such<br />

payment.<br />

4) We,__________________________________________________ further agree that the<br />

guarantee herein contained shall remain in full force and affect during the period that<br />

would be taken for the performance of the said Agreements and that it shall continue to<br />

be enforceable till dues of the Government under or by virtue of the said Agreements<br />

have been fully paid and its claims satisfied or discharged or till ______<br />

____________________________________________________________________<br />

(Office/Department) Ministry of ________________________________________<br />

certifies that terms and conditions of the said Agreement have been fully and properly<br />

carried out by the said Contractor and accordingly discharge this guarantee. Unless a<br />

demand or claim under this guarantee is made on us in writing on or before the<br />

________________________________________________________________.<br />

We shall be discharged from all liabilities under this guarantee thereafter.<br />

5) We,________________________________________________________________<br />

further agree with the Government that the Government shall have the fullest liberty<br />

without our consent and without affecting in any manner our obligations hereunder to<br />

vary any of the terms and conditions of the said Agreement or to extend time of<br />

performance by the said Contractor from time to time or postpone for any time or from<br />

time to time any of the powers exercisable by the Government against the said<br />

Contractor , and to for bear or enforce any of the terms and conditions relating to the<br />

said Agreement, and we shall not to be relieved from our liability by reason of any such<br />

variation, or extension being granted to the said Contractor or for any forbearance act,<br />

or Commission on the part of the Government or any indulgence by the Government to<br />

the said Contractor or by any such matter or thing whatsoever which under the law<br />

relating to sureties would” but for this provision, have effect of so relieving us .<br />

6) This guarantee will not be discharged due to the change in the constitution of the Bank<br />

or the Contractor.<br />

7) We, ________________________________________________________________<br />

lastly undertake not to revoke this guarantee during its currency except with the<br />

previous consent of the Government in writing.<br />

Dated the ____________________________ day of _________________ 20<br />

for _________________________________________________________________<br />

____________________ (indicate the name of Bank) _________________________<br />

Signature of Contractor No. of corrections Executive Engineer


CLAUSE - 1: SECURITY DEPOSIT<br />

21<br />

CONDITIONS OF CONTRACT<br />

The person/persons whose tender may be accepted (hereinafter called the contractor) which<br />

expression shall unless excluded by or repugnant to the context include his heirs, executors,<br />

administrators, and assigns) shall<br />

(A) within 10 days, which may be extended by the Superintending Engineer, concerned,<br />

upto 15 days (if the Superintending Engineer thinks fit to do so)] of the receipt by him of<br />

the notification of the acceptance of his tender deposit with the Executive Engineer in<br />

cash or in Government securities endorsed to the Executive Engineer, (if deposited for<br />

more than 12 months) of sum sufficient which will made up the full Security Deposit<br />

specified in the tender or<br />

(B) permit Government at the time of making any payment to him for work done under the<br />

contract to deduct such a bill amount to Four percent of all money so payable such<br />

deduction to be held by the Government, by way of security deposit, provided always<br />

that in the event of the contractor depositing a lump-sum by way of security deposit as<br />

contemplated at (A) above, then and in such case, if the sum so deposited shall not<br />

amount to Four percent of the total estimated cost of the work it shall be lawful for<br />

Government at the time of making any payment to the contractor for work done under<br />

the contract to make up the full amount of Four percent by deducing a sufficient sum on<br />

such payment as last aforesaid until the full amount of the Security Deposit is made up.<br />

All compensation or other sums of money payable by the contractor to Government<br />

under the terms of this contract may be deducted from or paid by the sale of sufficient<br />

part of his Security Deposit or from the interest arising there from, or from any sums<br />

which may be due or may become due by Government to the contractor under any other<br />

contract or transaction of any nature on any account whatsoever and in the event of his<br />

Security Deposit being reduced by reason of any such deductions or sale as aforesaid the<br />

contractor shall, within ten days thereafter, make good in cash or Government securities<br />

endorsed as aforesaid any sum or sums which may have been deducted from or raised by<br />

sale of his Security Deposit or any part thereof. The security Deposit referred to, when<br />

paid in cash may, at the cost of the depositor, be converted into interest bearing<br />

securities provided that the depositor has expressly desired this in writing.<br />

If the amount of the security deposits to be paid in a lump sum within the period<br />

specified at (A) above, the tender/ Contract already accepted shall be considered as cancelled<br />

and legal steps taken against the contractor for recovery of the amounts. The amount of the<br />

Security Deposit lodged by a contractor shall be refunded along with the payment of the final<br />

bill if the date upto which the contractor has agreed to maintain the work in good order, is<br />

over. If such date is not over, only 50% amount of Security Deposit shall be refunded along<br />

with the payment of the final bill. The amount of Security deposit retained by the<br />

Government shall be released after expiry of period up to which the contractor has agreed to<br />

maintain the work in good order is over. In the event of the contractor failing or neglecting to<br />

complete rectification of work within the period up to which the contractor has agreed to<br />

maintain the work in good order, than, subject to provisions of clause- 17 and clause- 20<br />

hereof, the amount of Security Deposit retained by Government shall be adjusted towards the<br />

excess cost incurred by the department on rectification work.<br />

Additional Security Deposit<br />

In case contractor's offer is less than 90% or more than 110% of the updated estimates cost<br />

put to tender additional security deposit in the from of irrevocable Bank Guarantee valid for<br />

entire period of contract, shall be submitted to the engineer-in-charge at the time of<br />

completing tender documents. The Additional Security Deposit to be paid by the contractor<br />

will be worked out as below.<br />

Additional Security Deposit S = (P-10) x 10<br />

Signature of Contractor No. of corrections Executive Engineer


Where,<br />

22<br />

100<br />

S = Percentage @ which the additional security deposit will have to be paid on the<br />

estimated cost put to under.<br />

P* = Percentage quoted by tenderer above or below the estimated rates.<br />

Non submission of the above Additional Security Deposit will result into forfeiture of the<br />

EMD<br />

The additional Security Deposit shall be refunded to the contractor on issuing of the<br />

completion certificate by the engineer-in-charge as stipulated in the Clause No 7 of the<br />

contract, provided that the engineer-in-charge, if demanded in writing by the contractor shall,<br />

from time to time, release the Additional Security Deposit in parts which are proportionate to<br />

the amount of the completed work.<br />

The Security Deposit will not be accepted in form of insurance, cost bond.<br />

Note :- * This will be the same percentage as that in the tender at (e).<br />

CLAUSE – 2: COMPENSATION FOR DELAY<br />

The time allowed for carrying out the work as entered in the tender shall be strictly observed<br />

by the contractor and shall be reckoned from the date on which the order to commence work<br />

is given to the contractor. The work shall, throughout the stipulated period of the contract, be<br />

proceeded with, with all due diligence (time being deemed to be the essence of the contract<br />

on the part of the contractor) and the contractor shall pay as compensation an amount equal to<br />

one percent or such smaller amount as the Superintending Engineer, (whose decision in<br />

writing shall be final) may decide, of the amount of the estimated cost of the whole work as<br />

shown in the tender for every day that the work remains un-commenced, or unfinished after<br />

the proper date. And further to ensure good progress during the execution of the work, the<br />

contractor shall be bound in all cases in which the time allowed for any work exceeds one<br />

month to complete.<br />

% of the work % of the time<br />

25% 25%<br />

50% 50%<br />

75% 75%<br />

100% 100%<br />

Note<br />

The quantity of the work to be done within a particular time to be specified above shall be<br />

fixed and insured in balance space kept for the purpose by the officer competent to accept the<br />

contracts (after taking into consideration the circumstances of each case) and abide by the<br />

program of detailed progress laid down by the Executive Engineer (Page No. ……..).<br />

The following proportion will usually be found suitable in percentage of the time<br />

*Reasonable progress of earth work in 1/4, 1/2, 3/4 of the total period 30%, 60%, 95%<br />

progress respectively of value of work.<br />

In the event of the contractor failing to comply with this condition he shall be liable to pay, as<br />

compensation, an amount equal to one percent or such smaller amount as the Superintending<br />

Engineer, whose decision in writing shall be final, may decide of the estimated cost of the<br />

whole work for every day that the due quantity of work remains incomplete.<br />

Signature of Contractor No. of corrections Executive Engineer


23<br />

Provided always that the total amount of compensation to be paid under the provision of this<br />

Clause shall not exceed 10% of the estimated cost of the work as shown in the tender.<br />

CLAUSE-3: ACTION WHEN WHOLE OF SECURITY DEPOSIT IS FORFEITED<br />

In any case in which under any Clause or Clauses of this contract, the contractor shall have<br />

rendered himself liable to pay compensation amounting to the whole of his Security Deposit<br />

(whether paid in one sum or deducted by installments) or in case of abandonment of the<br />

work, owing to serious illness or death of the contractor or any other cause, the Executive<br />

Engineer on behalf of the Government of Maharashtra, shall have power to adopt any of the<br />

following courses, he may deem best suited to the interest of Government.<br />

a) To rescind the contract (of which rescission notice in writing to the contractor under the<br />

hand of the Executive Engineer, shall be conclusive evidence) and in that case the<br />

Security Deposit of the contractor shall stand forfeited and be absolutely at the disposal<br />

of Government.<br />

b) To carryout the work or any part of the work departmentally debiting the contractor with<br />

the cost of the work, expenditure incurred on tools and plants, and charges on additional<br />

supervisory; staff including the cost of work-charged establishment employed for<br />

getting the un-executed part of the work completed and crediting him with the value of<br />

the work done departmentally in all respect in the same manner and at the same rate as if<br />

it had been carried out by the contractor under the terms of his contract. The certificate<br />

of the Executive Engineer as to the cost and other allied expenses so incurred and as to<br />

the value of the work so done departmentally shall be final and conclusive against the<br />

contractor.<br />

c) To order that the work of the contract be measured up, to take such part thereof, as shall<br />

be unexecuted out of his hands and to give it to another contractor to complete, in which<br />

case all expenses incurred on advertisement for fixing a new contract / agency,<br />

additional supervisory staff including the cost of work-charged establishment and cost of<br />

the work executed by the new contract agency will be debited to the contractor and the<br />

value of the work done or executed through the new contractor shall be credited to the<br />

contractor in all respects and in the same manner and at the same rates as if it has been<br />

carried out by the contractor under the terms of his contract. The certificate of the<br />

Executive Engineer as to all the cost of the work and other expenses incurred as<br />

aforesaid for or in getting the unexecuted work done by the new contractor and as to the<br />

value of the work so done shall be final and conclusive against the contractor.<br />

d) In case the contract, shall be rescinded under clause(a) above, the contractor shall not be<br />

entitled to recover or be paid, any sum for any work therefore actually performed by him<br />

under this contract unless and until the Executive Engineer shall have certified in writing<br />

the performance of such work and the amount payable to him in respect thereof and he<br />

shall only be entitled to be paid the amount so certified. In the event of either of the<br />

courses referred to in clause (a) or (c) being adopted and the cost of the work executed<br />

departmentally or through a new contractor and other allied expenses exceeding the<br />

value of such work credited to the contractor, the amount of excess shall be deducted<br />

from any money due to the contractor by government under the contract or otherwise<br />

howsoever or from his security deposit or the sale proceeds thereof provided, however,<br />

that the contractor shall have no claim against Govt. Even if, the certified value of the<br />

work done departmentally or though a new contractor exceeds the certified cost of such<br />

work and allied expenses, provided always that whichever of the three courses<br />

mentioned in clauses (a), (b) or (c) is adopted by the Executive Engineer, the contractor<br />

shall have no claim to compensation for any loss sustained by him by reason of his<br />

having purchased or procured any materials, or entered into any engagements, or made<br />

any advances on account of, with a view to the execution of the work or the performance<br />

of the contract.<br />

Signature of Contractor No. of corrections Executive Engineer


24<br />

CLAUSE-4: ACTION WHEN THE PROGRESS OF ANY PARTICULAR<br />

PORTION OF THE WORK IS UNSATISFACTORY<br />

If the progress of any particular portion of the work is unsatisfactory, the Executive Engineer<br />

shall not withstanding that the general progress of the work is in accordance with clause, be<br />

entitled to take action under Clause- 3(b), after giving the contractor ten days’ notice in<br />

writing and the contractor will have no claim for compensation, for any loss sustained by him<br />

owning to such action.<br />

CLAUSE-5: CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION IF<br />

ACTION NOT TAKEN UNDER CLAUSE- 3<br />

If any case in which any of the powers conferred upon the Executive Engineer by Clause- 3<br />

& Clause-4 hereof shall have become exercisable and the same shall not have been exercised,<br />

the non exercise, thereof shall not constitute a waiver of any of the conditions hereof and such<br />

powers shall notwithstanding be exercisable in any future case of default by the contractor for<br />

which under any Clause or Clauses hereof he is declared liable to pay compensation<br />

amounting to the whole of his Security Deposit and the liability of the contractor for past and<br />

future compensation shall remain unaffected.<br />

Power to take a possession of or require removal of or sale contractor's plant<br />

In the event of the Executive Engineer taking, action under sub clause (a) or (c) of clause 3<br />

may, if he so desires, take possession of all or any tools, plant, materials and stores in or upon<br />

the work or the site thereof or belonging to the contractor, or procured by him and intended to<br />

be used for the execution of the work or any part thereof, paying or allowing for the same in<br />

account at the contract rates or in the case of contract rates not being applicable at current<br />

market rates, to be certified by the Executive Engineer whose certificate thereof shall be final.<br />

In the alternative the Executive Engineer may, by notice in writing to the contractor or his<br />

clerk of the work, foremen or other authorized agent require him to remove tools, plant,<br />

materials, or stores from the premises within a time specified in such notice, and in the event<br />

of the contractor failing to comply with any such requisition, the Executive Engineer, may<br />

remove them at the contractor's expense or sale them by auction or private sale at the risk and<br />

account of the contractor in all respects; and the certificate of the Executive Engineer as to the<br />

expenses of any such removal and the amount of the proceeds and expenses of any such sale<br />

shall be final and conclusive against the contractor.<br />

CLAUSE-6: EXTENSION OF TIME<br />

If the contractor shall desire an extension of the time for completion of work on the grounds<br />

of his having been unavoidably hindered in its execution or on any other grounds, he shall<br />

apply in writing to the Executive Engineer before the expiry of the period stipulated in the<br />

tender or before the expiration of 30 days from the date on which he was hindered as<br />

aforesaid or on which the cause for asking for extension occurred, whichever is earlier and<br />

the Executive Engineer may with prior approval of the officer accepting tenders, if in his<br />

opinion there are reasonable grounds for granting an extension grant such extension as he<br />

thinks necessary or proper. The decision of the Executive Engineer in this matter shall be<br />

final.<br />

CLAUSE-7: FINAL CERTIFICATE<br />

On completion of the work the contractor shall be furnished with a certificate by the<br />

Executive Engineer (hereinafter called engineer-in-charge) of such completion but no such<br />

certificate shall be given or shall the work be considered to be completed until the contractor<br />

shall have removed from the premises on which the work shall have been executed all<br />

scaffolding, surplus materials and rubbish, and shall have cleaned off the dirt from all<br />

woodwork, doors, windows, walls, floor or other parts of any building in or upon which the<br />

work has been executed, or of which may have had possession for the purpose of executing<br />

the work, not until the work shall have been measured by the engineer-in-charge, or where<br />

the measurements have been taken by his subordinates, until they have received the approval<br />

of the engineer-in-charge, the said measurements being binding and conclusive against the<br />

Signature of Contractor No. of corrections Executive Engineer


25<br />

contractor. If the contractor shall fail to comply with the requirements of this clause as to the<br />

removal of scaffolding, surplus materials and rubbish and cleaning of dirt on or before the<br />

date fixed for the completion of the work, the engineer-in-charge may, at the expenses of the<br />

contractor, remove such scaffolding, surplus materials and rubbish and dispose of the same as<br />

he thinks fit and clean off such dirt as aforesaid and the contractor shall forthwith pay the<br />

amount of all expenses so incurred, but shall have no claim in respect of any such scaffolding<br />

or surplus materials as aforesaid except for any sum actually realized by the sale thereof.<br />

CLAUSE-8: PAYMENTS ON INTERMEDIATE CERTIFICATE TO BE<br />

REGARDED AS ADVANCES<br />

No payment shall be made for any work, estimated to cost less than Rupees one thousand,<br />

before whole of the work is completed and a certificate of completion given. But in the case<br />

of the works estimated to cost more than Rupees one thousand the contractor shall on<br />

submitting a monthly bill thereof, be entitled to receive payment proportionate to the part of<br />

the work then approved and passed by the engineer-in-charge, whose certificate of such<br />

approval and passing of the sum so payable, shall be final and conclusive against the<br />

contractor. All such intermediate payments shall be regarded as payments by way of advance<br />

against the final payments only and not as payments for work actually done and completed,<br />

and shall not preclude the engineer-in-charge from requiring bad unsound, imperfect or<br />

unskillful work to be removed or taken away and reconstructed or re-erected, nor shall any<br />

such payment be considered as an admission of the due performance of the contract or any<br />

part thereof in any respect or the accruing of any claim, not shall it conclude, determine or<br />

affect in any other way the power of engineer-in-charge as to the final settlement and<br />

adjustment of the accounts or otherwise, or in any other way vary or affect the contract. The<br />

final bill shall be submitted by the contractor within one month of the date fixed for the<br />

completion of the work, otherwise the engineer-in-charge's certificate of the measurements<br />

and of the total amount payable for the work shall be final and binding on all parties.<br />

Signature of Contractor No. of corrections Executive Engineer


26<br />

CLAUSE-9: PAYMENT AT REDUCED RATES ON ACCOUNT OF ITEMS OF<br />

WORK NOT ACCEPTED AS COMPLETED TO BE AT THE<br />

DISCRETION OF THE ENGINEER-IN-CHARGE<br />

The rates for several items of works estimated to cost more than Rs. 5000/- agreed to within,<br />

shall be valid only when the item concerned is accepted as having completed fully in<br />

accordance with the sanctioned specifications. In cases where the items of works are not<br />

accepted as, so completed, the engineer-in-charge may make payment on account of such<br />

items at such reduced rates as he may consider reasonable in the preparation of final or on<br />

account bills.<br />

CLAUSE-10: BILLS TO BE SUBMITTED MONTHLY<br />

A bill shall be submitted by the contractor in each month or before the date fixed by the<br />

engineer-in-charge for all works executed in the previous month, and the Executive-in-charge<br />

shall take or cause to be taken the requisite measurements for the purpose of having the same<br />

verified and the claim, so far as it is admissible, shall be taken adjusted, if possible, within 10<br />

days from the presentation of the bill. If the contractor does not submit the bill within the time<br />

fixed as foresaid, engineer-in-charge may depute a subordinate to measure up to said work in<br />

presence of contractor or his duly authorized agent whose counter signature to the<br />

measurement list shall be sufficient warrant and the engineer-in-charge may prepare a bill<br />

from such list which shall be binding on the contractor in all respects.<br />

CLAUSE-11: BILLS TO BE SUBMITTED ON PRINTED FORMS<br />

The contractor shall submit all bills on the printed forms to be had on application at the office<br />

of the engineer-in-charge. The charges to be made in the bills shall always be entered at the<br />

rates specified in the tender or in the case of any extra work ordered in pursuance of these<br />

conditions, and not mentioned or provided for in the tender, at the rates hereinafter provided<br />

for such work.<br />

CLAUSE-12: STORES SUPPLIED BY GOVERNMENT<br />

CLAUSE-12 (A)<br />

Deleted<br />

Deleted<br />

Signature of Contractor No. of corrections Executive Engineer


27<br />

CLAUSE-13: WORKS TO BE, EXECUTED IN ACCORDANCE WITH<br />

SPECIFICATIONS, DRAWINGS, ORDERS ETC<br />

The contractor shall execute the whole and every part of the work in the most substantial and<br />

workman like manner and both as regards materials and in every other respect in strict<br />

accordance with specifications. The contractor shall also confirm exactly, fully and faithfully<br />

to the designs, drawings and instructions, in writing relating to the work, i.e. signed by the<br />

engineer-in-charge and lodged in his office and to which the contractor shall be entitled to<br />

have access for the purpose of inspection, etc., at such office or on the site of work during<br />

office hours. The contractor will be entitled to receive three sets of contract drawings and<br />

working drawings as well as one certified copy of the accepted tender along with the work<br />

order, free of cost. Further copies of contract drawings and working drawings, if required by<br />

him shall be supplied at the rate of Rs. 5000/- per set of contract drawing and Rs.120/- per<br />

working drawing except where otherwise specified.<br />

CLAUSE-14: ALTERATION IN SPECIFICATIONS AND DESIGNS NOT TO<br />

INVALIDATE CONTRACTS<br />

The engineer-in-charge shall have power to make any alterations in, or additions to the<br />

original specifications, drawings designs and instructions that may appear to him to be a<br />

necessary or advisable during the progress of the work, and the contractor shall be bound to<br />

carry out the work in accordance with any instructions in this connection which may be given<br />

to him in writing signed by engineer-in-charge and such alteration shall not invalidate the<br />

contract and any additional work which the contractor may be directed to do in the manner<br />

above specified in the tender for the main work for which no rate is specified in this contact,<br />

then such class of work shall be carried out at the rates entered in the schedule of rates of the<br />

division or at the rate mutually agreed upon between the engineer-in-charge and the<br />

contractor whichever is lower.<br />

Rates for works not entered in estimate or schedule of rates of the district<br />

If the additional or altered work for which no rate is entered in the schedule of rates of the<br />

division, is ordered to be carried out before the rates are agreed upon then the contractor shall,<br />

within 7 days of the date of receipt by him of the order to carry out the work, inform the<br />

engineer-in-charge of the rate which it is his intention to charge for such class of work, and if<br />

the engineer-in-charge does not agree to this rate he shall by notice in writing be at liberty to<br />

cancel his order to carry it out such class of work and arrange to carry out in such manner as<br />

he may consider advisable, provided always that the contractor shall commence work or incur<br />

any expenditure incurred by him prior to the date of the determination of the rate as aforesaid<br />

according to such rates or rates as shall be fixed by the engineer-in-charge. In the event of<br />

dispute, the decision of the Superintending Engineer of the circle will be final.<br />

Extension of time in consequence of additions or alterations<br />

The time limit for the completion of the work shall be extended in the proportion that the<br />

increase in its cost occasioned by alterations or additions bears to the cost of the original<br />

contract work and the certificate of the engineer-in-charge as to such proportion shall be<br />

conclusive.<br />

CLAUSE-15: NO CLAIM TO ANY PAYMENT OR COMPENSATION FOR<br />

ALTERNATION IN OR RESTRICTION WORK<br />

1) If at any time after the execution of the contract documents the engineer-in-charge shall<br />

for any reason whatsoever (other than default on the part of the contractor for which the<br />

Government is entitled to rescind the contract) desires that the whole or any part of the<br />

work specified in the tender should be suspended for any period or that the whole or any<br />

part of the work should not be carried out at all, he shall give to the contractor a notice<br />

in writing of such desire and upon the receipt of such notice the contractor shall<br />

forthwith suspend or stop the work wholly or in part as required, after having due regard<br />

to the appropriate stage at which the work should be stopped or suspended, so as not to<br />

cause any damage or injury to the work already done or endanger the safety thereof<br />

Signature of Contractor No. of corrections Executive Engineer


28<br />

provided that the decision of the engineer-in-charge as to the stage at which the work or<br />

any part of it could be or could have been safely stopped or suspended shall be final and<br />

conclusive against the contractor. The contractor shall have no claim to any payment or<br />

compensation whatsoever by reason of or in pursuance of any notice as aforesaid on<br />

account of any suspension, stoppage or curtailment except to the extent specified<br />

hereinafter.<br />

2) Where the total suspension of work ordered as aforesaid continued for a continuous<br />

period exceeding 90 days, the contractor shall be at liberty to withdraw from the<br />

contractual obligations under the contract so far as it pertains to the unexecuted part of<br />

the work by giving a 10 days prior notice in writing to the Engineer within 30 days of<br />

the expiry of the said period of 90 days, of such intention and requiring the Engineer to<br />

record the final measurements of the work already done and to pay the final bill. Upon<br />

giving such notice the contractor shall be deemed to have been discharged from his<br />

obligation to complete the remaining unexecuted work under this contract. On receipt of<br />

such notice the Executive Engineer shall proceed to complete the measurements and<br />

make such payment as may be finally due to the contractor within a period of 90 days<br />

from the work already done by the contractor. Such payment shall not in any manner<br />

prejudice the right of the contractor to any further compensation under the remaining<br />

provision of this clause.<br />

3) Where the engineer-in-charge requires the contractor to suspend the work for a period in<br />

excess of 30 days at any time or 60 days in the aggregate, the contractor shall be entitled<br />

to apply to the engineer-in-charge within 30 days of resumption of work after such<br />

suspension for payment of compensation to the executive tent of pecuniary loss suffered<br />

by him in respect of working machinery rendered idle on the site or on account of his<br />

having had to pay the salary or wages of labour engaged by him during the said period<br />

of suspension, provided always that the contractor shall not be entitled to any claim in<br />

respect of any such working machinery, salary or wages for the first 30 days whether<br />

consecutive or in the aggregate of such suspension or in respect of any suspension<br />

whatsoever occasioned by unsatisfactory work or any other default on his part. The<br />

decision of the engineer-in-charge in this regard shall be final and conclusive against the<br />

contractor.<br />

Signature of Contractor No. of corrections Executive Engineer


4) IN THE EVENT OF<br />

29<br />

i) Any total stoppage of work on notice from the engineer-in-charge under sub clause<br />

(1) in that behalf.<br />

ii)<br />

Withdrawal by the contractor from the contractual obligation to complete the<br />

remaining unexecuted work under sub clause (2) on account of continued<br />

suspension of work for a period exceeding 90 days.<br />

iii) Curtailment in the quantity of item or items originally tendered on account of any<br />

alteration omission or substitutions in the specifications, drawings and designs or<br />

instructions under Clause 14 (1) where such curtailment exceeds 25% in quantity<br />

and the value of the quantity curtailed beyond 25% at the rate for the items<br />

specified in the tender is more than Rs. 5,000/-.<br />

It shall be open to the contractor within 90 days from the service of (i) the notice of<br />

stoppage of work or (ii) the notice of the withdrawal from the contractual obligations<br />

under the contract on account of the continued suspension of work or (iii) notice under<br />

Clause 14 (1) resulting in such curtailment, to produce the engineer-in-charge<br />

satisfactory documentary evidence that he had purchased or agreed to purchase material<br />

for use in the contracted work, before receipt by him of the notice of stoppage,<br />

suspension, or curtailment and require the government to take over on payment of such<br />

material at the rates determined by the engineer-in-charge provided however, such rates<br />

shall in no case exceed the rates at which the same were acquired by the contractor. The<br />

government shall thereafter take over the material so offered, provided the quantities<br />

offered are not in excess of the requirement of the unexecuted works as specified in the<br />

accepted tender and are of quality and specification approved by the Engineer. [PW& H<br />

Dept. circular memorandum No. CAT 126859382 QI dated 22/2/78.]<br />

CLAUSE-15 (A): NO CLAIM TO COMPENSATION ON ACCOUNT OF LOSS DUE<br />

TO DELAY IN SUPPLY OF MATERIALS BY GOVERNMENT<br />

The contractor shall not be entitled to claim any compensation from Government for the loss<br />

suffered by him on account of delay by Government in the supply materials entered in<br />

Schedule "A" where such delay is caused by<br />

i) Difficulties relating to supply of railway wagons.<br />

ii)<br />

Force majure<br />

iii) Act of God<br />

iv) Act of enemies of the state or any other reasonable cause beyond the control of<br />

Government.<br />

In the case of such delay in the supply of materials Government shall grant such extension of<br />

time for the completion of the works as shall appear to the Executive Engineer to be<br />

reasonable in accordance with the circumstances of the case. The decision of the Executive<br />

Engineer as to extension of time shall be accepted as final by the contractor.<br />

CLAUSE-16: TIME LIMIT FOR UNFORESEEN CLAIMS<br />

Under no circumstances, whatsoever, shall the contractor be entitled to any compensation<br />

from Government on any account unless the contractor shall have submitted a claim in<br />

writing to the engineer-in-charge within one month of the cause of such claim occurring.<br />

CLAUSE-17: ACTION AND COMPENSATION PAYABLE IN CASE OF<br />

BAD WORK<br />

Signature of Contractor No. of corrections Executive Engineer


30<br />

If at any time before the security deposit or any part thereof is refunded to the contractor it<br />

shall appear to the engineer-in-charge or his subordinate in charge of the work, that any work<br />

has been executed with unsound/imperfect or unskillful workmanship or with materials of<br />

inferior quality or that any materials or articles provided by him for the execution of the work<br />

are unsound, or of a quality inferior to that contracted for, or are otherwise not in accordance<br />

with the contract, it shall be lawful for the engineer-in-charge to intimate this fact in writing<br />

to the contractor and then not withstanding the fact that the work, materials or articles<br />

complained of may have been inadvertently passed, certified and paid for, the contractor shall<br />

be bound forthwith to rectify, or remove and reconstruct the work so specified in whole or in<br />

part, as the case may require or if so required, shall remove the materials or articles so<br />

specified and provide other proper and suitable materials or articles at his own charge and<br />

cost and in the event of his failing to do so within a period to be specified by the engineer-incharge<br />

in the written intimation aforesaid, the contractor shall be liable to pay compensation<br />

at the rate of one percent on the amount of the estimate for every day not exceeding 10 days,<br />

during which the failure so continuous and in the case of any such failure the engineer-incharge<br />

may rectify or remove and re-execute the work or remove and replace the materials or<br />

articles complained of as the case may be at the risk and expense in all respects of the<br />

contractor. Should the engineer-in-charge consider that any such inferior work or materials as<br />

described above may be accepted or made use of it shall be within the discretion to accept the<br />

same at such reduced rates as he may fix therefore.<br />

CLAUSE-18: WORK TO BE OPEN TO INSPECTION. CONTRACTOR OR<br />

RESPONSIBLE AGENT TO BE PRESENT<br />

All works under or in course of execution or executed in pursuance of the contract shall at all<br />

times be open to the inspection and supervision of the engineer-in-charge and his<br />

subordinates, and the contractor shall at all times during the usual working hours, and at all<br />

other times at which reasonable notice of the intention of the engineer-in-charge or his sub<br />

ordinate to visit the works shall have been given to the contractor, either himself, be present<br />

to receive orders and instructions or have responsible agent duly accredited in writing present<br />

for that purpose. Orders given to the contractor's duly authorized agent shall be considered to<br />

have the same force and effect as if they had been given to the contractor himself.<br />

CLAUSE-19: NOTICE TO BE GIVEN BEFORE WORK IS COVERED UP<br />

The contractor shall give not less than One days’ notice in writing to the engineer-in-charge<br />

or his subordinate in charge of the work before covering up or otherwise placing beyond the<br />

reach of measurements any work in order that the same may be measured, and correct<br />

dimensions thereof taken before the same is so covered, up or placed beyond the reach of<br />

measurements and if any work, shall be covered up or placed beyond the reach of<br />

measurement without such notice having been given or consent obtained the same shall be<br />

uncovered at the contractor's expenses and in default thereof no payment or allowance shall<br />

be made for such work or for the materials with which the same was executed. [PWH<br />

Department Mumbai's circular No CAT 1270/2632 Desk-2 dated 09/05/1977.]<br />

CLAUSE-20: CONTRACTOR LIABLE FOR DAMAGE DONE AND FOR<br />

IMPERFECTIONS<br />

If during the period of 36 months from the date of completion as certified by the engineer-incharge<br />

pursuant to Clause 7 of the contract or 36 months after commissioning the work,<br />

whichever is earlier in the opinion of the Executive Engineer, the said work is defective in<br />

any manner whatsoever, the contractor shall forthwith on receipt of notice in that behalf from<br />

the Executive Engineer, duly commence execution and completely carry out at his cost in<br />

every respect all the work that may be necessary for rectifying and setting right the defects<br />

specified therein including dismantling and reconstruction of unsafe portions strictly in<br />

accordance with and in the manner prescribed and under the supervision of the Executive<br />

Engineer. In the event of the contractor failing or neglecting to commence execution of the<br />

said rectification work within the period prescribed therefore, in the said notice and or to<br />

complete the same as aforesaid as required by the said notice, the Executive Engineer get the<br />

Signature of Contractor No. of corrections Executive Engineer


31<br />

same executed and carried out departmentally or by any other agency at the risk on account<br />

and at the cost of the contractor. The contractor shall forthwith on demand pay to the<br />

Government the amount of such cost, charges and expenses sustained or incurred by the<br />

Government of which certificate of the Executive Engineer shall be final and binding on the<br />

contractor. Such costs, charges and expenses shall be deemed to be arrears of land revenue<br />

and in the event of the contractor failing or neglecting to pay the same on demand as<br />

aforesaid without prejudice to any other rights and remedies of the Government; the same<br />

may be recovered from the contractor as arrears of land revenue. The Government shall also<br />

be entitled to deduct the same from any amount which may then be payable or which may<br />

therefore become payable by the Government to the contractor either in respect of the said<br />

work or any other work, whatsoever or from the amount of security deposit retained by<br />

Government.<br />

CLAUSE-21: CONTRACTORS TO SUPPLY PLANT, LADDERS, SCAFFOLDINGS,<br />

ETC.<br />

The contractor shall supply at his own cost all materials (except such special materials, if any,<br />

as may, be supplied from the Water Conservation Department Stores in accordance with the<br />

contract) plant, tools appliances, implements, ladders, cordage, tackle, scaffolding and any<br />

temporary works which may be required for the proper execution of the work, in the original,<br />

alternate or substituted form and whether included in the specifications, other documents<br />

forming part of the contract or referred to in these conditions or not and which may be<br />

necessary for the purpose of satisfying or complying with requirements of the engineer-incharge<br />

as to any matter on which under these conditions he is entitled to be satisfied, or which<br />

he is entitled to require together with carriage therefore to and from the work.<br />

The contractor shall also supply without charge the requisite number of persons with the<br />

means and materials necessary for the purpose of setting out works, and counting, weighing<br />

and assisting in the measurements or examination at any time and from time to time of the<br />

work or the materials, failing this the same may be provided by the engineer-in-charge at the<br />

expense of the contractor and the expense may be deducted from any money due to the<br />

contractor under the contract from his security deposit or the proceeds of sale thereof or of a<br />

sufficient portion thereof contractor is liable for damages arising from non-provision of<br />

lights, fencing etc. The contractor shall provide all necessary fencing and lights required to<br />

protect the public from accident, shall also be bound to bear the expenses of defense of every<br />

suit, action or other legal proceedings, at law, that may be brought by any person for injury<br />

sustained owning to neglect of the above precautions and to pay any damages and costs<br />

which may be awarded in any such suit action in proceedings to any such person, or which<br />

may with the contractor be paid in compromising any claim by any such person.<br />

CLAUSE-21 (A):<br />

The contractor shall provide suitable scaffolds and working platform, gangways and<br />

stairways and shall comply with the following regulation in connection therewith.<br />

a) Suitable scaffolds shall be provided for workmen for all works that cannot be<br />

safely done from a ladder or by other means<br />

b) A scaffold shall not be constructed, taken down, or substantially altered except.<br />

i) Under the supervision of a competent and responsible person and<br />

ii)<br />

As far as possible by competent workers possessing adequate experience in<br />

this kind of work.<br />

c) All scaffolds and appliances connected therewith and all ladders shall.<br />

i) be of sound material<br />

Signature of Contractor No. of corrections Executive Engineer


ii)<br />

32<br />

be of adequate strength having regard to the loads and strains to which they<br />

will be subjected and<br />

iii) be maintained in proper condition<br />

d) Scaffolds shall be so constructed that no part thereof can be displaced in<br />

consequence of normal use.<br />

e) Scaffolds shall not be over-loaded and so far as practicable the load shall be evenly<br />

distributed.<br />

f) Before installing lifting gear on scaffolds special precautions shall be taken to<br />

ensure the strength and stability of the scaffolds.<br />

g) Scaffolds shall be periodically inspected by competent persons.<br />

h) Before allowing a scaffold to be used by his workmen the contractor shall, whether<br />

the scaffold has been erected by his workmen or not, take steps to ensure that it<br />

complies fully with the regulations here-in-specified.<br />

i) Working platforms gangways and stairways shall<br />

ii)<br />

be so constructed that no part thereof can sag unduly or unequally<br />

iii) be so constructed and maintained having regard to the prevailing conditions as<br />

to reduce as far as practicable risk or persons and stripping or slipping, and iv)<br />

be kept free from any unnecessary obstruction<br />

i) In the case of the working platforms, gangways or working places and stair ways at<br />

a height exceeding (To be specified) 3 meters.<br />

i) Every working platform and every gangway shall be closely boarded unless<br />

other adequate measure is taken to ensure safety.<br />

ii)<br />

Every working platform, gangway working place and stairways shall be<br />

suitably fenced.<br />

k) Every opening in the floor of a building or in working platform shall, except for the<br />

time and to the extent required to allow the access of persons or the transport of<br />

shifting of materials, be provided with suitable means to prevent the fall of persons<br />

or materials.<br />

I) When persons are employed on a roof where there is a danger of falling from a<br />

height exceeding 3 meters, suitable precautions (to be prescribed) shall be taken to<br />

prevent the fall of persons or materials.<br />

m) Suitable precautions shall be taken to prevent persons being struck by articles<br />

which might fall from scaffolds or other working places.<br />

n) Safe means of access shall be provided to all working platforms and other working<br />

places.<br />

o) The contractor(s) will have to make payments to the labours as per Minimum<br />

Wages Act.<br />

Signature of Contractor No. of corrections Executive Engineer


CLAUSE- 21 (B):<br />

33<br />

The contractor shall comply with the following regulations as regards the hoisting appliances<br />

to be used by him.<br />

a) Hoisting machines and tackle, including their attachments anchorages and supports<br />

shall<br />

i) be of good mechanical constructions, sound material and adequate strength<br />

and free from patent defect and<br />

ii)<br />

be kept in good repairs and in good working order.<br />

b) Every rope used in hoisting for lowering materials or as a means of suspension<br />

shall be of suitable quality and adequate strength and free from patent defect<br />

c) Hoisting machines and tackle shall be examined and adequately tested after<br />

erection on the site and before use and be re-examined in position at intervals to be<br />

prescribed by the Government.<br />

d) Every chain, ring, hook shackle, swivel and pulley block used in hoisting or<br />

lowering materials or as a mean of suspension shall be periodically examined.<br />

e) Every crane driver or hoisting appliance operator shall be properly qualified.<br />

f) No person who is below age of 18 years shall be in control of any hoisting<br />

machine, including any scaffold which, or give signals to the operator.<br />

g) In the case of hoisting machine and of every chain, ring, hook, shackle, swivel and<br />

pulley block used in hoisting or lowering or as means of suspension the safe<br />

working load shall be ascertained by adequate means.<br />

h) Every hoisting machine and all gear referred to in preceding regulation shall be<br />

plainly marked with safe working load.<br />

i) In the case of a hoisting machine having a variable safe working load each safe<br />

working load and the conditions under which it is applicable shall be clearly<br />

indicated.<br />

j) No part of any hoisting machine or of any gear referred to in regulation g) above<br />

shall be loaded beyond the safe working load except for the purpose of testing.<br />

k) Motors gearing, transmissions, Electric wires and other dangerous part of hoisting<br />

appliances, shall be provided with efficient safeguards.<br />

l) Hoisting appliances shall be provided with such means as will reduce to a<br />

minimum the risk of the accidental decent of the load.<br />

m) Adequate precautions shall be taken to reduce to a minimum the risk of any part of<br />

a suspended load becoming accidentally displaced.<br />

CLAUSE-22: MEASURE FOR PREVENTION OF FIRE<br />

The contractor shall not set fire to any standing jungle trees, grass without a written permit<br />

from the Executive Engineer when such permit is given and also in cases when destroying out<br />

or dug up trees brush woods, grass, etc. by fire, the contractor shall take necessary measures<br />

to prevent such fire spreading to or otherwise damaging surrounding property. The contractor<br />

shall make his own arrangements for drinking water for the labour employed by him and<br />

provide sanitary and other arrangements.<br />

Signature of Contractor No. of corrections Executive Engineer


34<br />

CLAUSE-23: LIABILITY OF CONTRACTORS FOR ANY DAMAGE DONE OR<br />

OUTSIDE WORK AREA<br />

Compensation for all damage done intentionally or unintentionally by contractors, labour<br />

whether in or beyond the limits of Government property including any damage caused by the<br />

spreading of fire mentioned in clause 22 shall be estimated by the engineer-in-charge or such<br />

other officer as he may appoint and the estimates of the engineer-in-charge subject to the<br />

decision of the Superintending Engineer on appeal shall be final and contractor shall be<br />

bound to pay the amount of the assessed compensation on demand failing which the same<br />

will recovered from the contractor as damages in the manner prescribed in clause 1 or<br />

deducted by the engineer-in-charge from any sums that may be due or become due from<br />

Government to the contractor under this contract or otherwise.<br />

The contractor shall bear the expenses of defending any action or other legal proceedings that<br />

may be brought by any person for injury sustained by him owing to neglect of precautions to<br />

prevent the spread of fire and he shall pay any damages and cost that may be awarded by the<br />

court in consequences.<br />

CLAUSE-24: EMPLOYMENT OF FEMALE LABOUR<br />

The employment of female labours on works in the neighborhood of soldier’s barracks should<br />

be avoided as far as possible.<br />

CLAUSE-25: WORK ON WEEKLY HOLIDAYS<br />

No work shall be done on holydays without sanction in writing of the engineer-in-charge<br />

Signature of Contractor No. of corrections Executive Engineer


35<br />

CLAUSE-26: WORK NOT TO SUBLET, CONTRACT MAY BE RESCINDED AND<br />

SECURITY DEPOSIT FORFEITED FOR SUBLETTING IT<br />

WITHOUT APPROVAL OR FOR BRIBING A GOVERNMENT<br />

OFFICER OR IF CONTRACTOR BECOMES INSOLVENT<br />

The contract shall not be assigned or sublet without the written approval of the engineer-incharge.<br />

Contract may be rescinded and security deposit forfeited if subletting is without<br />

approval or for bribing a public officer or if contractor becomes insolvent, and if the<br />

contractor shall assign or sublet his contract, or attempt so to do or become insolvent or<br />

commence any proceeding to be adjudicated an insolvent or make any composition with his<br />

creditors, or attempt so to do the engineer-in-charge may by notice in writing, rescind the<br />

contract. Also if any bribe, gratuity, gift, loan, perquisite reward or advantage pedantry or<br />

otherwise, shall either directly or indirectly be given, promised, or offered by the contractor<br />

or any of his servants or agents to any public officer or person in the employment of<br />

Government in any way relating to his office of employment, or if any such officer or person<br />

shall become in any way directly of indirectly interested in the contract the engineer-incharge<br />

may by notice in writing rescind the contract. In the event of a contract being<br />

rescinded the security deposit of the contractor shall thereupon stand forfeited and be<br />

absolutely at the disposal of Government and the same consequences shall ensure as if the<br />

contract had been rescinded under clause 3 hereof & in addition the contractor shall not be<br />

entitled to recover or be paid for any work therefore actually performed under the contract.<br />

CLAUSE-27: SUM PAYABLE BY WAY OF COMPENSATION TO BE<br />

CONSIDERED AS REASONABLE COMPENSATION WITHOUT<br />

REFERENCE TO ACTUAL LOSS<br />

All sums payable by contractor by way of compensation under any of these shall be<br />

considered as a reasonable compensation to be applied to the use of government without<br />

reference to the actual loss or damage sustained and whether any damage has or has not been<br />

sustained.<br />

CLAUSE-28: CHANGES IN THE CONSTITUTION OF FIRM TO BE NOTIFIED<br />

In the case of tender by the partners any change in the constitution of the firm shall be<br />

forthwith notified by the contractor to the engineer-in-charge for his information.<br />

CLAUSE-29: WORK TO BE UNDER DIRECTION AND CONTROL OF<br />

SUPERINTENDING ENGINEER<br />

All works to be executed under the contract shall be executed under the direction and control<br />

and subject to the approval in all respects of the Superintending Engineer of the Circle for the<br />

time being, who shall be entitled to direct at what point or points and in what manner they are<br />

to be commenced and from time to time, carried on.<br />

CLAUSE-30<br />

1) DECISIONS OF SUPERINTENDING ENGINEER TO BE FINAL<br />

Except where otherwise specified in the contract and subject to the powers delegated to<br />

him by Government under the code rules then in force the decision of the<br />

Superintending Engineer of circle for the time being shall be final, conclusive and<br />

binding on all parties to the contract upon all questions relating to the meaning of the<br />

specifications, designs, drawing and instructions, herein before mentioned and as to the<br />

quality of workmanship or materials used on the work or as to any other question, claim,<br />

right, matter or thing whatsoever, in any way arising out of or relating to the contracts,<br />

designs, drawings, specifications, estimates, instructions, orders or these conditions, or<br />

Signature of Contractor No. of corrections Executive Engineer


36<br />

otherwise concerning the work, or the execution, or failure to execute the same whether<br />

arising, during the progress of the work, or after the completion or abandonment thereof.<br />

2) The contractor may within thirty days of receipt by him of any order passed by the<br />

Superintending Engineer of the Circle as aforesaid appeal against it to the Chief<br />

Engineer concerned with the contract, work or project, provided that:<br />

a) The accepted value of the contract exceeds Rs. 10 lakhs (Rupees Ten lakhs)<br />

b) Amount of claim is not less than Rs. 1.00 lakh (Rupees One lakh)<br />

3) If the contractor is not satisfied with the order passed by the Chief Engineer as aforesaid<br />

the contractor may, within thirty days of receipt by him of any such order, appeal against<br />

it to the concerned Secretary, Rural Development & Water Conservation Department,<br />

who if convinced, that prima-facie the contractor's claim rejected by Superintending<br />

Engineer/Chief Engineer is not frivolous and that there is some substance in the claim of<br />

contractor as would merit a detailed examination and decision by the Standing<br />

Committee, shall order to put up to the same to the Standing Committee at the<br />

Government level for suitable decision.<br />

CAUSE-31: STORES OF EUROPEAN OR AMERICAN MANUFACTURE TO BE<br />

OBTAINED FROM GOVERNMENT<br />

DELETED<br />

CLAUSE-32: LUMP SUMS IN ESTIMATES<br />

When the estimate on which a tender is made includes lump sum in respect of the of the<br />

contractor shall be entitled to payment in respect of the items of work involved or the part of<br />

the work in question at the same rates as are payable under this contract for such items; or if<br />

the part of the work in question is not in the opinion of the engineer-in-charge capable of<br />

measurement the engineer-in-charge may at his discretion pay the lump sum amount entered<br />

in the estimate, and the certificate in writing of the engineer-in-charge shall be final and<br />

conclusive against the contractor with regard to any sum or all sums payable to him under the<br />

provision of this clause.<br />

CLAUSE-33: ACTION WHERE NO SPECIFICATIONS<br />

In the case of any class of work for which there is no such specification as is mentioned in<br />

rule 1, such work shall be carried out in accordance with divisional specifications and in the<br />

event of there being no divisional specifications then in such case the work shall be carried<br />

out in all respects in all respects with the instructions and requirements of the engineer-incharge.<br />

CLAUSE-34: DEFINITION OF WORK<br />

The expression "works" or "work" where used in these conditions, shall unless there be<br />

something in the subject or context repugnant to such construction, be constructed to mean<br />

the work or works contracted to be executed under or in virtue of the contract, whether<br />

temporary or permanent and whether original, altered substituted or additional.<br />

CLAUSE-35<br />

Contractor’s percentage whether applied to net or gross amounts of bill, the percentage<br />

referred to in the tender shall be deducted from / added to the gross amount of the bill before<br />

deducting the value of any stock issued. [As per G.R.P. W.D.No. CAT/1080/CR-330 Bldg-2<br />

dated 10/06/87]<br />

Signature of Contractor No. of corrections Executive Engineer


37<br />

CLAUSE-36: REFUND OF QUARRY FEES AND ROYALTIES<br />

All quarry fees, royalties, octroies dues and ground rent for stacking materials, if any should<br />

be paid by the contractor.<br />

CLAUSE- 37: COMPENSATION UNDER WORKMEN'S COMPENSATION ACT<br />

The contractor shall be responsible for and shall pay any compensation to his workmen<br />

payable under the Workmen's Compensation Act, 1923 (VIII of 1923) (hereinafter called as<br />

the said act), for Injuries caused to the workmen If such compensation is payable and/or paid<br />

by Government as principal employer under sub section (1) of section 12 of the said act on<br />

behalf of the contractor, it shall be recoverable by Government from the contractor under subsection<br />

(2) of the said section. Such compensation shall be recovered in the manner laid down<br />

in clause 1 above.<br />

CLAUSE- 37 (A)<br />

The contractor shall be responsible for and shall pay the expenses of providing medical aid<br />

any workmen who may suffer a bodily injury as a result of an accident. If such expenses are<br />

incurred by Government the same shall be recoverable from the contractor forthwith and be<br />

deducted without prejudice to any other remedy of Government from any due that may<br />

become due to the contractor.<br />

CLAUSE- 37 (B)<br />

The contractor shall provide all necessary personal safety equipment and first aid apparatus<br />

available for the use of persons employed on the site, shall maintain the same in condition<br />

suitable for immediate use at any time and shall comply with the following regulations in<br />

connection therewith<br />

a) The workers shall be required to use the equipment so provided by the contractor and<br />

the contractor shall take adequate steps to ensure proper use of the equipment by<br />

those concerned.<br />

b) When work is carried on in proximity to any place where there is a risk of drowning<br />

all necessary equipment shall be provided and kept ready for use and all necessary<br />

steps shall be taken for the prompt rescue of any person in danger.<br />

c) Adequate provisions shall be made for prompt first aid treatment of all injuries likely<br />

to be sustained during the course of the work.<br />

CLAUSE-37 C<br />

The contractor shall duly comply with the provisions of "The Apprentices Act 1961" (III) of<br />

1961 the rules made there under and the orders that may be issued from time to time under<br />

the said Act and the said Rules and on his failure or neglect to do so he shall be subject to all<br />

the liabilities and penalties provided by the said Act and said Rules". [Vide circular No.<br />

CAT/6076/3336 (400)Bldg-2 Dt. 16.08.85.]<br />

CLAUSE-38: CLAIM FOR QUANTITIES OF WORK IN THE TENDER<br />

1) Quantities in respect of the several items shown in the tender are approximate and no<br />

revision in tender rate shall be permitted in respect of any of the items so long as<br />

subject to any special provision, contained in the specifications prescribing a different<br />

percentage of permissible variation; the quantity of the item does no exceed the<br />

tendered quantity by more than 25% and so long as the value of the excess quantity<br />

beyond this limit at the rate of the item specified in the tender, is not more than Rs.<br />

5000/- [(PW & H Department Resolution No. CAT 1268/59382 Q dated 14/3/1974).]<br />

Signature of Contractor No. of corrections Executive Engineer


38<br />

2) The contractor shall if ordered in writing by the Engineer so to do, also carry out - in<br />

excess of the limit mentioned in sub clause (1) hereof on the same condition as<br />

and in accordance with the specification in the tender and at the rates (i) derived<br />

from the rates entered in the current schedule of rates and in the absence of such<br />

rates (ii) At the rates prevailing in the market. The said rates being<br />

increased or decreased as the case may be, by percentage which the total tendered<br />

amount bears to the estimated cost of the work as put to tender based upon the<br />

schedule of rates applicable to the year in which the tenders were invited; for the<br />

purpose of operation of this clause cost shall be<br />

Signature of Contractor No. of corrections Executive Engineer


39<br />

3) Claims arising out of reduction in the tendered quantity of any item beyond 25 percent<br />

will be governed by the provision of clause- 15 only when the amount of such<br />

reduction beyond 25% at the rate of the item specified in the tender is more than Rs.<br />

5000/-<br />

4) The provision of Water Resources Department’s Marathi circular ''( –<br />

-.&/012/-0/-&/3 "4 – & " "#% ''5+ &&+&-+/-&/ shall be applicable under this<br />

clause.<br />

CLAUSE-39: EMPLOYMENT OF FAMINE OR OTHER LABOUR<br />

The contractor shall employ any feminine, convict or other labour of a particular kind or class<br />

if ordered in writing to do so by the engineer-in-charge.<br />

CLAUSE-40: CLAIM FOR COMPENSATION FOR DELAY IN STARTING THE<br />

WORK<br />

No compensation shall be allowed for any delay caused in the starting of the work on account<br />

of any acquisition of land and in the case of clearance works, for any delay in according<br />

sanction to estimate.<br />

CLAUSE-41: CLAIM FOR COMPENSATION FOR DELAY IN THE EXECUTION<br />

OF WORK<br />

No compensation shall be allowed for any delay in the execution of the work on account of<br />

water standing in borrows pits or compartments. The rates are inclusive for hard or cracked<br />

soil excavation in mud, sub soil, water or water standing in borrows pits and no claim for an<br />

extra rate shall be entertained unless otherwise expressly specified<br />

CLAUSE-42: ENTERING UPON OR COMMENCING ANY PORTION OF WORK<br />

The contractor shall not enter upon or commence any portion of work except with the written<br />

authority and instructions of the engineer-in-charge or his subordinates in charge of work;<br />

failing such authority the contractor shall have no claim to ask for measurements or payment<br />

for work.<br />

CLAUSE-43: MINIMUM AGE OF PERSONS EMPLOYED, THE EMPLOYMENT<br />

OF DONKEYS AND OTHER ANIMALS<br />

i) Contractor shall not employ any person who is under the age of 18 years.<br />

ii)<br />

No contractor shall employ donkeys or other animals with breaching of string or thin<br />

rope. The breaching must be at least 7.5 cm. wide and should be of tape (Nawar).<br />

iii) No animals suffering from sores, lameness or emaciation which his immature shall be<br />

employed on the work<br />

iv) The engineer-in-charge or his agent is authorized to remove from the work any person<br />

or animal found working which does not satisfy these conditions and no responsibility<br />

shall be accepted by Govt. for any delay caused in the completion of the work by such<br />

removal.<br />

v) The contractor shall provide drinking water facilities to the workers, similar amenities<br />

shall be provided to the workers engaged on large work in urban area.<br />

CLAUSE-44: METHOD OF PAYMENT<br />

Payment to contractors shall be made by cheques drawn on any treasury within the Division<br />

convenient to them, provided the amount exceeds Rs. 10/-. Amounts not exceeding Rs. 10/-<br />

will be paid in cash.<br />

Signature of Contractor No. of corrections Executive Engineer


CLAUSE-45: ACCEPTANCE OF CONDITIONS COMPULSORY BEFORE<br />

TENDERING FOR WORK<br />

40<br />

Any contractor who does not accept these conditions shall not be allowed to tender for works.<br />

CLAUSE-46: EMPLOYMENT OF SCARCITY LABOUR<br />

If Government declares a state of scarcity or famine to exist in village situated within 16 km<br />

of the work, the contractor shall employ upon such parts of the work, as are suitable for<br />

unskilled labour, any person certified to him by the Executive Engineer or by any person to<br />

whom the Executive Engineer may have delegated this duty in writing to be in need of relief<br />

and shall be bound to pay to such persons wages not below the minimum which Government<br />

may have fixed in this behalf. Any disputes which may arise in connection with the<br />

implementation of this clause shall be decided by the Engineer-in-Charge whose decisions<br />

shall be binding on contractor.<br />

CLAUSE-47<br />

The price quoted by the contractor shall not in any case exceed the control price, if any, fixed<br />

by Government or reasonable price which is permissible for him to charge a private purchaser<br />

for the same class and description of goods under the provisions of Hoarding and Profiteering<br />

Prevention Ordinance, 1948, as amended from time to time. If the price quoted exceeds, the<br />

contractor will specifically mention this fact in his tender along with the reasons for quoting<br />

such highest price. The purchaser at his discretion will in such case exercise the right of<br />

revising the price at any stage so as to conform to the controlled price on the permissible<br />

under the Hoarding and Profiteering Prevention Ordinance. These declarations will be<br />

exercised without prejudice to any other action that may be taken against the contractor.<br />

Signature of Contractor No. of corrections Executive Engineer


CLAUSE-48<br />

41<br />

The Contractor shall employ the unskilled labour to be employed by him on the work only<br />

from locally available labours and shall give preference to those persons enrolled under<br />

Maharashtra Government and self Employment Department's Scheme. Provided, however,<br />

that if the required unskilled labours are not available locally, contractor shall in the first<br />

instance employ such number of persons as is available may with previous permission in<br />

writing of the Executive engineer-in-charge of said work obtain the rest of requirement of<br />

unskilled labour from outside the above scheme. (As per 6, ' 7+,8<br />

&-9:0;+7+2:.0"/"#%'+/


42<br />

The Rate to be quoted by the contractor must be inclusive of Sale Tax. No extra payment on<br />

this account will be made to the contractor.<br />

CLAUSE-55<br />

All amounts whatsoever which the contractor is liable to pay to the Government in<br />

connection with the execution of the work including the amount payable in respect of (i)<br />

Material and or stores supplied/issued here under, (ii) Charges in respect of heavy plant<br />

machinery and equipment given on hire by the Government to the contractor for execution by<br />

him of the work and or on which advances have been given by the Government to the<br />

contractor shall be deemed to be arrears of the Land Revenue and the Government may<br />

without prejudice to any other rights and remedies of the Government recover the same from<br />

contractor as arrears of land revenue, (vide P.W. & H. Dept No. CAT/1274/4064/DESK-2<br />

dated7/12/1976)<br />

CLAUSE-56<br />

The contractor shall engage apprentice such as brick layer, carpenter, wireman, Plumber as<br />

well as blacksmith as recommended by the State Apprenticeship Advisor Director for<br />

Technical Education, Dhobi Talao, Mumbai-1 on the Construction work. (As per Govt. of<br />

Maharashtra Education Department No.TSA/5170 T 46689 Dated 7/7/72)<br />

CLAUSE-56 (A)<br />

A contractor shall comply with the provisions of the Apprentices Act at, 1961 under rules<br />

orders issued form time to time. If he fails to do so his failure will be a breach of the contract<br />

and the Superintending Engineer, may in his discretion, cancel the contract. The contractor<br />

shall also be liable for any pecuniary liability rising on account of any violation by him of the<br />

provision of the Act. (NO. AT S7107/T/447125 DATED 20/7/1976 of Director of Technical<br />

/Education an Sate Apprenticeship adviser M.S.Mumbai.)<br />

CLAUSE-57: SALE TAX / VAT<br />

The tendered rate shall be inclusive of all taxes, and ceases and shall also be inclusive of the<br />

levies in respect etc., of works contract under the provisions of the Maharashtra Sales Tax on<br />

transfer of property in goods involved in the execution of Works Contract Act, 1985<br />

(Maharashtra Act No. XXVL of 89)<br />

As per GR. PWD No CAT/1096/CR-172 Bldg-2 dated 20.04.1998)<br />

VAT @ 2% of the gross value of the work done should be deduct from the R.A. Bills and 5%<br />

shall be deducted from those who are not registered under VAT (As per G.R. PWD No.<br />

B.D.G.2005 / CR-324 / building -2, Mantralaya, Mumbai, Dated 3 March 2006).<br />

CLAUSE-58: ANTI-MALARIA<br />

A) The anti-malaria and other health measures shall be as directed by the Joint Director<br />

(Malaria and Filaria) of Health Service, Pune.<br />

B) Contractor shall ensure that mosquitogenic conditions are not created so as to keep<br />

vector population to minimum level.<br />

C) Contractor shall carry out anti-malaria measures in the area as per guidelines prescribed<br />

under National Malaria Eradication programme and as directed by the Joint Director (M<br />

& F) of Health Service, Pune.<br />

D) In case of default in carrying out prescribed anti malaria measures resulting in increase<br />

in malaria incident contractor shall be liable to pay to Government on anti malaria<br />

measures to control the situation in addition to fine.<br />

E) Relations with Public Authorities<br />

Signature of Contractor No. of corrections Executive Engineer


43<br />

The contractor shall make sufficient arrangements for draining ways the sullage water as<br />

well as water coming from the bathing land, washing places and shall dispose off this<br />

water in such a way as not to cause any substance. He shall also keep the premise clean<br />

by employing sufficient number of sweepers.<br />

The contractor shall comply with all rules, regulations, bye-laws and directions given<br />

from 'time to time by any local of public authority in connection with this work and shall<br />

pay fees or charges which available on him without any extra cost to Government. (As<br />

per Govt. of Maharashtra PW Dept. Circular No. CAT/1086/CR-243/D Blg- Dated<br />

11/9/87)<br />

CLAUSE-59<br />

The work is likely to be in progress departmentally and quantity put to tender shall be<br />

reduced to the extent of the work is done by Department up to the date of starting the work by<br />

the contractor. No clam due to deduction in quantity on this account will be entertained.<br />

CLAUSE-60<br />

6,06,=>7",%? ,@"@'(A'()*'?<br />

'?'"#, ,BCD)*+,"@'(A'()*<br />

'?'?'"#,@'(A'()*'? (6@)*E(,%%<br />

,F"'?(64"> ,BCD)*+<br />

61.CONDITION RELATING TO INSURANCE OF CONTRACT WORKS<br />

The contractor shall take out necessary Insurance Policy / Policies (viz. Contractor’s All<br />

Risks Insurance Policy, Erection All Risk Insurance Policy, as decided by the directorate of<br />

Insurance) so as to provide adequate insurance cover for execution of the awarded contract<br />

work for total contract value and complete contract period COMPULSORILY from the<br />

Directorate of Insurance, Maharashtra State, Mumbai only. Its postal address for<br />

correspondence is 264, MHADA first floor, Opp. Kalanagar, Bandra (East), Mumbai-51.<br />

(Telephone No. 022-26590403 / 26590690 and Fax No. 022-26592461 / 26590403)<br />

Similarly, all workmen appointed to complete the contract work are required to insure under<br />

workmen’s compensation insurance policy taken out from any other company will not be<br />

accepted. If any contractor has not taken out the insurance policy from the Directorate of<br />

Insurance, Maharashtra State, Mumbai or has effected insurance with any insurance<br />

company, the same will not be accepted and the amount of premium collected by the Govt.<br />

Insurance fund or 1% of the contract work will be recovered directly from the amount<br />

payable to the contractor for the executed contracted work anf if paid by the contractor, the<br />

same will be released and reimburced only after submission o\paid voucher and scrutinized<br />

by the Divisional Accountant. Director of Insurance reserves the right of distribute the risks<br />

of insurance amoung the other insurers.<br />

62. /6/'7%&/<br />

")*AG 6, =H =B ( " '(@ " "#% B+7+%B8<br />

1"3/--904+7+&-.0": '+'?'"&99I"?#A<br />

B"?8J=>!B(6,%?"8#"##,1B'""(KL3<br />

,,%?,M>"E(",NO#,@>'?'"<br />

&9/


44<br />

,%'?'@,=>M@(,%%#>'P6ANOQ%Q"?@#<br />

'(R)*+,J" @,)*=>J" <br />

#8"(,+<br />

<br />

<br />

Signature of Contractor No. of corrections Executive Engineer


45<br />

SCHEDULE ‘A’<br />

Schedule showing (approximately) the materials to be supplied from the Government’s<br />

store for the work contracted to be executed and preliminary and ancillary works, and the<br />

rates at which they are to be changed for.<br />

Name of Work : PANI PURAWTHA YOJNA ( With Public Contribution ) AT.<br />

PATKHED TAL-BARSHITAKLIDIST. AKOLA<br />

Particulars Rate at which the material will be Place of delivery<br />

charged to be the Contractor<br />

Unit<br />

Rate<br />

1 2 3 4<br />

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

Note : 1)<br />

All the materials including cement and steel shall be procured by the<br />

Contractor. The Department will not arrange for supply of any materials.<br />

2) The materials bought by the Contractor will have tobe tested and the<br />

expenditure of Testing shall be borne by the Contractor and only the materials<br />

found to comply with the specification shall be allowed to be used on the work.<br />

Signature of Contractor No. of corrections Executive Engineer


1. OUTLINE OF WORK :<br />

SPECIAL CONDITIONS OF THE CONTRACT<br />

(These will apply to all items of works etc. as relevant)<br />

1.1 The work will be on lines of the set of plans attached to the tender documents. However, the<br />

plans are liable to be changed in the course of execution and the strata shown there on are<br />

approximate.<br />

1.2 The item or work and their approximate quantities are given in schedule “B” of the <strong>Tender</strong>.<br />

1.3 The specifications of the work shall be as per Detailed General Specifications attached to this<br />

<strong>Tender</strong> and shall be strictly enforced.<br />

1.4 All levels shown in the drawings are approximate and depths of excavation are likely to be<br />

increased or decreased depending upon the strata met with during actual excavation. No claims<br />

on account of change in depth of strata or change of slopes will be entertained. The designed<br />

layout shown in the tender drawings is tentative and is subject to modifications. Such modifications<br />

shall not be a reason for any claim .<br />

2. UNIT OF QUOTING RATES :<br />

2..1 The percentage above or below shall be quoted with respect to the estimated rates in the schedule<br />

"B"<br />

3. SITE CONDITIONS :<br />

3.1 It shall be presumed that the contractor has satisfied himself as to the nature and location of the<br />

works, material availability general and local conditions, particularly those bearing on transport,<br />

handling and storage of materials, disposal of spoils, availability of labour, weather conditions,<br />

sources of water material availability etc. and has estimated the cost accordingly. Government<br />

will bear no responsibility for any lack of such acquaintance with site conditions and the<br />

consequence thereof to the contractor.<br />

3.2 HOUSING :<br />

No local housing is available and the contractor should arrange for suitable housing for his staff<br />

and labour, offices, etc. at his own cost within the area of work, as directed by the Engineer-incharge.<br />

Land for the same will be made available free of charge for temporary use during the<br />

course of execution, if available with the department.<br />

3.2.1 It is the responsibility of the Contractor to provide the firewood for the domestic use of the<br />

workers at the project side.<br />

3.3 WATER SUPPLY AND DRAINAGE :<br />

3.3.1. The Contractor shall make his own arrangements at his cost for the water supply to his<br />

colony and to the work site required for the work. The details of his proposed supply shall<br />

be approved by the Engineer-in-charge. Fresh and potable drinking water shall be made<br />

available by the Contractor to all persons working at work site in clean and hygienic<br />

earthen or other pots at all working places and in sufficient quantities.<br />

3.3.2 Similarly the disposal of solid waste and waste water / drainage arrangements<br />

will have to be made by the Contractor at his own cost to the entire<br />

satisfaction of the Engineer-in-charge<br />

3.4 CAMP REGULATION :<br />

The contractor shall be responsible for maintaining order in his camp and on his work site<br />

and to that end shall employ such officers, watchman or other persons, as required, at his cost.<br />

Unauthorized or undesirable persons shall be excluded from the camp and from the works. If, in the opinion<br />

of the Engineer-in-charge, any employee or agent of the Contractor misbehaves or causes<br />

obstruction in the proper execution of the work or otherwise makes himself undesirable, the<br />

Punoti Kh. - 46 -


contractors shall on receipt of the instruction to do so, remove him from the premises. Employees of the<br />

contractors shall mean any person employed by him or his subcontractors, (if subletting is permitted by<br />

the Engineer-in-charge), or any person employed on the work, contracted for on behalf of the<br />

contractor.<br />

3.5. MEDICAL AID :<br />

Medical aid for the contractor’s men shall be arranged by the Contractor at his own cost. The<br />

contractors shall provided first aid boxes on the work site. These boxes shall always be filled in<br />

with all required medicine.<br />

3.6 ROADS :<br />

3.6.1 The Contractor shall construct and maintain suitable inspection paths within the work limits<br />

at his own cost. There will however be no charge for any reasonable use by the Contractor of any<br />

road constructed by the Government. As Government machinery will be moving on the haul<br />

roads, if any accident occurs, the Contractor will have no claim on that account, will have to pay<br />

compensation etc. for such accident as per rules, regulations, laws etc. pertaining to these<br />

matters.<br />

3.6.2 All quarry roads and paths for the conveyance of materials from the quarries to the site of<br />

work and for all other operations required for the contract shall be constructed and maintained by<br />

the contractor at his own cost & If the village/public/private road is damaged by contractor heavy<br />

vehicle it should be repaired by the contractor.<br />

3.7 ELECTRICAL POWER :<br />

3.7.1 The contractor will have to make his own arrangements for electric power at his cost and this<br />

shall not constitute any reason for any claims in this behalf. The contractor will have to make his<br />

own arrangements to lay and maintain the necessary distribution line and wiring for his colony<br />

and the works at his cost. All wiring and methods of construction for overhead distribution lines<br />

and other lines shall be in accordance with the Indian Electricity Act 1910 and Indian Electricity<br />

Rules 1956.<br />

3.7.2 The layout and method of laying the lines and wiring and the nature of connected loads shall<br />

have the prior approval of Engineer-in-charge.<br />

3.7.3 In the case where electrical power is locally available from the Government, it will be<br />

supplied to the Contractor at the prevailing rates plus the duties and taxes applicable as per<br />

M.S.E.D.C. tariffs. The Contractor shall however have no claim for any inconvenience and loss<br />

caused due to non-availability of power or any interruption or break down in supply once the<br />

supply is started.<br />

3.7.4 The Contractor shall be and remain answerable and liable for any loss or damage or injury to<br />

any person or any property of Government, or other, caused by, arising from the failure of<br />

observance of the Indian Electricity Act, 1910 and Indian Electricity Rules 1956. Sufficient<br />

lighting as directed by the Engineer-in-charge shall be provided by the Contractor at his cost and<br />

risk in the working area and in the ancillary areas.<br />

4.0 ERRORS, OMISSION AND DISCREPANCIES :<br />

In all cases of omission, doubt, or discrepancies in the dimensions or description in the drawings<br />

and items of work, it shall be referred to the Engineer-in-charge, whose clarification and<br />

elaboration shall be considered as authoritative, subject to provision of clause No.30 of the B-l<br />

Form Conditions of Contract. The Contractor shall be held responsible for any error that may<br />

occur in the work through lack of such reference and precautions.<br />

5.0 SUPPLY OF MATERIALS BY AGENCY :<br />

5.1 CEMENT :<br />

5.1.1 All cement required for the work under this Contract shall be procured well in<br />

advance by the Contractor from the recognized manufacturers such as A.C.C. / Ultra Tech /<br />

Punoti Kh. - 47 -


Vasav Datta. Ordinary Portland cement of 43 grade conforming to I.S. 8112, 1989 and subsequent<br />

revisions thereof, if any, packed in 50 kg woven HDPE bags conforming to I.S. 11652 of 1986, shall<br />

be supplied.<br />

5.1.2 The Contractor shall produce proof of purchase of cement from the cement factory(s).<br />

The purchase bill supported by a Delivery Challan and Excise Gate Pass shall constitute adequate<br />

proof of purchase. Cement shall be stored in such a way as to allow its removal and use in<br />

chronological order of receipt i.e. first received being first used.<br />

5.1.3 Cement shall be kept in a weather-proof store under a double locking arrangement (one<br />

lock to be operated by Contractor and second lock to be operated by the authorised person of<br />

Department) so that it can be taken out or fresh stock admitted with the knowledge of supervising<br />

staff of the Government. The watch and ward of the cement stores shall be the responsibility of the<br />

Contractor.<br />

5.1.4 If godown facilities are available with the Department, the same will have to be utilised<br />

by the Contractor as per the terms and conditions as decided by the Engineer-in-charge.<br />

5.1.5 Testing :Cement shall be tested from Government approved laboratory with Contractor’s<br />

own cost and results submitted to Department. Cement shall be provided free of cost by the<br />

Contractor to the Engineer-in-charge, as and when desired, for testing purpose.<br />

5.1.6 The Engineer-in-charge or his representative shall at all times have access to the storage<br />

and work sites of the Contractor and shall have authority to check and examine security records,<br />

storage records and records of on-site usage, which are to be maintained up-to-date and provided<br />

by the Contractor. The Contractor shall comply with instructions that may be given by the<br />

Engineer-in-charge.<br />

5.1.7 The godown shall have masonry walls (U.C.R. or B. B.) and double locking<br />

arrangements. The construction should be completely leak proof. The floor should be hard<br />

material like shahabad or cement concrete and will not absorb and retain moisture. The godown<br />

and stocking arrangements shall be such as not to damage cement. The damage to the cement<br />

stored in the contractor's godown shall be solely his responsibility. The contractor shall not be<br />

allowed to use the damaged cement on the work. The end disposal of such cement shall be as<br />

directed by the Engineer-in-charge.<br />

5.1.8 The Engineer-in-charge or his authorised representative is authorised to inspect lorries of<br />

cement and all other materials of the Contractor before allowing them to proceed out of the<br />

works area.<br />

5.1.9 Whenever the cement is used on weight basis by correcting the bag weight for 50 kg. net<br />

cement the excess or shortage form the actual cement bag as received form the market shall be<br />

corrected and neat record of every use and excess or shortage noticed should be signed by the<br />

Engineer-in-charge of work operation and contractor or his representative. The extra cost of<br />

cement if any will be borne by the contractor. However, the contractor will make available<br />

necessary ledger, weighing arrangements and supervising staff at no extra cost on to this<br />

account.<br />

5.2 STEEL :<br />

The Contractor shall procure steel from the market. The Contractor shall make necessary<br />

arrangement at his own cost for samples from the available stock and shall confirm with<br />

the specifications laid down by the Bureau of Indian Standards (vide their specification<br />

Nos. I.S. 432 (part-1) of 1966, 1139-1966, 1786-1979) and subsequent revisions.<br />

a) The Contractor should store the steel of 60 days requirement at least one month in<br />

advance.<br />

Punoti Kh. - 48 -


) The contractor will have to construct sheds for storing steel having capacity not<br />

less than the steel required for 90 days use at works site. The Engineer-in-charge<br />

or his representative shall have free access to inspect to such stores and storage<br />

arrangement and to suggest modification and improvement if any and the<br />

contractor shall comply with the same. The storing arrangement shall be such as to<br />

afford convenience of the inspection and check of materials. Bars of the same size,<br />

length, shape & grade shall be assembled in stock & marked distinctly.<br />

c) The contractor shall further, at all time satisfy the Engineer-in-charge on demand,<br />

by production of records and books or by submissions, returns and other proofs as<br />

directed that the steel is being used as tested and approved by the Engineer-incharge<br />

for the purpose and the Contractor shall at all times maintain proper record<br />

of showing the basis of receipts & utilization of steel procured by the contractor &<br />

these shall at all times be open for inspection of the Engineer-in-charge.<br />

d) The Contractor shall procure the steel from main producers such as SAIL or<br />

TISCO. Rolled steel will not be acceptable. They should bring the test certificates<br />

of steel procured by them from the manufacturer and presented to Engineer-incharge<br />

for inspection..<br />

e) The steel procured should conform to the standard specification of Bureau of<br />

Indian Standards IS: No. of 1979 for Tor Steel and IS 432 of 2000 for mild steel<br />

& latest IS: No. for T M T 500<br />

f) Steel samples required for testing shall be supplied by the Contractor free of cost,<br />

However testing charges also to be borne by the Contractor.<br />

g) Structural steel shall conform to IS : 2002<br />

5.3 EXCAVATED MATERIALS :<br />

5.3.1 All the materials available from excavation will be property of Govt. and shall be disposed off<br />

as directed by the Engineer-in-charge. The materials of approved quality shall be used by the<br />

contractors in the items of work included in the schedule of prices for ancillary or preparatory<br />

work at the rate of prevailing royalty charges.<br />

Prior approval of the Engineer-in-charge for such use shall however be taken. The contractor<br />

shall make proper arrangements for sorting out and stacking material of approved quality that<br />

he proposes to use aforesaid. Government will be free to make use of other materials not likely<br />

to be required for use by the contractor as will be determined by the Engineer-in-charge. The<br />

excavated materials not to be used by the contractor as above or stacked for his use but<br />

remaining unused at site after completion of works shall be disposed off by the contractor at his<br />

cost in a manner and places as directed by the Engineer-in-charge. However no claim on<br />

account of extra lead & lift will be enterained by the department for disposal of exvated<br />

material.<br />

Govt. Of Maharashtra Irrigation Department Circular No. JAY 1080/105543 (1290) MAJ<br />

6 dated 19-9-81.)<br />

The separable spoils available from adjacent reaches /K.T.Weir works, etc. other than those in<br />

the tender under consideration shall be permitted to be used by the contractor free of cost<br />

provided these materials are used solely for the specific contract work in question, with the<br />

prior approval of the Engineer- in-charge. However no claim on account of non-availability of<br />

the separable spoils will be entertained by the department.<br />

5.3.2 The contractor shall use the extracted materials like rubble stone and quarry spauls, as the<br />

Executive Engineer, may direct and approve after removal, direct from excavation or from<br />

dumps as the Executive Engineer, may stipulate, The selection, sorting and stacking shall be<br />

done according to the direction of the Executive Engineer at free of cost by the contractor.<br />

5.3.3 The contractor shall supply free of cost the necessary quantities of sand, stone and aggregate<br />

etc. to the government for carrying out tests as required by the Engineer-in-charge. This shall<br />

Punoti Kh. - 49 -


e done well in advance of the construction operation so as to get approved the quality of the<br />

materials. The cost of opening quarries and operating them shall be borne by the Contractor.<br />

5.4 STONE :<br />

5.4.1 The Contractor shall visit various stone quarries operating in the nearby region and<br />

ascertain the levels and areas in which stone of good and acceptable quality is<br />

likely to be available. It is for the Contractor to investigate his own quarries which<br />

will yield stone in sufficient quantities and of required quality for the works.<br />

However, if a quarry location ascertained by the Contractor does not yield<br />

adequate and suitable stone, no claim will be entertained and other quarry<br />

locations will have to be investigated and established by the Contractor at his own<br />

cost and risk. The quality of stone from all quarries shall be got approved by the<br />

Engineer-in-charge before using it on the work. The contractor shall have to make<br />

arrangements at his own cost for construction and maintenance of all roads leading<br />

to and fro from the stone quarries as required by him.<br />

5.4.2 The locations of quarries have to be such that they do not affect permanent<br />

structures as well as should not be near existing or proposed habitation. The<br />

locations and sizes of quarries shall be subject to approval of the Engineer-incharge.<br />

However, if a quarry location approved by the Engineer-in-charge, on its<br />

opening, does not yield adequate and / or suitable stones, no claim can be raised<br />

against the department. In that case other quarries will have to be established by<br />

the Contractor at his own cost and risk and the stone got approved from the<br />

department for its quality before using it in the work.<br />

5.4.3 If the stone quarries are located in the lands acquired by the department, the<br />

Contractor would be allowed to quarry the rubble from these areas. If the quarries<br />

are located in private properties, the Contractor shall make his own arrangements<br />

to the legal rights and attend to payment etc. to the concerned parties for operation<br />

of these quarries at his own cost. Similarly he shall make arrangement for roads<br />

leading to and from the stone quarries to the work site at his own cost.<br />

5.4.4 In the stone quarries, where weak rocks like volcanic breccias etc. are met with,<br />

such rocks will be rejected and not allowed for use in the masonry. The quarrying<br />

will have to be adjusted to avoid these and other types of weak rocks.<br />

5.5 SAND :<br />

5.5.1 The Contractor shall make his own arrangement for procurement of sand of approved<br />

quality and the same should be got approved from the Engineer- in-charge before it is<br />

used on the work. However, if the quarry proposed by the contractor does not yield<br />

adequate suitable sand, no claims can be raised against the Department. In that case,<br />

another quarry location will have to be established by the Contractor at his own cost and<br />

risk. The sand from such quarries should be got approved from the Department before<br />

using it on the work.<br />

The Contractor shall have to make arrangement at his cost for construction and<br />

maintenance of all roads leading to and from sand quarries to the work site as required by<br />

him.<br />

5.6 CASING & HEARTING MATERIAL :<br />

The casing and hearting materials are expected to be used from available material from<br />

excavation on site during execution of the work and additional quantities (if required) are<br />

to be brought from the quarries. It is the responsibility of the Contractor to identify the<br />

quarries from which sufficient quantities of hearting and casing materials can be<br />

borrowed and quote rates accordingly, including all leads and lifts. No claim on account<br />

of extra lead and lift shall be entertained.<br />

Punoti Kh. - 50 -


5.6.1 The Contractor shall have to make arrangement at his own cost for construction and<br />

maintenance of all roads leading to and from quarries to the works site required by him.<br />

Punoti Kh. - 51 -


5.7 PETROL, OIL AND OTHER LUBRICANTS<br />

5.7.1 The contractor shall have to make his own arrangement for procurement of petrol, diesel, oil<br />

and other lubricants.<br />

6.0 EXPLOSIVES PROCUREMENT AND STORAGE :<br />

6.1 Explosives, petrol ,oils, fuels and other inflammable materials shall be stored strictly in<br />

accordance with the rules of the Explosives Department.<br />

6.2 The contractor shall, at his own expense, construct and maintain, at site of works<br />

proper magazine for storage of explosives and proper storage facilities for oil, fuel, etc. for use<br />

in connection with the work without any extra cost.<br />

6.3 The Contractor shall, at his own expense, obtain such licenses as may be necessary for storing<br />

and using explosive, oils, fuels, etc. The Department shall not accept any responsibility<br />

whatever in connection with the storage or use of explosives on the site or any accident or<br />

occurrence whatsoever in connection therewith. All operations of the Contractor in which or<br />

for which explosives are employed shall be at the risk of the Contractor and upon his sole<br />

responsibility.<br />

6.4 The Contractor shall arrange for the procurement of all the explosives at his cost and risk.<br />

6.5 If the Contractor fails to satisfy and provide safety precautions and fails to maintain<br />

satisfactory accounts of explosives, he shall be liable to the penalties under the rules. Skilled<br />

person shall be kept available on the work site to undertake all blasting operations.<br />

7.0 DATA TO BE FURNISHED BY THE CONTRACTOR:<br />

7.1 The Contractor shall submit to the Engineer-in-charge within a fortnight of the award of<br />

Contract, a list of the construction plant and equipment to be used for the execution of work and<br />

the names and qualifications of his staff assigned to supervise the work<br />

7.2 Immediately after receipt of the Work Order to commence the work, the Contractor shall submit<br />

to the Engineer-in-charge for approval, the plans in triplicate showing the location of his workshop<br />

and storage building, storage yards, offices, Contractor’s colony (including its services) and<br />

housing facilities which he proposes to erect at site. Suitable housing arrangements for the<br />

labours employed by the Contractor or his piece workers will be the Contractor's responsibility<br />

and the location of huts shall be in the prescribed area only, which shall be got approved from<br />

the Engineer-in-charge.<br />

7.3 No change in the approved layout shall be carried out without the written approval of the<br />

Engineer-in-charge.<br />

Punoti Kh. - 52 -


8. USE OF SITE :<br />

8.1 The Contractor shall be permitted to use the following for the bonafide purpose of the<br />

execution of this Contract, free of charge.<br />

i) The site required for construction of the work<br />

ii) The approach and haul roads constructed by Government subject to para 3.6.1.<br />

iii)<br />

The quarries for stones, sand and surkhi and the Government land required for<br />

Contractor’s buildings and storage yards.<br />

Use of quarries will be subject to Royalty charges as per para 10 below. The extent of<br />

land required by the Contractor shall be decided by the Engineer-in-charge at his sole<br />

discretion.<br />

8.2 All areas of operation including those for his staff and labour colonies, handed over to the<br />

Contractor shall be cleared and handed back in good condition to the Engineer-in-charge<br />

except areas under works constructed in accordance with this Contract or those for which<br />

specific approval has been obtained from the Engineer-in-charge.<br />

8.3 Wherever possible and desirable, the Contractor shall preserve all existing vegetation<br />

adjacent to the site, which does not interfere with the construction, as determined by the<br />

Engineer-in-charge.<br />

8.4 The land shall, as herein before mentioned, be handed over back to the Executive<br />

Engineer within six months after the completion of the work under this Contract. Also no<br />

land shall be held by the Contractor longer than the Engineer-in-charge shall deem<br />

necessary and the Contractor shall on due notice by the Engineer-in-charge, vacate and<br />

return the land which the Engineer-in-charge may certify as no longer being required by<br />

the Contractor for the purpose of the work, failing which the Contractor shall be liable to<br />

pay rent for the land so occupied, at the rate prescribed by the Engineer-in-charge.<br />

9. CERTIFICATE :<br />

The contractor should certify, after careful study and with due diligence, I hereby certify that all<br />

the lead charges, lift charges, etc. for various construction materials are included in the rate of<br />

the items and no claim will be put forth by me on this account.<br />

10. ROYALTIES :<br />

All quarry fees, royalties, octroi dues and ground rent for stacking materials, if any, shall be<br />

paid by the contractor in advance to the revenue authority & obtain required permission on<br />

failing this no claim on account of any penalties levied on contractor or department by revenue<br />

authority will be entertain by dept. The amount of royalty shall be deducted from R.A. bill as<br />

per prevailing rates and will be released only after submission of receipt from revenue<br />

Authority and if the contractor fails to submit the receipts the same amount will be directly paid<br />

to the Revenue Authority.<br />

11.0 PROGRAMME TO BE FURNISHED :<br />

11.1 As soon as practicable after the acceptance of <strong>Tender</strong>, but not later than 15 days, the<br />

Contractor shall submit to the Engineer-in-charge for his approval, a program showing<br />

Punoti Kh. - 53 -


Sr.<br />

No.<br />

the procedure and method by which he proposes to carry out the works, and shall<br />

whenever required by the Engineer-in-charge, furnish particulars in writing of his<br />

arrangements for carrying out works and the construction plant, temporary works, etc that<br />

he intends to use or construct as the case may be. No extra claims shall be admissible<br />

except as per the conditions provided for in the <strong>Tender</strong>.<br />

11.2 For guidance in preparing the programme for dates by which the various<br />

items shall be executed are given below.<br />

Item<br />

Construction programme attached<br />

separately on page 64<br />

Cumulative % of work quantity period wise<br />

... to ... ... to ... ... to ... ... to ... Remarks/<br />

months<br />

months<br />

months<br />

months<br />

Total<br />

TOTAL<br />

(AVERAGE) PERCENTAGE<br />

The program on the other items which are not quoted herewith should be matching with<br />

the progress of items given above.<br />

11.3 The submission to and approval by the Executive Engineer of such a programme shall not<br />

relieve the contractor of any of his duties or responsibilities under this contract.<br />

Punoti Kh. - 54 -


12. SETTING OUT:<br />

12.1 The Contractor shall be responsible for the true and proper setting out of the works and<br />

for the correctness of the position, levels, dimensions and alignment of all parts of works<br />

and for the provision of all necessary instruments, appliances and labour in connection<br />

therewith. If at any time during the progress of works, any error shall appear or arise in<br />

the position, level dimensions or alignment of any parts of the works, the Contractor shall<br />

rectify such error to the satisfaction of the Engineer-in-charge without any extra cost to<br />

the Government.<br />

12.2 For the purpose of setting out, two ends bench marks of which values shall be furnished<br />

by the Engineer-in-charge shall be provided by the Department near the site of work. The<br />

locations of such bench marks shall be apexes or the centre line or at appropriate<br />

locations specified by the Engineer-in-charge. All setting out shall be with reference to<br />

these bench marks and any errors, for the purpose of para 12.1 and 12.3, shall be with<br />

reference to these marks and levels.<br />

12.3 The checking of any setting out or of any line or level by the Engineer-in-charge or his<br />

agent shall not in any way, relieve the Contractor of his responsibilities for the<br />

correctness thereof and the Contractor shall carefully protect and preserve all bench<br />

marks, site rails and other things used in setting out of the works.<br />

12.4 Signing field books, longitudinal sections and cross sections<br />

Before starting the work and before any work is covered, levels for plotting the<br />

longitudinal and cross sections of the portions of the work shall be taken by the Engineerin-charge<br />

or his authorised representative in the presence of the Contractor or his<br />

authorised agent, who shall sign the field books (on the same day) and plans showing the<br />

longitudinal and cross sections, in token of acceptance. If the Contractor fails to sign, the<br />

levels recorded by the Engineer-in-charge or his representative shall be final and binding<br />

on the Contractor. For this purpose of taking levels a suitable date shall be fixed by the<br />

Engineer -in-charge and intimated to the Contractor at least three days in advance. If the<br />

Contractor or his duly authorised agent fails to attend on the appointed date, the levels<br />

shall be taken in his absence and such levels and longitudinal and cross sections based<br />

thereon, shall be final and binding on the Contractor.<br />

13. FOSSILS, ETC. :<br />

13.1 All gold, silver, oil or other minerals of any description and all precious stones, relics,<br />

fossils, coins, articles of value, articles of antiquities, old structures and other remains or<br />

things of geological, archaeological or religious interest discovered in or on the site of<br />

work shall be the absolute property of the Government and all measures shall be taken by<br />

the Contractor to protect the same from any damage or removal, and immediately upon<br />

discovery, the Contractor shall inform the Engineer-in-charge of the find.<br />

14 PATENT RIGHTS :<br />

14.1 The Contractor shall indemnify the Engineer-in-charge, from and against all claims and<br />

proceedings for, or on account of, infringement of any patent right, design, trade marks,<br />

or other protected rights in respect of any construction, plant, machine work or materials<br />

used for, or in connection with, the works of temporary or permanent nature and from and<br />

against all claims, demands, proceedings, damages, cost charges and expenses whatsoever<br />

incurred in relation thereto.<br />

15. NIGHT WORK :<br />

15.1 When work has to be carried out at night, the Contractor shall obtain written permission<br />

of the Engineer-in-charge. In the event of such sanction being granted, proper<br />

arrangements for supervision, lights, etc. shall be made to the satisfaction of the Engineerin-charge.<br />

Punoti Kh. - 55 -


16. PROTECTION OF MATERIALS :<br />

16.1 Materials shall be transported, handled and stored on the site in such a manner as<br />

to prevent, damage, deterioration or contamination.<br />

17. PRECAUTION DURING FLOODS AND RAINS :<br />

17.1 It is the responsibility of the Contractor to preserve and maintain in safe condition all work,<br />

materials, machinery and tools form floods and rain and no compensation will be paid on any<br />

account.<br />

18. PASSING OF FOUNDATIONS :<br />

18.1 After the completion of excavation work the same will be checked and passed by the<br />

Engineer-in-charge before backfilling or masonry or concrete work shall proceed.<br />

19. QUARRIES<br />

19.1 It is for the contractor to investigate his own quarries which would yield construction<br />

material such as stone, metal,rubble,water,sand, surkhi, murum, soil etc. and satisfy<br />

himself of the availability in desired quantities and quality. All necessary tests of<br />

materials should be carried out by the contractor at his own cost before using the material.<br />

19.2 The tenderer’s should in particular to see his own quarry sites and satisfy themselves<br />

about the quality and quantities of the material available as the rates quoted will be<br />

inclusive of all leads and lifts involved in bringing the materials from his own quarries.<br />

No claim on account of extra lead & lift for construction material used on site will be<br />

entertained.<br />

19.3 He shall supply free of cost necessary quantities of sand, stone and aggregate to<br />

government for carrying out test as desired by the engineer-in-charge well in advance of<br />

the construction operation so as to get approved the quality of the materials. The cost of<br />

opening quarries and operating them shall be borne by the contractor.<br />

20. WORK ORDER BOOK :<br />

20.1 The Contractor shall supply and maintain a bound work order book at the work site as<br />

directed by the Engineer-in-charge and shall make it available to the Engineer-in-charge<br />

or his representative, whenever requested. The work order book should have pages in<br />

triplicate and triple carbon papers should be provided with them. The Engineer-in-charge<br />

or his representative may record orders regarding works in this book, leaving the original<br />

copy in the book and removing the second and third copies to take with him. All orders<br />

recorded in these work order books shall be deemed to have been served on the<br />

Contractor. On completion of the work, all the work order books shall be handed over to<br />

the Engineer-in-charge.<br />

21. NO CLAIMS ON ACCOUNT OF DELAY DUE TO DEPARTMENTAL OR OTHER<br />

CONTRACTOR'S WORK :<br />

21.1 Delay on account of holding up work under this Contract due to the execution of work<br />

such as drilling and grouting, laying of pipes for construction of sluice and penstock,<br />

erection of gates for the irrigation and power outlets and other works being carried out<br />

simultaneously either by the Department or any other Contractor, shall not form reason<br />

for any claims by the Contractor.<br />

22. EMBEDED PARTS :<br />

22.1 Installation of all embedded parts such as for gates for penstock, irrigation outlets, pipes<br />

for penstock and construction of sluice or any other metal work (either supplied by the<br />

Department or bought by the Contractor at his own cost) stands included in the relevant<br />

item of Schedule ”B”. No extra payment will be made for the installation of this<br />

embedded metal work or for delays or for interruptions arising there from.<br />

22.2 The Contractor shall allow free use of gangways, etc. if any constructed by him, for<br />

Department work<br />

Punoti Kh. - 56 -


23. CO-ORDINATIONS WITH OTHER CONTRACTORS :<br />

23.1 Where other agencies, including the Department, are working in the same area for works<br />

other than those included in this Contract, the Contractor shall co-operate with these<br />

agencies to the fullest extent and shall allow them reasonable facilities and co-ordination<br />

for execution of their works simultaneously and satisfactorily, as intended in the Contract<br />

conditions, specifications and drawings.<br />

Should there be a dispute or disagreement between the Contractor and the other agencies<br />

for any cause whatsoever, the same shall be referred to the Engineer-in-charge whose<br />

decision regarding the co-ordination, co-operation and facilities to be provided by all the<br />

Contracting agencies to the others shall be final and binding on all parties and such<br />

decision shall not vitiates any Contract nor absolve the Contractor of his responsibilities<br />

under this Contract nor form the ground for any claim or compensation.<br />

24. DEFINITION OF THE TERM ENGINEER-IN-CHARGE :-<br />

24.1 The Engineer-in-charge means the Executive Engineer directly in charge of the work or<br />

any other officer duly authorised on his behalf.<br />

25. SUB-SURFACE CONDITIONS :-<br />

25.1 The probable rock line as roughly assessed from logs of the various bores and trial pits<br />

taken along and in the region of the various elements of works are shown on the<br />

drawings. The cores of these logs are available for inspection at site. The Contractor shall<br />

study the actual cores and draw his own conclusions as to the stratigraphy and nature of<br />

the materials. The Contractor shall acquaint himself with the local geology including the<br />

intertrappen layers, brecciaed rocks and water bearing possibilities of the softer strata that<br />

are expected to be encountered. The Contractor shall bear full responsibility for his<br />

deductions and conclusions as to the nature and condition of the rock and other materials<br />

and any difficulties associated with their excavation and use.<br />

26. DEATH, BANKRUPTCY, ETC. :<br />

26.1 If the Contractor shall die or commit any act of bankruptcy, or being bankrupt<br />

commences winding up, the executors, successors or other representative in liquidation or<br />

any person in whom the Contract may become vested, shall forthwith give notice thereof<br />

in writing to the Government and shall for one month, during which he shall take all<br />

reasonable steps to prevent a stoppage of work, have the option of carrying out this<br />

Contract subject to his or their providing such guarantee as may be required by the<br />

Government, to the value of work remaining unexecuted. In the event of stoppage of<br />

work, the period of option under this clause shall be fourteen days only. Should the above<br />

option be not exercised, the Contract may be terminated by Government by notice in<br />

writing to the Contractor. The power and provisions reserved to Government in this<br />

Contract of taking of the work out of Contractor’s hand shall immediately become<br />

operative.<br />

27. REFERENCE TO STANDARD SPECIFICATIONS :<br />

27.1 The specifications of the work as attached to this Contract are drawn with a specific<br />

reference to site conditions and do not everywhere include the details of standard tests<br />

and procedures, which are already laid down and available in the current Indian Standard<br />

Specifications. Whenever such details are not specified in this Contract, provisions under<br />

the current Indian Standard Specification and the Standard Specification (1965, and as<br />

amended from time to time) of Government of Maharashtra shall be deemed to be<br />

applicable.<br />

28. PAYMENT OF THE RUNNING ACCOUNT BILLS :<br />

28.1. With references to clause 10 of B-l form the payment of the bills will be made monthly.<br />

28.2. If due to paucity of fund payment is not made at regular intervals, no claim on this account shall<br />

be entertained.<br />

Punoti Kh. - 57 -


29. INCOME TAX / VAT<br />

29.1 Deduction for Income Tax at the rate of 2% (two percent) plus surcharge if any, VAT 5%,<br />

as applicable from time to time on such deduction, will be made on the gross payment of<br />

each bill due to the Contractor without excluding any adjustment on account of cost of<br />

material, hire charges of machineries or any services rendered by the Department. (VAT<br />

is applicable 2% those who are registered under the provision of Rule of Maharashtra<br />

Value Added Tax Act 2005 for the purpose of levy of Tax & 5% applicable for<br />

unregistered contractor under VAT.)<br />

.<br />

The <strong>Tender</strong> rates are inclusive of all taxes, rates, cesses and are also inclusive of the<br />

Leviable tax in respect of sale by transfer of property in goods involved in the execution<br />

of work contract under the provision of rule of Maharashtra value added tax act 2005 for<br />

the purpose of levy of tax<br />

30. ENGAGEMENT OF APPRENTICE<br />

30.1 It is obligatory on the part of the contractor to engage requisite number of apprentices by<br />

the State Apprenticeship Advisor and train them in the Bldg. trade (such as (i) Brick layer<br />

Bldg. Constructions, (ii) Carpenters and (iii) Plumbers as well as black smith) which have<br />

been specified designated trades under the Apprenticeship Act. 1951.<br />

31. DEPARTMENT’S ASSISTANCE :<br />

31.1 Though there is difficulty in procuring Explosives, tubes, tyres, food grains and other<br />

such materials and commodities, the Department can not and does not undertake any<br />

responsibility for assured supplies thereof. However the department will assist the<br />

contractor in forwarding recommending, his requirements for the work to proper<br />

authorities for all these articles without any commitment on the part of the Department.<br />

32. ARBITRATION :<br />

32.1 In case of any dispute between the Contractor and the Government in any matter whatsoever,<br />

it shall be resolved as per the provisions of Clause 30 of the B-l form and in no<br />

circumstances reference to the Arbitration Act will be entertained.<br />

Punoti Kh. - 58 -


33. PRICE VARIATION CLAUSE :<br />

If during the operative period of the Contract as defined in condition (i) below, there shall be any<br />

variation in the consumer Price Index (New Series) for Industrial Workers for Mumbai center as<br />

per the Labor Gazette published by the Commissioner of Labor, Government of Maharashtra<br />

and/or in the wholesale Price Index for all commodities prepared by the Office of Economic<br />

Adviser, Ministry of Industry, Government of India, or in the Price of petrol/Oil and lubricants<br />

and major construction materials like bitumen, cement, steel, various types of metal pipes etc.,<br />

then subject to the other conditions mentioned below, price adjustment on account of<br />

(1) Labour Component<br />

(2) Material Component<br />

(3) Petrol Oil and Lubricant Component<br />

(4) Hysd and Mild Steel Component<br />

(5) Cement component<br />

calculated as per the formula hereinafter appearing, shall be made. Apart from these, no other<br />

adjustment shall be made to the contract price for any reasons whatsoever. Component<br />

percentage as given below are as of the total cost of work put to tender. Total of Labour,<br />

Material and POL components shall be 100 and other components shall be as per actual.<br />

1. Labour component - K1 - 32 %<br />

2. Material components - K2 – 48 %<br />

3. POL components - K3 - 20 %<br />

4. Hysd and Mild Steel Component - ACTUAL<br />

5. Cement component - ACTUAL<br />

Note :- If Cement, Steel Bitumen C.I. & D.I. pipes are supplied on schedule A then respective<br />

components shall not be considered. Also if particular components is not relevant same shall be<br />

deleted.<br />

Star rate for cement = Rs.<br />

6000/- per M.T.<br />

Star rate for steel = Rs. 48000/- per tonne .<br />

Punoti Kh. - 59 -


Formula for labour component<br />

V 1 = 0.85 X P X [ K 1 X ( L 1 – L 0 ) ]<br />

100 L 0<br />

where,<br />

V 1 = Amount of price variation in Rupees to be Allowed for Labour<br />

component.<br />

P = cost of work done during the quarter under consideration minus the cost of cement and<br />

HYSD and Mild Steel, calculated at the basic star rates as applicable for the tender,<br />

consumed during the quarter under consideration.<br />

K 1 = percentage of labour component as indicated above .<br />

L 0 = Basic consumer price index for Mumbai center shall be average<br />

consumer price index of the quarter preceding the month in which the<br />

date prescribed for receipt of tender, falls.<br />

last<br />

L 1 = Average consumer price index for Mumbai center for the quarter under<br />

consideration.<br />

Formula for Materials Component:<br />

V 2 = 0.85 X P X [ K 2 X ( M 1 – M 0 ) ]<br />

100 M 0<br />

where,<br />

V 2 = Amount of price variation in Rupees to be Allowed for Material component.<br />

P = cost of work done during the quarter under consideration minus the cost of cement and HYSD<br />

and Mild Steel, calculated at the basic star rates as applicable for the tender, consumed during<br />

the quarter under consideration.<br />

K 2 = percentage of Material component as indicated above.<br />

M 0 = Basic wholesale price index shall be average wholesale price index for the quarter preceding the<br />

month in which to the last date prescribed for receipt of tender, falls.<br />

M 1 = Average wholesale price index during the quarter under consideration.<br />

Punoti Kh. - 60 -


Formula for Petrol, Oil, and Lubricant Component ( P.O.L.)<br />

V3 = 0.85 X P X [ K 3 X ( P 1 – P 0 ) ]<br />

100 P 0<br />

where,<br />

V 3 = Amount of price variation in Rupees to be Allowed for POL component.<br />

P =<br />

cost of work done during the quarter under consideration minus the cost of cement and<br />

HYSD and Mild Steel, calculated at the basic star rates as applicable for the tender,<br />

consumed during the quarter under consideration.<br />

K 3 = percentage of POL component as indicated above .<br />

P 0 =<br />

P 1 =<br />

Average price of HSD at Mumbai of the quarter preceding the month in which the last<br />

date prescribed for receipt of tender, falls.<br />

Average price of HSD Mumbai at for the quarter under consideration.<br />

Formula for HYSD and steel Component:<br />

V4 = [ S 0 X ( SL 1 – SL 0 ) ] X T<br />

100 SL 0<br />

where,<br />

V 4 = Amount of price variation in Rupees to be Allowed for HYSD / Mild steel<br />

component.<br />

S 0 =<br />

Basic rate of HYSD/Mild steel i.e. Rs. 48000/- per tonne as considered for<br />

working out value of P.<br />

SL 1 = Average steel index as per RBI Bulletin during the quarter under<br />

consideration.<br />

SL 0 = Average steel index as per RBI Bulletin of the quarter preceding the month in<br />

which the last date prescribed for receipt of tender, falls.<br />

T =<br />

Tonnage of steel used in permanent work of the quarter under consideration.<br />

Punoti Kh. - 61 -


Formula for Cement Component<br />

V5 = [ C 0 X ( CL 1 – CL 0 ) ] X T<br />

100 CL 0<br />

where,<br />

V 5 = Amount of price variation in Rupees to be Allowed for Cement component.<br />

C 0 = Basic rate of Cement i.e. Rs. 6000/- per tonne as considered for working out<br />

value of P.<br />

CL 1 = Average Cement index published in the RBI Bulletin during the quarter<br />

under consideration.<br />

falls<br />

CL 0 = Average Cement index published in the RBI Bulletin for the quarter<br />

preceding the month in which the last date prescribed for receipt of tender, .<br />

T =<br />

Tonnage of Cement used in permanent work for the quarter under<br />

consideration.<br />

i) The operative period of the contract shall mean the period commencing form the date of<br />

work order issued to the contractor and ending on the date on which the time allowed for<br />

the completion of the work specified in the contract for work; expires, taking into<br />

consideration the extension of time-limit, if any, for completion of the work granted by<br />

the engineer under the relevant clause of the Conditions of Contract, in cases other than<br />

those, where such extension is necessitated on account of default of the contractor. The<br />

decision of the engineer as regards the operative period of the contract shall be final and<br />

binding on the contractor. Where any compensation for liquidated damages is levied on<br />

the contractor on account of delay in completion or inadequate progress under the<br />

relevant contract provisions, the price adjustment amount for the balance of work from<br />

the date of levy of such compensation shall be worked out by pegging the indices L1, M1<br />

and P1 and also CL1, SI 1 to the levels corresponding to the date from which such<br />

compensation is levied.<br />

ii)<br />

iii)<br />

iv)<br />

The price variation shall be determined during each quarter as per formula given above in<br />

this clause.<br />

The price variation under this Clause shall not be payable for the extra items required to<br />

be executed during the completion of the work and also on the excess quantities of items<br />

payable under the provisions of Clause-38 of the contract form B-1. Since the rates<br />

payable for extra items or the extra quantities under Clause-38 are to be fixed as per<br />

current DSR or as mutually agreed to, yearly revision till completion of such work. In<br />

other words, when the completion / execution of extra items as well as extra quantities<br />

under Clause-38 of the contract form B-1 extends beyond the operative date of the DSR,<br />

then rates payable for the same beyond the date shall be revised with reference to the<br />

current DSR, prevailing at the time, on year to year basis or revised in accordance with<br />

mutual agreement thereon, as provided for in the contract, whichever is less.<br />

This clause is operative both ways, i.e. if the price variation as calculated above is on the<br />

plus side, payment on account of the price variation shall be allowed to the contractor and<br />

if it is on the negative side, the government shall be entitled to recover the same from the<br />

contractor and the amount shall be deductible from any amounts due and payable under<br />

the contract.<br />

v) To the extent that full compensation for any rise or fall in costs to the contractor is not<br />

entirely covered by the provision of this or other clauses in the contract, the unit rate and<br />

Punoti Kh. - 62 -


prices included in the contract shall be deemed to include amount to cover the<br />

contingency of such other actual rise or fall in costs.<br />

34. SPECIAL CONDITIONS FOR THE MATERIAL TO BE BROUGHT BY THE<br />

CONTRACTOR<br />

All the materials including cement, steel etc. brought by the contractor for the work shall be<br />

reported to the Engineer-in-charge along with the necessary test report from Govt. laboratory or<br />

factory.<br />

Cement shall be brought of 43 grade confirming to I.S. 8112 of 1989 and to confirm concrete<br />

strength as per IS 156-1978.<br />

The steel supplied by the contractor shall be confirming to I.S. 432 (Part-1) of 1966 and I.S.<br />

1786 of 1976 amended time to time.<br />

Required quantity of explosive shall be brought by the contractor from the Govt. authorized<br />

depot. <strong>Document</strong> such shall be furnished to the Engineer-in-charge only. Skilled person to be<br />

kept on work site for all blasting operation.<br />

The structural steel to confirm I. S. 800 1962 and subsequent revision thereof quality control on<br />

the site should be the responsibility of the Engineer-in-charge with necessary equipment and<br />

labour made available by the contractor. It is the responsibility of the contractor to prove to the<br />

site Engineer that this work meet the required specifications. The responsibility of quality<br />

control of work will be of the site Engineer who will be given necessary guidance and<br />

administrative support by the Engineer-in-charge. The Engineer-in-charge will be the overall in<br />

charge of the quality control on the site. The Contractor will be the ultimate responsible for the<br />

quality .<br />

Punoti Kh. - 63 -


35. INSURANCE FOR CONTRACT WORK :<br />

The Contractor shall take out an Insurance Policy or Policies so as to provide adequate insurance<br />

cover for the execution of the awarded Contract work from the ‘Director of Insurance, Maharashtra<br />

State, Mumbai- 400 051’ only. Its postal address for correspondence is “264, Mhada, opposite<br />

Kalanagar, Bandra (E), Mumbai - 400 051, (Tel. No. 26438403) (Fax) 26438461/26438690,<br />

Insurance policy/policies taken out from any other company will not be accepted. However, if the<br />

Contractor desires to effect insurance with the local office of any other insurance company, the same<br />

should be under the co-insurance-cum-servicing arrangements approved by the Director of Insurance.<br />

If the policy taken out by the Contractor is not on a co-insurance basis (G.I.F. 60% and insurance<br />

company 40%) approved by the Government Insurance Fund, the policy will not be accepted and the<br />

amount and the premium calculated by the Director of Insurance will be recovered directly from the<br />

amount payable to the Contractor for the executed work<br />

36. MODE OF PAYMENT OF THE QUANTITIES OF EMBANKMENT, EXCAVATION,<br />

MASONRY AND CONCRETE ITEMS EXECUTED IN EXCESS OF 125%<br />

Clause No. 38 of B-1 <strong>Tender</strong> form pertains to payment of quantities of different items of<br />

schedule 'B' in excess of 125% of the <strong>Tender</strong>ed quantities. It is to be clarified that in case of<br />

items of excavation in soft strata and hard strata in the present <strong>Tender</strong>, this clause will become<br />

applicable only if the total quantity of excavation (i.e. quantity for Excavation in soft strata and<br />

quantity for excavation in hard strata) exceeds by 125% during execution.. For payment of<br />

quantity executed in excess of 125% of total quantity of excavation, the following procedure will<br />

apply.<br />

CASE–1<br />

Where the quantity of excavation executed exceeds 125% total of tendered quantity of items of<br />

excavation in soft strata and hard strata, but quantity executed of anyone of the individual items is less<br />

than or equal to the tendered quantity, for that item all the excess quantity beyond 125% of total<br />

tendered quantity in items of excavation in soft hard strata, will be paid by revising the rate of only<br />

that item where excess has occurred.<br />

CASE–2<br />

Where total quantity of excavation executed for both items (excavation in soft strata and hard strata)<br />

exceeds 125% of the total tendered quantity, quantity in excess of 125% of total tendered quantity<br />

will be distributed in the ratio of<br />

Executed quantity of individual item of excavation<br />

Total executed quantity of item of excavation in soft strata and hard strata.<br />

Total executed quantity of items of excavation in soft strata and hard strata will be paid by revising<br />

the rate of individual items as per clause 38 (2) subject to the provision that the revision of rate will be<br />

applicable only for the quantity of individual item executed beyond 125% of the <strong>Tender</strong>ed quantity.<br />

In case if executed quantity is less than 75% of the total quantity of excavation in soft strata and hard<br />

strata, these will be treated on similar lines as (1) and (2) above.<br />

CASE–3<br />

Where total quantity of all masonry items taken together exceeds 125% of the total tendered<br />

quantities of all masonry items, quantity in excess of 125% of total tendered quantity will be<br />

distributed in the ratio of<br />

executed quantity of individual item of masonry /<br />

Punoti Kh. - 64 -


total executed quantity of all masonry items taken together.<br />

Total executed quantity of items of masonry will be paid by revising the rate of individual items as<br />

per clause 38 (2) subject to the provision that the revision of rate will be applicable only for the<br />

quantity of individual item executed beyond 125% of the <strong>Tender</strong>ed quantity.<br />

In case of executed quantity less than 75% of the total quantity of all masonry items, these will be<br />

treated on similar lines as (1) and (2) above.<br />

CASE–4<br />

Where total quantity of all concrete items taken together exceeds 125% of the total tendered quantities<br />

of all concrete items, quantity in excess of 125% of total tendered quantity will be distributed in the<br />

ratio of ..<br />

Executed quantity of individual item of concrete<br />

Total executed quantity of all concrete items taken together.<br />

Total executed quantity of items of concrete will be paid by revising the rate of individual items as<br />

per clause 38, (2) subject to the provision that the revision of rate will be applicable only for the<br />

quantity of individual item executed beyond 125% of the <strong>Tender</strong>ed quantity.<br />

In case of executed quantity less than 75% of the total quantity of all concrete items, these will be<br />

treated on similar lines as (1) and (2) above.<br />

37. ADDITIONAL CONDITIONS<br />

37.1 The Contractor shall deploy the following machines for this work as specified in the prequalification<br />

document. The machines shall be retained on site for the duration of the<br />

Contract (as per the work schedule) and all machines must be maintained in good<br />

working order.<br />

a) 2 Nos. excavator (e.g. Poclains) with a minimum of 10 numbers of tippers having<br />

capacity of 7.5 tonne in good working conditions<br />

b) Wagon drilled Compressor 2 nos.<br />

c) Power Roller 2 nos.<br />

b) 2 Nos. water tanker of adequate capacity in good working condition.<br />

e) Concrete mixer 2 nos. with weigh batch arrangement.<br />

f) Dozer ( cat D4 or similr type)<br />

d) At least 1 mechanical or pneumatic tamper /rammer for earthworks compaction<br />

around structures and other areas where the rollers cannot access<br />

e) If a sheep-foot type roller is not available then 1 farm tractor fitted with disc<br />

harrows, for scarifying the layer before a new layer is placed.<br />

37.2 The Contractor shall have at least 2 No. qualified Engineer (full time employees) with a<br />

minimum of 3 to 5 years experience assigned to supervise the work. At least 1 supervisor<br />

shall be on site at all times. Engineer on contract will not be accepted.<br />

37.3 The Contractor shall have a well established field laboratory necessary for soil testing,<br />

sand testing and concrete sampling (testing equipments should be owned by him) set up<br />

on site, with experienced staff to carry out the tests.<br />

37.4 Quality control on the site shall be the responsibility of the Engineer-in–charge with<br />

necessary equipment and labour made available by the contractor. It is responsibility of<br />

the contractor to prove the site engineer that his work meets the required specifications.<br />

The responsibility of the daily quality control of work will be of the Site Engineer who<br />

will be given necessary guidance and administrative support from the Engineer in Charge.<br />

The Engineer in Charge will be overall in-charge of the quality control on this work. The<br />

cost involved with the quality control on the site is responsibility of the contractor<br />

Punoti Kh. - 65 -


37.5 All references to “Proctor Density” “Modified Proctor Density” or “Standard Proctor<br />

Density” in the Contract documents should be taken to mean "Standard Proctor Density"<br />

in the context of this Contract.<br />

37.6 In executing the work, the Contractor should undertake the earthworks, masonry works<br />

and concrete works simultaneously in order that the work can be completed within the<br />

shortest possible period.<br />

377 The final payment to the Contractor will only be made after a Completion Report for the<br />

works has been approved by the Engineer-in-charge and the Certificate of Completion<br />

has been issued (as per clause 7 of Conditions of Contract). The Completion Report is to<br />

comprise of (1) record drawings (2) quality control records (3) excess/saving note (4)<br />

materials test reports and (5) a Completion Inspection Survey of all components with<br />

design compliance certified by Engineer-in-charge.<br />

Punoti Kh. - 66 -


38 BLASTING BOULDER –<br />

Measurement for blasting boulders bigger than 0.1 cum not covered by the excavation in over<br />

burden or compulsory excavation viz. C.O.T., Drains, Head Regulator, Waste weir etc .as indicated in<br />

the foregoing shall be taken on stacks of regular size. All such material for measurements shall be<br />

stacked in compact manners at convenient spot as directed. For arriving the quantity to be paid for,<br />

50% of the measured stack volume shall be deducted from stacked measurement for voids. Such net<br />

quantities arrived at for payment will be deducted form quantity of the overburden and shall be paid<br />

in the item of excavation in hard strata. Boulders which are not to be paid for rock excavation will be<br />

disposed off. After taking stack measurements of boulders as mentioned above, the final disposal of<br />

unutilised material shall be done as per the instruction of the Engineer incharge without any extra cost<br />

39. FORMATION OF WATER USERS CO-OPERATIVE/ ASSOSIATION SOCIETY.<br />

(WUA)<br />

The contactors shall assist for the formation of water user co-operative/ association (WUA) of<br />

the farmers under command. The contractor should complete all the formalities for the formation of<br />

WUA for registration of the WUA with the competent authority. The contractor shall also made all<br />

the requirement for the all site visits and study tours including all necessary expenses required for<br />

transportation, lodging and boarding of the representative team of the WUA to the near by successful<br />

water Users Co-Op Society/Association in the region or adjacent region and WALMI Aurangabad.<br />

He should also make necessary arrangement for imparting the required training to the members of the<br />

WUA. All the these activities are to be carried out under the supervision of the Engineer-in-charge<br />

and in full cooperation of the beneficiaries.<br />

40. Quarry Boulders :- a) While working out the rate of embankment items from borrow area (<br />

for casing only) the presence of boulders of size more than 0.1 cum in the borrow area has not been<br />

contemplated. However, during the actual operation of the borrow area, if it is noticed that the borrow<br />

areas contain boulders of size more than 0.1 cum, then the efforts required to operate these borrow<br />

areas in strata containing boulders of more than 0.1 cum size, will be considered as stipulated<br />

hereafter.<br />

b) In case, it becomes evident from the detailed record which the contractor shall keep from time to<br />

time as directed by Engineer-in-charge and get it certified from the Engineer-in-charge the borrow<br />

areas contain boulders of size more than 0.1 cum, the contractor may claim for the extra efforts taken<br />

for quarrying in the borrow area in strata be considered only if all the boulders of size more than 0.1<br />

cum, met with in the borrow area quarry excavation, are neatly stacked and for which measurements<br />

shall be taken and recorded in the measurement Book and quantity arrived at after a deduction of 50%<br />

of the stacked quantity for voids, then the quantity will be considered upto maximum of 10% quantity<br />

of earth work from borrow area, for the purpose of this claim and dealt with as an Extra Item and at<br />

50% of the Regional Schedule of Rates for the item of excavation in Hard Rock, applicable for the<br />

relevant year of execution or at 50% of rates for item of excavation included in schedule “B”<br />

whichever is lower, subject to the provision that the actual payment will be made only after the<br />

completion of the embankment work under the item of embankment from borrow area in the working<br />

season . It shall be the entire responsibility of the contractor to maintain full data from time to time,<br />

preferable every month, about the boulders (more than 0.1 cum size) stacked and get it certified from<br />

the Engineer-in-charge, without which no claim shall become tenable and will therefore not be<br />

considered.<br />

Punoti Kh. - 67 -


Punoti Kh. - 68 -


ED-S.4: DISPOSAL OF MATERIALS<br />

The stripped material shall be transported and dumped or stacked at the disposal sites as approved by<br />

the engineer-in-charge. In no case shall this stripped material contaminate with the embankment<br />

materials.<br />

ED-S.5: LEAD AND LIFT<br />

The item includes all lead and lifts involved in the operation.<br />

ED-S.6: MODE OF MEASUREMENTS<br />

The measurement shall be based on the volume of the stripped quantity in cubic meter. The quantity<br />

will be computed by taking cross section at every 15 meters or at closer intervals for the areas<br />

stripped as per specifications.<br />

Punoti Kh. - 69 -


SECTION - 2<br />

ED EXCAVATION<br />

ED-E: SCOPE<br />

Excavation is mainly classified to its purpose under<br />

1) Excavation for seat of dam and drain, C.O.T.<br />

2) Excavation for Waste Weir, approach and tail channels, flank walls Guide walls, key walls and<br />

head regulators etc.<br />

The item includes furnishing of all tools, plant, labour and material required for carrying out<br />

excavation in all strata including conveyance and disposal in a manner hereinafter specified and all<br />

operations within the intent and purpose of the item.<br />

The item of excavation for other purposes shall include furnishing of all tools, plant, labour and<br />

material required for carrying out excavation in different strata for the various parts as denoted in the<br />

drawings, and removing and disposal in a manner hereinafter specified with all leads and lifts,<br />

maintaining the excavated slopes and trenches and all operations covered within the intent and<br />

purpose of the item. the rate also includes excavation in wet and moist conditions occurred in.<br />

ED-E2: CLEARANCE OF SITE OF WORK<br />

All areas required for the construction of the dam and appurtenant works and the surface of all borrow<br />

pits shall be cleared off all trees, stumps, bushes, roots vegetation and other objectionable materials.<br />

All such materials shall be removed from the site so as not to interfere with construction and<br />

maintenance of the project and shall be disposed off as directed by the engineer-in-charge to such<br />

disposal areas as directed. All trees cut and all materials from the dismantled structures shall be the<br />

property of government and shall be stacked at suitable places as directed by the engineer-in-charge.<br />

The cost of clearance as specified above is deemed to be included in the item of excavation for dam<br />

and appurtenant works.<br />

ED-E3: BASE LINES AND GRADES<br />

Before starting the work, one reference line and Bench Marks will be established by the department.<br />

Permanent base lines and cross lines shall be established by the contractor at sufficiently close<br />

intervals with Bench Marks at all end points to serve as “Reference Grid”. The contractor shall<br />

provide at his expense all templates, pillars and stakes, equipment materials and labour for<br />

establishing the Grid lines and the pillars, and shall be responsible for their maintenance during the<br />

whole season of construction. These shall be laid out with the prior approval of the engineer-incharge.<br />

No base line or bench marks or reference marks shall be used as reference line for the work,<br />

without prior approval of the engineer-in-charge. The contractor shall maintain a certified copy of<br />

such approved reference lines, bench-marks and levels and shall not remove any of them without the<br />

prior approval of the engineer-in-charge.<br />

The reference points and pillars, already established by the department in the works area shall be fully<br />

protected and maintained by the contractor. He shall repair and rebuild the same in case of any<br />

damage, intentional or otherwise.<br />

The contractor shall layout the work from the reference base lines in consultation with the engineerin-charge<br />

and shall be responsible for the correctness of all measurements and levels in connection<br />

therewith notwithstanding the fact that the same might have been checked by the staff of the engineerin-charge.<br />

Punoti Kh. - 70 -


The contractor shall be responsible for the proper execution of the work to such lines and grades as<br />

may be specified in the drawings or established or indicated by the engineer-in-charge from time to<br />

time.<br />

ED-E4: CLASSIFICATION OF STRATA<br />

The strata of excavation shall be classified as under:-<br />

1) Hard strata.<br />

2) Soft strata with soft rock.<br />

DEFINITION OF STRATA<br />

HARD STRATA<br />

This shall include all rocks occurring in masses which normally needs regular blasting for quarrying<br />

(Note: It shall also include rock which owing to the proximity of building or for any other reasons has<br />

to be cut by means of chisels or wedges). It shall also include boulders in mass , isolated boulders in<br />

mass and isolated boulders over 0.1 cum each, which normally require blasting or wedging and<br />

breaking for removal.<br />

SOFT STRATA WITH SOFT ROCK<br />

This shall include all material which is rock but does not need blasting and could be removed with<br />

pick, bar and shovel. It shall also include boulders upto 0.1 cubic meter each which normally do not<br />

need blasting and could be removed with a pick, bar and shovel.<br />

This shall include all kinds of materials such as shale, indurate clay, soil, silt, sand, gravel, sole,<br />

average and hard murum and any other material which can best be removed with a shovel after<br />

loosening with pick and / or bar. It shall also include isolated boulders up to 0.1 cubic meter each<br />

which normally do not need blasting and could be removed with a pick, bar and shovel.<br />

At the change of the strata the contractor shall inform the department in writing before proceeding<br />

with the excavation in the hard strata. The engineer-in-charge may thereupon cause to take levels of<br />

the finished excavation in the soft strata.<br />

The decision of the engineer-in-charge regarding classification of strata shall be conclusive and<br />

binding on the contractor. No distinction shall be made whether the material is dry or wet.<br />

ED-E5: SAFETY OF EXCAVATION<br />

Before any work of excavation of foundation is taken up, all loose rock, detached rock in or close to<br />

the area to be excavated, that is liable to fall or otherwise endanger the workmen on the project shall<br />

be stripped. The methods employed shall be such as will not shatter any rock that was originally<br />

sound or safe. Any material not required removal as contemplated therein, but which may later<br />

become loosened or unstable shall be promptly and satisfactorily removed. The cost of such clearing<br />

shall be deemed to have been included in the unit rates accepted under the different terms of<br />

excavation and up to pay lines.<br />

ED-E6: SHORING AND STRUTTING<br />

MAINTENANCE OF EXCAVATION SLOPES<br />

Any shoring and strutting required during construction shall be deemed to be covered by the rates<br />

quoted for the items. The contractor shall be responsible for the adequacy of the excavated stuff. If at<br />

any particular location the contractor considers it necessary, in the interest of safety to provide safety<br />

measures, shall forthwith bring the same to the notice of engineer-in-charge and obtain the orders<br />

thereon. Such additional excavation shall be paid for at the rates accepted for the particular class of<br />

material.<br />

Punoti Kh. - 71 -


Before excavation of the trenches to the final slopes it is necessary that the contractor shall first<br />

ascertain the strata classification by excavating a pilot section and only after the strata is classified,<br />

adjust the said slopes to final designed section. The contractor is not entitled for any extra payment on<br />

this account and the tendered rate is deemed to be inclusive of it.<br />

SLIPS<br />

Every precaution shall be taken to prevent slips. But should slips occur, the slipped material shall be<br />

removed to slopes as directed. Removal of such material shall not be paid for. No compensation shall<br />

be paid to the contractor because of mishaps arising out of slips.<br />

Punoti Kh. - 72 -


ED-E7: BLASTING<br />

OBSERVING RULES REGARDING BLASTING<br />

In conduction blasting operations, proper precautions shall be taken for the protection of persons, the<br />

work and property. All Government laws in relation to design and location of power magazines,<br />

transport and handling of explosives and other measures enacted for the prevention of accidents shall<br />

be strictly observed. Warning signals shall be given for each blast. Specifications for blasting given<br />

under separate section shall be carefully land rigidly observed.<br />

STORING OF EXPLOSIVES<br />

Explosives shall be stored in the magazine building to be provided by the contractor under the special<br />

care of a watchman, so that in case of accidents, no damage occurs to other parts of the work.<br />

Explosives, detonators and fuses shall each be separately stored.<br />

RESTRICTIONS ON BLASTING<br />

a) No blasting which may disturb. Endanger the stability. Safety or quality of the foundation shall<br />

be permitted.<br />

b) Blasting within 30 meters of main work in progress of permanent structure shall not be<br />

permitted.<br />

c) Progressive blasting shall be limited to two third of the total remaining depth of excavation.<br />

d) No large scale blasting operation will be resorted to when the foundation excavation reaches the<br />

last one meter and only small charges preferably black powder may be allowed so as not to<br />

shatter the foundation.<br />

e) The last blast shall not be more than ½ meter in depth. Therefore for finishing the excavation<br />

work and in special locations (only in rock) where specifically indented or ordered in writing by<br />

the engineer-in-charge use of explosives shall be discontinued and excavation completed by<br />

barring, wedging, chiseling or other suitable methods approved or directed by engineer-incharge<br />

and cost of such work will be deemed to have been included in the tendered rate.<br />

Punoti Kh. - 73 -


ED-E8: EXCAVATION OUTLINE AND PAY LINE FOR OTHER THAN FOUNDATION<br />

STRUCTURE<br />

All excavation shall be performed in accordance with the lines, grade levels and dimensions shown in<br />

the drawing or established by the engineer-in-charge. The dimensions shown in the drawing are<br />

tentative. During the progress of work it may be found necessary or desirable to vary the slopes or the<br />

dimensions of excavation from those specified in the drawings. The side slopes to the excavations<br />

shall be as steep would stand with safety as decided by the engineer-in-charge and, slopes would be<br />

normally as per table given below or less subjects to safety.<br />

Table Slope Table Slope Table Slope<br />

Sand 1:1 HM /HMB ¼:1 SR above 3 m depth 1/4:1<br />

Soil<br />

/S.M<br />

½:1 S.R. & HR Up to 3 m Vertical HR above depth 3 m 1/8:1<br />

If the slopes established are found to be steeper and likely to slip, they shall be made flatter removing<br />

the additional material and introducing suitable berms if possible and stable faces established as<br />

decided by the engineer-in-charge. The additional excavation when ordered by the engineer-in-charge<br />

will be paid at the rates accepted for excavation for the particular class of material.<br />

PAY LINES AND EXCESS EXCAVATION IN CASE OF FOUNDATION OF STRUCTURES<br />

No payment shall be made for the work done beyond the specified pay lines. Payment lines for<br />

different strata for all excavation is defined as the lines starting from the outer dimensions of masonry<br />

of concrete at foundation levels and sloping up confirming to the side slopes as above specified in the<br />

table above.<br />

Not withstanding standards given hereinbefore for the excavation outlines and contractor shall take<br />

care to see that no slips or accidents occur and that the slopes are stable if necessary he shall carry out<br />

necessary shoring and strutting at his own cost.<br />

Any or all excavation carried out by the contractor for any purpose or reasons shall unless ordered in<br />

writing by the engineer-in-charge be at the expense of the contractor and if the unauthorized<br />

excavation has to be filled with concrete or masonry or with materials as specified by the engineer-incharge,<br />

filling so needed, shall be carried out by the contractors as per the specifications of the<br />

respective items of works at his own expense.<br />

Punoti Kh. - 74 -


ED-E9 DISPOSAL OF EXCAVATED MATERIALS<br />

Deposition of excavated stuff clears off traffic lines, etc.<br />

Before any excavation is started, the deposition of spoil shall be carefully planned so as not to<br />

obstruct traffic lines required for transport of the construction materials.<br />

The excavated material shall be dumped sufficiently clear off the edges of excavation so as not to<br />

endanger stability of the excavation and also permit ample space for tramways, lorry patches,<br />

installation of lifting and pumping devices, stacking construction materials, etc.<br />

SORTING OF EXCAVATED MATERIALS<br />

The excavated material shall be carefully sorted for use on the dam, as directed by the engineer-incharge<br />

and shall be hauled directly to the place of use if possible. The excavated material which is not<br />

considered fit for use in the embankment, shall be immediately removed and deposited at such place<br />

and in such manner as well be directed by the engineer-in-charge. The material found unusable should<br />

be got approval from the engineer-in-charge before actually disposing it off. The useful material<br />

obtained from excavation shall be used directly or heaped separately as per the requirements for<br />

earthen dam and masonry spillway. The material for earth dam shall be heaped for different zone<br />

namely<br />

1) Earth material required for hearting<br />

2) For casing zone<br />

3) Rubble required for rock toe, pitching and quarry spauls.<br />

The rubble suitable for masonry etc. should be stacked separately for following purposes:<br />

1) Large size rubble for masonry.<br />

2) Small size rubble for crushing.<br />

3) Long headers for masonry, etc.<br />

4) Chips for back filling, etc.<br />

CONVEYANCE OF MATERIAL<br />

All the excavated materials from excavation shall be selected by removing roots, grass, organic<br />

matter, and other objectionable matter and be sorted out into different types of materials for use in<br />

different zones of the dam as directed by the Engineer-in-charge. The same shall be loaded in the<br />

vehicles proceeding directly to the place of use except such material as is required to be stockpiled.<br />

Punoti Kh. - 75 -


MODE OF HEAPING OTHER USEFUL MATERIALS<br />

The useful materials that cannot be used directly shall be heaped in separate area with reference to the<br />

nature of the material. Stockpiles shall be of as regular size as possible allowing of easy<br />

measurements.<br />

The material once heaped shall be utilized as and when and where required and as directed by the<br />

engineer-in-charge. The cost of complete item of excavation includes the cost of re-handling of the<br />

materials so temporarily heaped and reused.<br />

THE FREE USE OF USEABLE EXCAVATED SPOIL<br />

All usable spoils of excavation whether done by the contractor or department or through other<br />

agencies fixed by the department will be available free of cost for use by the contractor on the<br />

construction of the dam only, when it is not required by the department.<br />

DISPOSAL OF WASTE MATERIALS<br />

The waste materials shall be heaped in spoils banks in regular shape with suitable slopes as directed<br />

and properly trimmed so as to present a neat appearance of that may be wasted in other approved<br />

locations. The spoil-banks shall be located in such a way that they will not interfere with the natural<br />

flow of the river.No claim on account of disposal of un utlisied material met during excavation will be<br />

entertained which includes boulderss of size more than 0.1 Cum.<br />

No material shall be wasted where it will be detract from the appearance or interfere with the<br />

accessibility of completed structures. Excavated materials shall not be carelessly thrown over the<br />

premises and shall be deposited directly in permanent positions consistent with proper execution of<br />

work. The rate of disposal is included in the excavation item<br />

LEADS AND LIFTS<br />

The unit price shall include all leads and lifts in the above operations.<br />

ED-E10: MEASUREMENTS AND PAYMENTS<br />

The measurements shall be based on areas of cross section taken normal to the axis of structure of its<br />

part of the original ground surface and the surface of finally completed excavation within the pay<br />

lines, taken at every 15 meters along with axis of structure of its part. Where there is abrupt change in<br />

depth, additional cross section may taken at the discretion of the engineer-in-charge. Levels along the<br />

cross section shall be taken at every 15 to 20 meters or 5 meters as per exigency of work.<br />

During the execution of the work, running payments for the items of the excavation will be made to<br />

contractor at 90% of his tender rate for the item. The remaining payments for this item will be<br />

progressively released depending upon the progress of completion of the item of excavation. The part<br />

rate will be reviewed by the engineer-in-charge when he feels necessary and decision of the engineerin-charge<br />

shall be final and binding on the contractor. During the excavation of the work, running<br />

payment for the items of excavation will be made to the contractor on the basis of cross sectional<br />

measurements.<br />

ED-E11: PREPARING AND TESTING OF FOUNDATION: SCALING, TRIMMING OF<br />

FOUNDATION<br />

After rough excavation to the required depth is completed, scaling and trimming operations for<br />

removal of all pieces loosened during excavation of partly separated from main rock mass by seams<br />

or cracks shall be carried our to the entire satisfaction of the engineer-in-charge.<br />

TREATMENT OF WEAK LOCAL SPOTS<br />

Punoti Kh. - 76 -


All weathered or partly decomposed pieces of rock shall be removed so as not leave on the foundation<br />

any rock other than that which is an integral part of the rock mass. Areas of low bearing capacity,<br />

steep inclined seams, faults, and crushed zone of an otherwise good foundation, if permitted to be<br />

kept shall be cleared out to a sufficient depth and refilled and plugged with masonry or concrete as<br />

directed by engineer-in-charge.<br />

FINAL FINISHED SURFACE OF FOUNDATION<br />

The finally prepared foundation shall present a rough surface in cross section to give added resistance<br />

to sliding. All polished surfaces shall be roughened artificially to give good bond. The surface shall be<br />

free of steep angle and the edges of benches shall be chamfered approximately to 45 pinnacles or<br />

projections shall be knocked off and prominent knobs flattened. Neither along the length of the dam,<br />

nor across it, shall the foundation normally have a slope steeper than 1 vertical: 1 horizontal and 1<br />

vertical: 4 horizontal respectively unless otherwise permitted by the engineer-in-charge.<br />

TESTING FOR SOUNDNESS<br />

The finally finished foundation rock shall be tested by striking with a heavy hammer and if any loose<br />

portion of foundation rock is revealed by a hollow sound, it shall be excavated further (without<br />

blasting) till a clear ringing sound is obtained.<br />

FOUNDATIONS TO BE KEPT COMPLETELY DRY DURING CONSTRUCTION<br />

The foundation shall be kept completely de-watered till such times as would be required for the<br />

masonry or concrete to set. The de-watering required for this purpose is included in the each item of<br />

concrete ,Masonry , excavation & preparation of foundation as specified herein..<br />

Punoti Kh. - 77 -


ED-E12: PREPARATION OF FOUNDATION SURFACE<br />

SCOPE<br />

The item includes furnishing of all plant labour and material required for preparation of foundation<br />

i.e. cleaning, scaling and trimming operation for removal of all loose pieces found at the top of<br />

foundation level, it also including dry air jetting and then cleaning with air and water jet under<br />

pressure. The rate also includes applying cement slurry and cement mortar in proportion 1:3 before<br />

laying masonry or concrete on finally finished surfaces.<br />

SEALING AND TRIMMING OF FOUNDATION<br />

Rough excavation complete to the required depth is to be further cleaned and finished as below. The<br />

scaling and trimming operation for removal of all pieces, loosened during excavation or partly<br />

separated from main rock mass by seams or cracks, shall be carried out to the satisfaction of the<br />

Engineer-in-charge.<br />

PREPARATION OF SURFACE PRIOR TO LAYING<br />

Immediately before laying masonry or concrete, the foundation shall be thoroughly cleared off, all<br />

lose materials like chips, sand, dirt and even a slight film of oil, all grease. This shall be done by pick,<br />

hammers, stiff, forms, jets of water and jets of air at high pressures and or wet sand blasting followed<br />

by through washing. The whole surface and particularly all corners, crevices and joints shall be<br />

cleared off, all dirt clinging to them by holding the tip of water hose close to it. The pressure for jets<br />

of water or air shall not be less than 15 meters of water head and 5 kg/cm2 for it.<br />

The finished surface shall be thoroughly scrubbed with stiff wire brushes. The washing and<br />

scrabbling shall be continued until deleterious material, clinging to the surface is removed. This is<br />

indicated by the wash water in the benches becoming clean and free from dirt. In the final clearing all<br />

water shall be removed by using sponge so that slightest pool of water does not remain.<br />

MORTAR ON PREPARED SURFACE<br />

Before laying masonry or concrete over the finally prepared surface of the foundation slurry of water<br />

cement ratio (0.6) by weight shall be applied on rock surface. Over this slurry layer of cement mortar<br />

1:3 as directed with water cement ratio as low as practicable, should be laid to a depth of 50 mm to 70<br />

mm. The mortar shall be rubbed by a trowel, to ensure good adhesion.<br />

MODE OF MEASUREMENT AND PAYMENT :<br />

No separate payment will be made for this preparation work as it considered to be included in<br />

the rates for the excavation and/proceeding earth, concrete or masonry work.<br />

Punoti Kh. - 78 -


SECTION - 3<br />

Punoti Kh. - 79 -<br />

ED-B : PROVIDING EMBANKMENTS<br />

(With materials either from Borrow areas or useful approved materials from compulsory excavation)<br />

ED-B 1: SCOPE<br />

The item of embankment shall include furnishing all tools, plants, labours and materials required,<br />

stripping of the borrow areas, excavating the materials from the borrow areas, conveying the same<br />

and placing the same, of the useful materials from compulsory excavation for COT, masonry dam<br />

foundation, drains, etc. in specified layers for embankment, including watering and mixing (or drying<br />

as the case maybe ) and mechanical compaction to specified density and moisture content for each<br />

type of material and performing all operations necessary and ancillary thereto including all leads lifts<br />

etc.complete.<br />

ED-B 2: BORROW AREAS<br />

GENERAL<br />

All materials required for construction of embankment, or backfill, which are not available from the<br />

compulsory excavation (for cut off trench, masonry dam foundations, drains, etc.) shall be obtained<br />

from the contractors own borrow areas. Borrows pits shall be opened at the location and to the limits,<br />

as per directions of the engineer-in-charge. As far as practicable the borrow areas going under<br />

submergence on up-stream side shall be tacked first. The contractor is expected to have his own<br />

prospecting carried out before tendering for the works. The data presented therein are to be taken only<br />

as guidance and no claims shall be entertained in further due to lack of conformity between the<br />

natures and quantity of material actually met with during construction.<br />

PRIOR APPROVAL TO BORROW AREA BEFORE START OF WORK<br />

Before any borrow area is opened the material from the borrow area to be used in particular zone of<br />

the earth dam should be got approved from Engineer-in-charge.<br />

STRIPPING OF BORROW AREAS<br />

Before opening of borrow area from where the material is to be obtained, the area shall be cleared off<br />

all trees, stumps, etc. and stripped to remove the top soil, humus, vegetable matter organic matter,<br />

roots, rubbish, and all other objectionable material which is unsuited for the purpose for which the<br />

borrow pits to be excavated. All such materials shall be removed to such disposal areas as directed by<br />

the Engineer-in-charge. In no case shall the stripped material be allowed to contaminate the material<br />

going into the embankment. All trees cut shall be the property of Government and shall be stacked at<br />

suitable place as directed by the Engineer-in-charge.<br />

The rate for embankment including use of material from borrow areas includes the clearing and<br />

stripping the borrow areas and disposing the waste material as directed. The cleared and stripped<br />

areas shall be maintained free from vegetable growth adequately and drained during the progress of<br />

work, without any extra cost.<br />

EXPLOTATION OF BORROW AREA<br />

A. Where the borrow pits are opened adjacent to the dam, the edge of excavation shall be at a<br />

distance of One times of the height of the dam opposite as measured above the top level of edge<br />

of excavation to the top of the dam subject to the minimum distance of 100 meters from the toes<br />

of the dam.<br />

B. Where no positive cut off is provided, care shall be taken to see that no previous strata are<br />

uncovered by excavation of borrow pits on the water side of the dam within a distance of ten<br />

times the height of the drain as measured from the upstream toe of the dam.


C. Borrow pits shall be so worked that selected materials will be furnished as required, as close as<br />

practicable to the point of utilization so that they will not interfere with the location of<br />

permanent structure no more the usefulness or appearance of any of the work.<br />

D. The formation of pools shall be avoided to avoid spoiling of useful material and also bad<br />

appearance and all borrow pits shall be drained as necessary by ditches to the nearest cut falls.<br />

All borrow pits except those that would be submerged in the reservoir shall be connected to each<br />

other and the last borrow pits to the nearest drainage channel so as to avoid stagnation of water.<br />

The bottom of the pits shall be so fixed, that the pits drain into some natural course.<br />

E. No borrow areas should be taken of roads, village tracks, K.T.Weir, etc. occurring in the borrow<br />

areas.<br />

F. All borrow areas shall be arranged with certain amount of regularity having regard to the<br />

convenience of the work during excavation and to its safety and appearance of finish after its<br />

completion.<br />

QUARRY ROADS<br />

Temporary path to and fro borrow areas including river and nalla crossings (to the site of<br />

embankment where the materials are required to be deposited) shall be constructed and maintained by<br />

the contractor at his own cost.<br />

MATERIAL FROM AREA OTHER THAN BORROW AREAS OR FROM THE<br />

COMPULSORY EXCAVATION IN SOFT STRATA<br />

During the construction the contractor may after careful prospecting and with the specific written<br />

approval of the Executive Engineer bring suitable material from Borrow areas at his own cost. No<br />

extra payment for increase in lead or any other reason would be admissible .<br />

ED-B 3: SELECTION OF MATERIALS<br />

I. The borrow pit materials or the material from compulsory excavation shall be got classified from<br />

engineer-in-charge with regard to its suitability for the particular zone in the dam. The standard<br />

of material required for various zone in the dam i.e. filling of the cut of trench, hearting, casing<br />

zone shall be as directed by the engineer-in-charge. The classification by the engineer-in-charge<br />

shall be final and binding on the contractor.<br />

II.<br />

The requirements of the material shall be generally as under:<br />

A) HEARTING AND FILLING OF COT<br />

The material shall be uniform impervious material, not containing boulders or any other<br />

hard materials of more than 5.00 cms maximum dimension, any organic matter and free<br />

from all clods and lumps<br />

B) CASING<br />

All materials shall be free from organic material and should contain coarse grained<br />

material, the suitability being conformed by laboratory tests. Normally the material should<br />

not contain boulders or stone larger than ¾ the size of thickness of the compacted layer,<br />

when compacted the material should be fairly pervious. The permeability of the compacted<br />

casing zone, as determined by the methods deemed fit by the engineer-in-charge, be about<br />

10 4 cm/s (100 feet per year) or as specified by the engineer-in-charge.<br />

ED-B 4: PLACING OF MATERIALS<br />

GENERAL<br />

Punoti Kh. - 80 -


The embankment shall be constructed to the lines and grades shown on the drawings. The slopes of<br />

the division lines between zones or portions of embankment are tentative land shall be subject to<br />

variation at any time prior to or during construction and on account of this the contractor shall be<br />

entitled to no additional allowance above the unit price accepted. No roots, vegetable matter, hums or<br />

other unsuitable material shall be placed in the embankment. The contractor shall maintain the<br />

embankment in an approved manner until the final completion and acceptance of all of the work<br />

under the contractor. Care shall be taken to drain all rain water falling on the rolled surface away<br />

beyond the dam toe lines. The embankment for each portion shall maintain approximately level but it<br />

is necessary to have slopes. The slope should not be steeper than 1:2.0 (vertical to horizontal). All<br />

openings or gaps through the embankment required for constructions purpose shall be subject to<br />

approval and such openings or gaps if approved shall be constructed so that the slope of the bonding<br />

surface between embankment in place and embankment to be placed is not steeper than 1:4 (vertical<br />

to Horizontal). The suitability of each part of the foundation for placing embankment materials<br />

thereon and of all the materials for use embankment construction will be determined by the engineerin-charge.<br />

The material shall be placed in layers and compacted with vibratory roller. If the rolled<br />

surface is very uneven containing hollows and humps, the hollows shall be filled up and surface<br />

rolled before any fresh layer is taken.<br />

REFERENCE POINT<br />

Before commencing the placement, all lines marking the extremities of berm, hearting casing zones,<br />

filter etc. of the embankment shall be marked with reference to reference pillars. The reference pillars<br />

shall be of concrete or masonry and the information indication chainage levels etc. shall be properly<br />

inscribed or written on them as directed by the engineer-in-charge the contractor shall construct and<br />

maintain all reference pillars. No extra payment is admissible to the contractor on this account.<br />

PREPARATION OF FOUNDATION OR PREPARATION OF SURFACE OF EARTH<br />

WORK PREVIOUSLY LAID<br />

A. GENERAL<br />

No material shall be placed in any section of the dam until the foundation of that section has<br />

been dewatered and suitably prepared and has been approved by the engineer-in-charge. It is<br />

necessary to ensure the surface material of the foundation will be as compact will bounded with<br />

first layer of the embankment as herein, after specified for subsequent layers of the earth fill. All<br />

portion of the excavation made for test pits or trial pits and all other existing cavities found<br />

within the area to be covered by earth fill which extended below the established lines of<br />

excavation for dam embankment foundation shall be filled with compaction earth fill materials<br />

as herein specified for earth fill in embankment and payment therefore will be made as provided<br />

for hearting or casing in which section the pit or cavities are filled.<br />

B. FOUNDATION OTHER THAN ROCK<br />

The seat of the dam after it is stripped shall be cleared off all loose or objectionable material<br />

before placing any layer. The surface shall than be watered and rolled as directed if the surface<br />

material in not compact enough. The surface shall then be scarified by the sloughing or by<br />

harrows or by rake or by any suitable method, all clods broken and then it shall be moistened<br />

liberally but not more than 2% on wet side of optimum unless the foundation material already<br />

contains optimum of moisture before the first layers is placed.<br />

Punoti Kh. - 81 -


C. ROCK FOUNDATION<br />

Any steps of large depression of humps caused by abrupt change in level shall be veiled out to<br />

fine slope and the removal of rock will be paid under item of excavation. If necessary the surface<br />

shall be roughened by shallow longitudinal trenchers of corrugations cut in the rock and the<br />

removal of rock will be paid under the item of excavation. The rock surface including all pockets<br />

or depression shall be carefully cleaned of soil of rock fragments before placing of the first layer.<br />

Dikes and seams of soft material shall be opened out, cleaned to the depth as directed and filled<br />

with selected impervious material or lean concrete as directed by the engineer-in-charge. The<br />

foundation surface shall be moistened out no standing water shall be permitted when the first<br />

layer is placed. The rock surface after moistening shall be given slurry wash, and immediately<br />

after the wash (so as not allowing it to dry) first layer of soil will be placed.<br />

If exposed surface is very rough and uneven, so as to preclude the use of power operated rollers<br />

and equipment it shall be brought to an even, surface by filling the hollows and depressions in layers<br />

not more than 100 mm thick with moist well soaked soil, having moistures content equal to standard<br />

proctor optimum moisture of dry weight of soil, and compacting the same by hand, pneumatic or<br />

mechanical tampers.<br />

D. EARTHEN WORK PREVIOUSLY LAID<br />

The treatment of the surface in the case before a fresh layer is placed will be the same as for the<br />

foundation other than rock. Over-compacted portions of embankment formed due to constant<br />

traffic which and likely to separate from the layers below shall be entirely removed without any<br />

extra cost. When smooth rollers are used for compaction, the surface of a compacted layer shall<br />

be scarified or roughened before fresh layer is laid out on it. When sheep foot rollers are used for<br />

compactions fresh layer may be directly laid on the previously laid surface. Water shall be<br />

sprinkled on the previous layer unless the material in the surface is sufficiently wet in case it<br />

contains moisture more than OMC due to rain, etc it shall be allowed to dry to have optimum<br />

moisture and rolled again.<br />

E. ROCK ABUTMENTS OF SIDES OF ROCK CUTTING<br />

It should be seen that no hollow side ways are left. Also all projections shall be trimmed before<br />

placing embankments against rock abutments or sides or rock cuttings the same shall be trimmed<br />

to ½:1 slope, preferably 1:1 slope and then thoroughly washed with mud slurry and selected<br />

moist soil laid against the same until the mud wash is still wet. The moist soil laid against rock<br />

surface shall be compacted with hand reamers or air operated reamers. Soil with moisture<br />

content equal to OMC+2% of dry weight of soil will be used for this portion.<br />

The cost of operation involved in preparation of foundation surface shall be included in the rates<br />

of embankment<br />

Punoti Kh. - 82 -


F. LAYING AND SPREADING IN LAYERS<br />

a) Approved material free from clods and lumps, large than 50 mm size shall be conveyed<br />

directly from source of excavation or form stock piles and laid in appropriate zones of<br />

embankment as directed by the Engineer-in-charge, on surface of the foundation of<br />

previously laid earth work prepared as specified. The material shall then be spread on the<br />

embankment in uniform and continuous layer approximately horizontal unless earth work<br />

in slope has been permitted or specified.<br />

b) The thickness of layers will depend on the nature of materials and the type of compacting<br />

machinery. The thickness of layer should be such that desired density after compaction<br />

shall be uniformly obtained through the depth. For the guidance of the contractor it may be<br />

stated that the thickness of the layer shall be 20 to 23 cm loose and 15 cm compacted for<br />

sheep foot rollers, 15 to 11 cm loose and 11 cm compacted for smooth wheeled rollers and<br />

8 cm Loose and 5 cm compacted by hand or pneumatic or mechanical tampers. The<br />

thickness of the 1 compacted layers will be found out by taking levels after every three (or<br />

less number if necessary) layers laid and compacted and finding out the average. The layer<br />

shall be spread in uniform width and in stages to facilitate compaction by rollers. The work<br />

in various zones all as far as possible be raised simultaneously. If however any zone or its<br />

part is permitted by the engineer-in-charge to be raised higher than the part adjacent to it,<br />

the loose density without extra cost as directed by the Engineer-in-charge. A minimum<br />

slope of 2:1 should be provided at such junction and vertical difference between such two<br />

junctions should not be more than 1.5 meters.<br />

c) No clods or lumps more than 5 cm size shall be allowed in hearting and all lumps and clods<br />

shall be broken up to the above size before rolling.<br />

d) The distribution and gradation of materials through the impervious core including the<br />

backfill of the cut off trench shall be from lenses or pockets of materials differing<br />

substantially in texture of gradation from surrounding material. The excavation and placing<br />

operations shall be such that the materials when compacted will be so blended as to secure<br />

the best practicable degree of compaction, impermeability and stability.<br />

e) The Engineer-in-charge may designate the location in the earth fill where the individual<br />

loads shall be deposited. The most imperious materials shall be placed in the central<br />

upstream portion of the earth fill and the more previous materials shall be placed on either<br />

side of it so that permeability of the fill will be gradually increased towards the upstream<br />

and down stream edge of the fill when materials differ in dry density but have about the<br />

same permeability the material having the greater density should be placed in the other<br />

section of the zone of the dam as the case my be.<br />

f) Should cobbles and rock fragments of size larger than permissible be found in otherwise<br />

approved earth fill material they shall be removed by the contractor either at the side of<br />

excavation or after being transported to the earth fill but before materials in the earth fill are<br />

wasted as approved and directed by the Engineer-in-charge.<br />

g) In order that proper compaction can be done up to the edge of the designed section and then<br />

dressed and brought to the required slopes. Necessary extra quantity required to be handled<br />

for this purpose shall not be paid for and is considered to be included in the rate of this<br />

item.<br />

h) In order that design section is achieved after due settlementallowance shall be included<br />

when constructing the embankment a minimum allowance of 5cm per 1m height (measured<br />

from the bed level of the COT to the designed level of top of dam) shall be included.<br />

MOISTURE CONTENT<br />

a) The water content of the earth fill material prior to and during compaction shall be distributed<br />

uniformly throughout each layer of the material. The difference, (W0-W) where W0 is optimum<br />

Punoti Kh. - 83 -


moisture content as determined by the standard proctor compaction test expressed as percent of<br />

dry weight of soil shall be as follows :-<br />

i. (W-W0) to be -2% to + 2% in case of at least 90% samples in case as hearting and 75% in<br />

case of casing, collected in week.<br />

ii.<br />

(W-W0) to be -3% to + 3% in the case of the remaining 10% and 25% samples. The<br />

standard proctor compaction tests will be made by the Department from time to time. The<br />

material shall be brought to the proper water content by adding necessary amount of water<br />

or allowing moisture to evaporate either at the borrow pit or on the dam before<br />

commencing compaction of layers. When water is proposed to be added at the<br />

embankment, the required amount of water to be sprinkled for given quantity of soil, shall<br />

be first calculated making due to allowances for natural moisture, constant evaporation,<br />

base watering etc. This calculated quantity of water shall than be thoroughly mixed with the<br />

soil by means of dish arrow or any other suitable method before compaction. All charges<br />

for watering and mixing are included in the item of embankment including pumping,<br />

transporting, pipe lines etc., as necessary.<br />

b) It may be necessary to allow the water to soak into the soil after spreading and mixing if<br />

necessary for sufficient time to have uniform moisture throughout the layer. The contractor shall<br />

not get any extra payment for stoppage of work necessitated for allowing soaking of the soil.<br />

c) Water contained in soil to be laid to fill hollows in rock foundation and rock abutment and near<br />

sides in rock cutting will be specified under the specifications for preparation of foundation<br />

(OMC+2 percent of dry weight of soil). The same moisture content shall be adhered to in case of<br />

filling at the sides of COT filling and filling around masonry structures.<br />

Punoti Kh. - 84 -


COMPACTIONS<br />

A. Each layer after it is found to have specified moisture content uniformly distributed shall be<br />

compacted to give specified density. No fresh layer of soil shall be laid and compacted unless<br />

previous layer is approved by the engineer-in-charge. If the water content of the material spread<br />

in layer is more or less then specified, compaction shall not be started unless the moisture is<br />

brought to specified value.<br />

B. Compaction of the embankment shall be done by roller specified below except at part which are<br />

not accessible to above rolling equipment compaction of casing zone shall be done by Power<br />

rollers. Compaction of hearting zone and COT filling shall be done by Power rollers. The<br />

number of passes required by particular type of roller to attain specified density shall be decided<br />

by actual trials by different types of soils to be used and equal numbers of passes should be<br />

given to each layer before carrying out the field density test. The final control of compaction will<br />

however be on basis of specified densities and not to the number of passes.<br />

C. In the parts of dam inaccessible to the specified rolling equipment such as test pits or trial pits<br />

below foundation level, irregular sides of cut-off-trench and portions around and in contact with<br />

the structures where the rolling equipment will not be permitted to operate, compaction shall be<br />

accomplished with either hand or mechanical tampers of approved type. Rollers will not be<br />

permitted to operate within 0.50 meter of concrete or masonry structures and the filling within<br />

this distance shall be tamped by hand and a mechanical tampers. All materials to be tamped shall<br />

be spread in layers with thickness as specified. The moisture content of material and the degree<br />

of compaction shall be equal to that specified separately. Special care as directed shall be<br />

exercised to obtain a good contact and good bond with rock surfaces of masonry or concrete.<br />

D. FIELD DENSITY TEST<br />

The degree of compaction will be such as to give dry density as specified below. The density<br />

measurements will be conducted by the department from time to time to ascertain whether the<br />

compaction attained is as specified. For this purpose for every 300 cubic meters of compacted<br />

earthwork of one zone or for every layer compacted of a particular zone at least two field density<br />

tests will be taken and PDD and PMC worked out by oven drying method or K-oil method if the<br />

correlation is found to exist with the former. Separate tests are to be taken for the various zones<br />

of the dam. As the oven drying method involves a 24 hours period, to facilitate work preliminary<br />

control as follow shall be exercised. The wet density of compacted layer shall be equal to or<br />

above optimum wet density (OWD). And placement moisture content (tested by kerosene oil<br />

burning method ) with +/- 1% of the optimum moisture content. If any field density test reveals<br />

that the dry density is less than permissible either additional rolling will have to be done without<br />

any extra cost or layer may have to be removed at no extra cost. In the event of additional rolling<br />

being permitted if it is found that original moisture has evaporated the layer may be broken up or<br />

specified as directed and watered and allowed to soak before rolling to bring the moisture<br />

content to specified value. Necessary assistance carrying out such density and moisture content<br />

tests shall be provided by the contractor free of cost to he departmental staff. The samples for<br />

density measurements will be taken any where to ensure that no weak spot at location such as<br />

junction of slopping filter and hearting of casing turning place or compacting equipments or any<br />

doubtful areas are left.<br />

DEGREE OF COMPACTION<br />

I. This will be based on the dry densities achieved which shall satisfy following criteria.<br />

II.<br />

Control criteria subject to III and IV below.<br />

CRITERIA FOR CONTROL OF COMPACTED DAM EMBANKMENT<br />

Type of<br />

Material<br />

% of gravel Percentage base on minimum 6 mm size<br />

Punoti Kh. - 85 -


Fraction i.e. Bigger<br />

than 6 mm size by<br />

total material<br />

Minimum<br />

acceptable<br />

Density.<br />

Desirable<br />

Average<br />

Density<br />

Desired<br />

Moisture<br />

content limits<br />

within<br />

1 2 3 4 5<br />

Hearting 25% by weight 98 % of proctor 100 % of<br />

proctor<br />

Casing 0 to 25 98 % of proctor 100 % of<br />

proctor<br />

26 to 50 95 % of proctor 98 % of<br />

proctor<br />

50 93 % of proctor 95 % of<br />

proctor<br />

Filter Sand Dd = 70 % Dd = 80 %<br />

Material Gravels Dd = 65 %<br />

Dd is a relative<br />

density<br />

Dd = 70 %<br />

2% of OMC<br />

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

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

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

III. In case of the material compacted by tampers the dry density of the soil fraction in the<br />

compacted material shall not be less than 95% of the standard proctor Optimum Dry density.<br />

IV. In rare cases, when a layer with necessary moisture content gives lower density than specified in<br />

the above table even rolling large No of passed or after rerolling, such a layer may be approved<br />

at the engineer-in-charge provided (a) the placement Dry density is not less than 90% of the<br />

standard proctor Dry Density and (b) Number of such samples having PDD less than 95% ODD<br />

should not exceed 2% of the number of samples taken.<br />

ED-B 5: JUNCTION WITH THE WORK OF OTHER AGENCY AT END CHAINAGES<br />

At the end chainages, if the work will be done by other agencies, then at such junctions the earth work<br />

will be done as follows:-<br />

EITHER<br />

a) If the work of both agencies is at the same level, the rolling will be done 2 meters beyond the<br />

end of chainage and no extra payment will be paid for the same.<br />

OR<br />

b) If the work of other agency is at lower level, the work will be done with an outer slope of 1:4<br />

with an extra length of half meter parallel to the dam alignment.<br />

OR<br />

The earth work in this extra length will not be paid for.<br />

There will be some reduction in the quantity of earth work. No claim by the contractor on this<br />

account will be entertained.<br />

c) If the work of other agency is at higher level that agency will construct the bank with an outer<br />

slope. The contractor will have to do the earth work up to that slope throughout beyond the end<br />

changed stated in the tender. The quantity of earth work increased due this will be paid for at the<br />

same rates quoted by the contractor and no claims will be entertained for the extra work to be<br />

done.<br />

ED-B 6: INSTRUMENT INSTALLATION<br />

Punoti Kh. - 86 -


Some piezonmatric installation, settlement gauges and stand pipes etc. will be provided by the<br />

department at predetermined position in the earthen embankment of dam. The work will be done by<br />

the Department, which will require some time for installations and erections. During such<br />

installations and erections the work of length of the embankment in the vicinity of installation will be<br />

held up for sum time. The rate of earth work shall be deemed to have been quoted considering such<br />

breaks and no claims by contractor on the ground of breaks occurred for such installations, will be<br />

entertained. The earthwork and the traffic of construction equipments in the vicinity of such<br />

installation shall be arranged as not to cause any damage to the instruments installed or being installed<br />

and shall be arranged as directed by engineer-in-charge.<br />

ED-B 7: TESTING CHARGES<br />

Unit rate given in Schedule “B” includes the rate for field test necessary for quality control of work.<br />

The contractor shall arrange for Laboratory equipment for all moisture content compaction and field<br />

density test or other tests as directed. He shall also arrange laboratory personnel for taking given test<br />

strictly under the supervision of site in charge. All cost towards testing at prescribed frequency shall<br />

be deemed to be included in unit rate.<br />

ED-8: MODE OF MEASUREMENT<br />

a) The work shall be measured on the basis of cross section. The cross section shall be taken at an<br />

interval of 15 meters or at closer distances as found necessary, the gross quantity of different<br />

zones, hearting, casing rock toe, etc., for facility of arriving at the correct quantities of hearting,<br />

casing, rock toe zone, that went into the embankment. Quantities of cut-of-trench shall be<br />

computed on the basis of cross section taken at interval of 15 meters at close distance and shall<br />

be the same as for the quantity of excavation paid for under the item of excavation of cut-oftrench,<br />

below stripped ground levels. Any extra filling of cut-of-trench due to side slopes caused<br />

due to negligence of contractor or resulting due to delay in filling COT will not paid for.<br />

b) The lines demarcating the zone of cross sections shall confirm to the respective typical sections<br />

except where departure from these are specially permitted by the engineer.<br />

c) The final measurements will be recorded on cross-sectional basis. These will be paid for net<br />

Foundation plan, with relevant cross section of the dam showing dimensions and levels shall be<br />

prepared and got signed by the contractor in token of acceptance before commencement of<br />

stripping and again after completion of the dam seat. The final measurements will be based on<br />

the accepted foundation plan and relevant cross sections and completed section of the dam at the<br />

time of taking final cross sections.<br />

d) The quantity arrived at on the basis of the following table will be deemed to be utilized as<br />

available stuff in the respective zones of the total embankment from the materials available from<br />

the respective item under excavation. Separation measurements of the quantity of embankment<br />

of available stuff will be based on the utilization factors given below.<br />

Punoti Kh. - 87 -


Sr<br />

No.<br />

Item of<br />

Excavation<br />

%age of<br />

quantity<br />

deemed<br />

to be<br />

utilized<br />

Factor for<br />

utilizable<br />

Qty in there<br />

from cut of<br />

measureme<br />

nts<br />

Factor<br />

for<br />

loose<br />

measurement<br />

Factor for utilization Embankment (compact)<br />

1 2 3 4 5 6<br />

Heart<br />

ing<br />

Rando<br />

m<br />

Casin<br />

g<br />

1 Sand<br />

/soil /<br />

Soft<br />

murum<br />

Pitchin<br />

g<br />

Rock<br />

-toe<br />

90 1 1.20 0.80 0.80 -- -- -- --<br />

Qua<br />

rry<br />

spau<br />

ls<br />

2 Hmb/<br />

Hm<br />

3 Soft<br />

rock<br />

4 Hard<br />

rock<br />

strata<br />

95 1 1.20 -- 0.90 0.90 -- -- --<br />

95 1 1.20 -- 1.20 1.20 -- -- --<br />

100 1 1.50 -- 1.0 1.0 1.50 1.50 1.5<br />

e) All measurements shall be taken on cross section of bank. For this purpose detailed cross<br />

section of the ground shall be taken at the interval of 15 meter or less as directed before an<br />

embankment of a particular reach starts. The quantities of bank work shall be worked out on<br />

the basis of areas and distance of these cross sections by prismoidal formula. When the<br />

compaction is done by mechanical roller and under optimum moisture content and<br />

prescribed density, then the deduction in quantities of bank work and CNS bank shall be<br />

made for shrinkage at the rate of 3% of intermediate measurements and will be released in<br />

the final bill after one or more monsoon.<br />

If the work is completed before the rainy season the final measurements should be recorded<br />

only after the rainy season is over, so as to account for any settlement of fresh bank work during<br />

monsoon.<br />

The final measurements shall however be taken only after one rainy season has passed after the<br />

bank work is finally completed. If the work is completed before the rainy season the final<br />

measurements should be recorded only after the rainy season is over, so as to account for any<br />

settlement of fresh bank work during monsoons.<br />

Punoti Kh. - 88 -


SECTION - 4<br />

ED - FS SLOPING FILTERS [WITHIN THE DAM AND BEHIND ROCK TOE ] ED-FS1<br />

SCOPE :<br />

The item of sloping filter shall include furnishing all tools, equipments, materials and labour<br />

required for providing and laying approved filter materials including screening and washing the<br />

materials if necessary, watering and compaction.<br />

ED-FS 2 MATERIALS :<br />

The materials such as sand, metal gravel shall comply with the requirements specified for<br />

materials in Section 7 - Filter materials. The gravel to be used shall be natural, gravel, consisting of<br />

clean, hard, durable, dense rock particles. It shall be well graded to satisfy the filter criteria<br />

prescribed. The percentage of materials below 0.074 mm size shall be less than 2%. The gravel should<br />

not contain any organic matter. The item includes all charges for supplying and rehandling including<br />

collecting, screening and washing. If necessary, transporting, stacking etc. with all leads and lifts<br />

involved for supply of gravel.<br />

ED-FS 3 LAYING :<br />

The filter materials shall be laid in 0.5 Meter thick layers and shall be watered to the moisture<br />

content as directed and compacted by a tamper or light roller or any approved equipment if necessary.<br />

The method of laying should be such that the filter material will not mix up with soil and will remain<br />

as clean as laid. If mixing of filter materials with embankment material is observed both the<br />

embankment and filter shall be removed to such depth as directed by the Engineer -in -charge and<br />

such removal and consequent replacement with approval materials shall be by and at the expense of<br />

the contractor. The different filter layers shall be laid in widths and slopes as shown on the drawings<br />

or as directed by the Engineer -in -charge in writing. The widths and slopes as shown on the drawings<br />

are tentative and are subject to modifications if found necessary during construction and the<br />

contractor is bound to carry out the same at the rates quoted, the rates being on the basis of volume of<br />

different type of materials laid. While laying slant filter it shall be seen that the level of filter zone and<br />

two strips of adjacent zone material are higher by 0.3 to 0.6 meters than the adjoining zone. This is<br />

necessary so as to prevent contamination of filter zone from adjacent fine material zones. Traffic over<br />

the filter zones shall not be permitted, where this is unavoidable, the filter zone at that strip shall be<br />

covered with sheets etc. while starting fresh work at such vocational top 10 cm. filter material layer<br />

will have to be removed.<br />

ED-ES 4 MODE OF MEASUREMENTS :<br />

The work shall be measured on the basis of cross section. The cross section will be taken at<br />

every 15 meter or at closer distance as found necessary. and payment made on cubic meter basis as<br />

per design or subsequent instruction from Engineer-In Charge.<br />

ED - T ROCK TOE<br />

ED - T 1 COPE :<br />

SECTION - 5<br />

The item shall consist of furnishing of all tools, equipments , materials and labour required for<br />

providing and lying rock toe including foundation cleaning and including hand packing and adjusting<br />

the sides to correct slopes and performing all operations necessary and ancillary there to .<br />

ED - T 2 MATERIAL :<br />

The rock toe -shall consist of suitable free draining mixture of rubble, rock fragment, boulders<br />

and cobbles from the compulsory excavation or from quarries as the case may be. The materials shall<br />

be fairly well graded consisting, principally or rock fragment ranging in weight from 10 kg. to 100 kg<br />

Punoti Kh. - 89 -


. but with sufficient fine materials, about 10% such as rock spauls, cobbles and course gravel to fill<br />

the voids among the larger particles. However, the materials should not contain slit, clay and sand<br />

more than 1% . The rock fragments shall be of hard, drains, tribal sound rock and shall not contain<br />

any friable or soft material.<br />

ED - T 3 QUARRIES :<br />

In case of materials from quarries, the rubble quarries shall be got approved from the Engineer-incharge.<br />

Approval to the quarries shall not be taken to mean that all the rubble available from the<br />

quarry is also approved. The rubble shall be conveyed only after it is approved by the Engineer - in -<br />

charge. Soft rock or any unsuitable materials should be discarded in the quarry only. No claims on<br />

account of disposal of unutilised material met during excavation will be entertained which includes<br />

boulders of size more than 0.1 Cum.<br />

ED - T 4 LAYING FOUNDATION :<br />

a] Foundation to the rock toe shall be either rock or a compact in compressible soft strata. In case<br />

of soft strata, filter or transition zone will be provided as directed and paid under the item of filter<br />

materials. Rock toe will not be laid on any foundation in which the rock fragments will punch in by<br />

pressure. All loose material shall be removed before laying the rock fill.<br />

b) PLACING :<br />

The materials shall be so selected and dumped that in so far practicable the larger fragments<br />

shall be placed near the outer slopes and the finer materials adjacent to the inside slope of the rock fill<br />

zone. The fill shall be dense and well graded with no larger vides or cavities and surfaces of the<br />

drawing or as directed. The work should present a dense rough surface of well layer rock fragments.<br />

The rock fill shall be placed in approximately horizonTal layers of about 05 m. thickness. The stones<br />

shall be hand packed so as to tightly and neatly wedge the rock fragments together. Stones of smaller<br />

size shall be laid next to the filter materials. The filter material adjacent to the rock fill be laid<br />

simultaneously in regular layers to the designed slopes and width .<br />

ED -T 5 MODE OF MEASUREMENTS :<br />

Measurements shall be of the gross volume of rock toe placed without any deduction of vides. The<br />

volume shall be computed by trapezoidal formula by the cross sections taken at every 10 meter<br />

intervals or at closer as directed, subject to the provision of Para (d) under Ed -B7 above.<br />

No work beyond the slopes the shown in the drawings shall be paid for unless directed in<br />

writing by the Engineer-in-charge.<br />

Punoti Kh. - 90 -


Punoti Kh. - 91 -


SECTION - 6<br />

ED-P PITCHING<br />

ED-P1: SCOPE<br />

The item shall consist of furnishing of all tools, equipment, materials and labour required for<br />

quarrying, transporting and laying the pitching with header toe and ware bear including bedding,<br />

dressing of embankment to designed slope and other operations necessary and ancillary there towith<br />

all leads & lifts involve for supply of all material requried.<br />

ED-P 2: MATERIALS<br />

a) METAL SAND BASE<br />

The metal sand shall confirm to the specification given under the sections of filter materials in<br />

addition the metal shall be well graded from 12.7 mm size to 37.7 mm maximum size.<br />

b) QUARRY SPAULS<br />

The quarry spauls shall consist of clean, hard durable dense rock fragment of size varying from<br />

50 mm to 150 mm. Material below 0.074 mm size shall be less than 1%. The item of supply of<br />

quarry spauls shall include all charges of supply, rehandling, breaking bigger pieces<br />

transporting, stacking, etc., with all leads and lifts involved.<br />

c) RUBBLE FOR PITCHING<br />

I) Stones for pitching with header toe Shravan breaker shall be sound, hard, dense and durable<br />

rock and should not break down or disintegrate on long exposure to water and air. The<br />

rubble shall be got approved from the engineer-in-charge.<br />

II) SIZE : The rock fragments shall be reasonable, well graded; containing at least 60% of<br />

stones weighing 35 kg or more, minimum size shall be weighing 10 kg.<br />

d) HEADER TOE LINE<br />

At the bottom of pitching i.e. the bottom level from where the pitching starts a line of headers of<br />

200 mm X 200 mm X 750 mm should run to retain the pitching.<br />

e) WAVE BREAKERS<br />

Stones of size 200 mm X 200 mm X 600 mm shall be provided at interval of 6 m C/C<br />

horizontally and 4 m C/C Vertical interval between bottom of pitching to HFL in staged way as<br />

per drawing or as directed by the Engineer-in-charge.<br />

Punoti Kh. - 92 -


ED-P 3 QUARRIES :<br />

The rubble quarries and rock stack from compulsory excavation shall be got approved from<br />

Engineer-in-charge. Approval to quarry and stacks shall not be to mean that all rubble available form<br />

that quarry is also approved by the Engineer-in-charge and only approved quality of rubble will have<br />

to be used. No claims on account of disposal of unutilised material met during excavation will be<br />

entertained which includes boulders of size more than 0.1 Cum<br />

ED-P3: LAYING<br />

a) The base slope shall first be prepared to receive the pitching and the rubble pitching shall be laid<br />

on filter backing. The filter backing shall consist of 10 to 15 cm quarry spauls on the earth slope<br />

and 15 cm quarry spauls on the metal/sand base. The thickness of the ruble pitching shall be 30<br />

cm. This thickness of rubble pitching is exclusive of the thickness of filter backing of metal/sand<br />

and quarry spauls.<br />

b) The material for filter base shall be laid by spreading without segregation in uniform layers of<br />

specified thickness to the lines and grades of the embankment.<br />

c) LAYING OF RUBBLE PITCHING<br />

Stones shall be placed on lend with the broadest side down and length normal to the slope larger<br />

rock fragment should be uniformly distributed with smaller rock fragments filling the spacing<br />

between the larger fragments in such manner as will result in compact uniform layer of pitching.<br />

The pitching could be made into layers but stones in each layer should be as large as possible<br />

and the stones in top layer should be made to interlock with the bottom layer.<br />

The interstices between larger stones shall be filled with chips of as large size as possible<br />

properly hammered in such filling shall be carried out simultaneously with placing in position of<br />

the larger stones and shall in no case be permitted to fall behind. The wedging shall be so done<br />

that no chip can be removed by hand. No loose spaul of chips should be laid on the top surface<br />

of the pitching. The chips shall not be used as a substitute of full thickness of the large stones.<br />

The surface should present reasonably uniform slope as designed with a dense but rough face.<br />

The guide wall shall form part of the pitching.<br />

The Shravan breaker shall be laid at 6 m center to center horizontally and 4 mtr. center to center<br />

vertically in staggered fashion. The heard toe line at the bottom of pitching to center of size 200<br />

mm x 200 mm x 750 mm shall be laid per drawing and as directed by engineer-in-charge.<br />

Punoti Kh. - 93 -


ED-P4: MODE OF MEASUREMENTS<br />

I. The measurements shall be separately taken (a) for filter base and (b) for stone pitching with<br />

header toe and Shravan breaker and paid for separately.<br />

II.<br />

Measurements shall be of the total volume of pitching with header toe and Wave breaker of filter<br />

base to the required thickness laid on the area as directed subject to the provision of the Para (b)<br />

under ED-B8 above. No deduction for voids will be made. The rates are inclusive of all leads<br />

and lifts.<br />

Punoti Kh. - 94 -


SECTION - 7<br />

ED-F FILTER MATERIALS<br />

ED-F1: SCOPE<br />

The item shall include furnishing of tool, plant and materials required for providing and laying<br />

approved materials in the specified layers including screening and washing the materials if necessary,<br />

compaction and all operations necessary and ancillary there to.<br />

ED-F2:<br />

A) MATERIALS<br />

The materials for filling the drains or drain mats or slant drains shall consist of sand, gravel and<br />

crushed metal, suitable graded to satisfy the filter criteria. (1) The coefficient of permeability of<br />

draining material should be more than 6 times that of base materials, (2) the graded filter drain will<br />

confirm to the Vicksburg criteria viz:<br />

D 15 filter of material < 5 , D 15 {Filter} > 4.80


TRENCH DRAINS AND MOUND DRAINS<br />

A) The excavation for the trench either in natural ground or made up bank work shall be as per<br />

designed cross sections or as directed in writing by the engineer-in-charge and is covered under<br />

the item of excavation. The surface of excavation shall be cleaned off all loose materials so as to<br />

prevent contamination with the filter materials. Similarly the surface of which the mound drains<br />

are to be laid is to be cleaned of all loose materials.<br />

B) The filter materials shall then be carefully deposited in different layer to the required thicknesses<br />

and slopes, grades as shown in the drawing or as directed by the engineer-in-charge. Thicknesses<br />

of individual layers shown on the drawings are tentative and may require modifications to satisfy<br />

filter requirements and the contractor shall be bound to carry out such modifications as directed<br />

by the engineer-in-charge without extra cost. The coarser materials shall form the core of the<br />

drain with as all round cover of progressively finer materials, the laying of individual layer shall<br />

proceed in such a way as to preclude as far as possible the mixing materials of one size with that<br />

of the other.<br />

FILTER MATS OF DRAINAGE BLANKETS<br />

A) FILTER MAT ON THE BLACK SOIL FOUNDATION<br />

After the black soil foundation stripped or excavated to level designed or as directed, the<br />

foundation shall be cleaned off all loose materials, watered necessary and lightly rolled by the<br />

flat roller by making 4 to 6 passes immediately after striping. After rolling the foundation,<br />

surface shall be covered with sand layers of random embankment of thickness as shown on the<br />

drawings. The stripped foundation surface should be covered by random earth fill and then a<br />

sand layer after rolling within two days after stripping that area to avoid formation of cracks and<br />

loss of moisture in the foundations soil. The sand layers shall be watered if necessary and<br />

compacted with tampers, rollers or any approved equipment to give a relative density of 70%.<br />

The other layers of gravel, metal or sand shall then be laid on the first sand layer within a week<br />

after the first sand layer is laid. The filter materials shall be carefully deposited in different<br />

layers to the required thickness and slopes and grades as shown in drawings or as directed by<br />

engineer-in-charge. The thicknesses and grading of individual layers shown on the drawing are<br />

tentative and may require modification to satisfy filter and drainage requirement and contractor<br />

shall be bound to carry out such modifications as directed by the engineer-in-care without any<br />

extra cost. The coarser materials shall form the core of the mat with a cover on top ad towards<br />

bottom of progressively finer materials. The layers of the individual layers shall proceed in such<br />

a way as to preclude as far as possible the mixing of material of one size with that to the other.<br />

After the layer is laid, it will be watered, if necessary and compacted with tampers roller of any<br />

approved equipment to give a relative density not less than 70%.<br />

B) FILTER MATS ON NON BLACK SOIL FOUNDATION ON EMBANKMENT<br />

ALREADY LAID AT INTERMEDIATE LEVELS<br />

The foundation surface and the surface of embankment shall be cleaned off loose material and<br />

should be as far as possible plane having no large hollows or humps and with slope as shown on<br />

the drawings or as directed. The filter material shall then be deposited in different layers to the<br />

required thicknesses and slopes as shown on the drawings, or as directed engineer-in-charge.<br />

The thicknesses of individual layers shown on the drawings, are tentative and may require<br />

modifications to satisfy filter ad drainage requirement and the contractor shall be bound to carry<br />

out such modifications as directed by engineer-in-charge without extra cost. The coarser<br />

materials shall form the core of the mat with a cover on the top and bottom of progressively finer<br />

materials. The laying of the individual layers shall proceed in such a way to preclude as far as<br />

possible the mixing of material of one size with that of the other.<br />

The layer of sand shall be watered if necessary and compacted with tampers, rollers or any<br />

approved equipment so as to achieve relative density of more than 70%.<br />

Punoti Kh. - 96 -


ED-F4: MODE OF MEASUREMENTS<br />

TRENCH DRAINS AND MOUND DRAINS<br />

The measurements shall be of the volume of the total quantity of filter material placed as per the cross<br />

sections of drains as finally approved and constructed shall be recorded. In case of a trench drain the<br />

bottom width and bottom levels and side slopes shall be as recorded for the item of excavation. Any<br />

material filled in excavation beyond approved section will not be paid for. The rate includes all leads<br />

and lifts.<br />

Punoti Kh. - 97 -


FILTER MATS OR DRAINAGE BLANKETS<br />

a) FILTER MAT IN BLACK SOIL ZONE<br />

The work shall be measured on the basis of cross sections taken at every 20 meters or at less<br />

distance as directed. The cross section shall be taken before laying the drainage mat and then<br />

after completion. The quantities of sand gravel or metal will be recorded separately for different<br />

types of materials and paid for accordingly. The rate includes all leads and lifts.<br />

b) FILTER MATS ON EMBANKMENT ALREADY LAID<br />

The work shall be measured on the basis of cross section taken at every 20 meters or at less<br />

distance as directed. The cross section shall be taken before and after laying the filter mat. The<br />

quantities of sand, gravel or metal will be recorded separately and will be paid for accordingly.<br />

The rate includes all leads and lifts<br />

Punoti Kh. - 98 -


SECTION - 8<br />

CEMENT CONCRETE<br />

C1.1: SCOPE OF WORK<br />

The work covered by this item shall consist of<br />

i) Furnishing all materials equipment and labour for the manufacture, transport, placing curing<br />

of concrete and performing all the functions necessary and ancillary thereto, including<br />

finishing the concrete to the required shape as per drawing.<br />

ii)<br />

iii)<br />

Erection of all embedded parts in the block outs for gates, irrigation outlet, pipes,<br />

construction sluice and other metal works instrumentation etc., shall be carried out by other<br />

agencies. The contractor shall initially keep adequate block outs, recesses etc., to house such<br />

embankment and subsequently concrete the block outs or recesses around the erected steel<br />

work with concrete of grade M-200. The item will not be paid separately and shall be<br />

deemed to be included in the unit rate of concrete or masonry surrounding the structure.<br />

Providing and removal of all form work compressing, furnishing all materials, equipment and<br />

labour for the manufacture, transport, erection, keeping in place with necessary fixture and<br />

support oiling complete.<br />

C1.2 The following specifications will apply in general to all types of concrete work including<br />

RCC work.<br />

C1.3.1: SOURCE AND SIZE<br />

The sand used for mortar shall be natural river sand. The maximum size shall be limited to 5 mm.<br />

C1.3.2: QUALITY<br />

The sand shall consist of hard, dense, durable uncoated gritty material obtained from rock fragments.<br />

It shall be free form injurious amounts of just lumps, soft and flaky particles shale, alkali, organic<br />

matter, loam mica and other deleterious substances. The maximum percentage of deleterious matter in<br />

sand as delivered for use in mortar shall not exceed the following values.<br />

Punoti Kh. - 99 -


PERCENTAGE BY WEIGHT<br />

Material passing No. 200 sieve BS or (IS No 8, average opening 0.0029) 3%<br />

Shale 1%<br />

Coal 1%<br />

Clay lumps 1%<br />

Total of other deleterious substances such as alkali,<br />

Mica coated grains soft and flaky particles. 2%<br />

The sum of percentage of all deleterious substances shall not exceed 5% by weight. The sand shall be<br />

free from injurious amounts of organic impurities. Sand producing a colour darker than the standard<br />

in the calorimetric tests for organic impurities shall be rejected. If the impurities are beyond the<br />

acceptable limits stated above the sand shall be washed or otherwise cleaned to the entire satisfaction<br />

of the engineer-in-charge at the cost of the contractor.<br />

C1.3.3: MECHANICAL ANALYSIS<br />

The natural sand shall be well graded and the sieves analysis of sand shall generally confirm to the<br />

following limits of gradation.<br />

ASTM sieve<br />

No. ISS No.<br />

Equivalent weight<br />

retained on sieve<br />

Cumulative<br />

percentage by<br />

3/8’’ 3/8 Nil<br />

4 480 0 to 30<br />

8 240 10 to 30<br />

16 120 50 to 65<br />

30 60 65 to 90<br />

50 30 90 to 99<br />

100 15 99 to 100<br />

The gradation curve of the natural sand shall lie within the enveloping curve gradation specified as<br />

above.<br />

C1.3.4<br />

a) FINENESS MODULUS<br />

The fineness modulus shall be computed by adding cumulative percentage of sand retained on<br />

the 6 standard screens from No 4 to 100 inclusive ASTM Standard (or 480, 240, 60, 30 and 15<br />

sieve of the ISI specifications) and dividing the sum by 100. Any deviation from the specified<br />

range of gradation and fineness modulus shall not be permitted without the written permission of<br />

the Engineer in charge. Corrective measures if any required for improving the fineness modulus<br />

shall be arranged by the contractor at his own cost as directed by the Engineer-in-charge.<br />

b) NATURAL SAND<br />

Natural sand shall have a fineness modulus ranging from 2.7 to 3.6 without any admixtures.<br />

c) ALLOWANCE FOR BULKAGE<br />

If the sand as obtained from quarry or after its washing is found to be moist, bulkage will be<br />

measured and allowed, provided sand is staked at site at least for 48 hours before use. Bulkage<br />

of such a stack will be measured regularly as directed by the engineer-in-charge and according to<br />

these observations. Observations for bulkage will be made as per Indian Standard procedure and<br />

allowance will be made as under:<br />

Punoti Kh. - 100 -


Bulkage observed<br />

Below 5 %<br />

Allowance to be made<br />

Nil<br />

5 to 10 5 %<br />

10 to 15 10 %<br />

15 to 20 15 %<br />

20 to 25 20 %<br />

25 to 30 25 %<br />

30 to 35 30 %<br />

C1.4 : COARSE AGGREGATE<br />

C1.4.1 Coarse aggregate for concrete shall consist of hard, dense, durable, uncoated, crushed and<br />

shall be free from injurious amount of soft, friable, thin, elongated or laminated pieces, alkali<br />

organic matter or other deleterious substance. Flaky and weathered stones shall not be used.<br />

Aggregate shall be tested in accordance with tests prescribed in IS 516-59 and 1999-59 or<br />

subsequent revisions. Use of gravel fraction left behind after sieving river sand shall be<br />

permitted in the blending of coarse aggregate if asked for after suitable experiments and<br />

without rate variation.<br />

C 1.4.2: IMPURITIES<br />

The broken stone shall be free from dust and dirt and shall be washed if necessary to ensure<br />

that all faces of the stone are perfectly clean. The maximum individual percentage by weight<br />

of deleterious substances in any size of coarse aggregate shall not exceed the following<br />

values:-<br />

Punoti Kh. - 101 -


Materials passing through No. 100 screen (ASTM)<br />

Shale<br />

Coal<br />

Soft Fragments<br />

Clay lumps<br />

Other deleterious substances<br />

One<br />

One<br />

One<br />

One<br />

One fourth<br />

One<br />

The sum of percentages by weight of all the deleterious substance in any size shall not<br />

exceed One.<br />

C1.4.3: GRADING<br />

a) The approximate range in grading of coarse aggregate shall be as under:<br />

Maximum<br />

size of<br />

Aggregate<br />

Nominal<br />

Range<br />

mm<br />

Percentage of coarse aggregate fraction (mm)<br />

20 mm 10 to 20 - - 100 55 to 67 33 to 35<br />

40 mm 20 to 40 - 40 to 50 50 to 60 23 to 40 18 to 30<br />

80 mm 40 to 80 20 to 36 16 to 36 35 to 44 10 to 30 13 to 28<br />

b) The coarse aggregate shall be of such a size as shall be retained on a mesh of 5 mm square.<br />

c) The grading between the limits specified above shall be such as shall produce a dense concrete<br />

of the specified proportions and consistency that will work readily in the position without<br />

segregation and without the use of an excessive water content.<br />

C1.5: WATER<br />

Water used in concrete shall be clean and free from objectionable quantities of slit organic matter,<br />

alkali, salt and other impurities which are likely to be injurious. The turbidity of water or mixing shall<br />

not be more than 2000 parts per million and shall preferably be lower.<br />

C1.6 : GRADING AND RELATIVE PROPORTION<br />

The grading of sand and coarse aggregate is liable to be modified beyond the limits specified above to<br />

suit local conditions in order to obtain required strength and workability. The grading as well as<br />

relative proportion of sand and coarse aggregate are liable to be changed at the discretion of the<br />

engineer-in-charge in order to produce dense concrete of required strength which can be worked<br />

readily into position without segregation in a given ratio of cement and total aggregate (sum of<br />

volumes of sand and of coarse aggregates). No compensation is payable for adjustment in relative<br />

proportion and grading of aggregates. Air entering agent if considered necessary will be supplied by<br />

the department free of cost. This shall be mixed in concrete in the manner and quantity as may be<br />

directed by the engineer-in-charge without any extra cost.<br />

C1.7 (A): MIX VARIATION AND CLASSIFICATION<br />

In case the ratio of cement to total aggregate is modified by changing the cement content under<br />

specific orders of the engineer-in-charge the contractor shall be paid at increased or reduced rates<br />

according to the variation in the cost of cement alone, resulting from change in mix proportion<br />

calculated as per table given below.<br />

The variation in cost of cement will be calculated according to the rate for cement at Rs. 223/-50 kg<br />

and the change in the requirement of cement by weight per cubic meter volume of concrete as<br />

determined by the following table.<br />

Punoti Kh. - 102 -


C1.7 (B): FOR WORK COSTING MORE THAN RS. 50.00 LAKH<br />

Cement variation in the concrete mix shall not constitute an extra item. In case the cement to total<br />

aggregate is modified by changing the cement content under specific order of the engineer-in-charge,<br />

the contractor shall be paid at increased or reduced rates according to the variation in the cost of<br />

cement alone, resulting form change in mix proportion calculated as per table given below at the rate<br />

as given in Annexure ‘A’ of detailed tender notice.<br />

Sr.<br />

No.<br />

Nominal mix<br />

proportion of the<br />

concrete by volume<br />

Size of<br />

aggregate<br />

Equivalent<br />

ISS mixes<br />

Assumed cement<br />

consumption one<br />

cubic meter of<br />

concrete<br />

1 1:1 1/2:3 20 MSA M 200 300 kg<br />

2 1:2:4 20 MSA M 150 282 kg<br />

3 1:2:4 40 MSA M 150 260 kg<br />

4 1:3:6 80 MSA M 100 220 kg<br />

5 1:4:8 172 kg<br />

C1.8: ADMIXTURE<br />

Any admixture for concrete supplied by government free of cost at the departmental store at dam site<br />

colony shall be transported, handled, and mixed by the contractor at no extra cost. Such admixture<br />

shall not be considered as amounting to variation in the mix and is not covered by the mix variation<br />

clause in this section.<br />

Punoti Kh. - 103 -


C1.9: BATCHING<br />

Proportions of concrete items mentioned in Schedule ‘B’ are to be designed on the basis of weight<br />

volumetric proportion.<br />

After establishing the bulk densities of the aggregates, all aggregated shall be batched by volume by<br />

measuring with boxes. The bulk densities of coarse aggregate shall be established by observation at<br />

such intervals, as may be directed by the engineer-in-charge. The bulk density of sand shall be<br />

verified at least once daily and bulkage allowed by a procedure approved by the engineer-in-charge.<br />

Measured quantity of water shall be added.<br />

C1.10: FORMS<br />

1.1.10.1: GENERAL<br />

a) Forms to confine the concrete and shape it to the required line shall be used whenever,<br />

necessary. The form shall have sufficient strength and rigidity to hold concrete and to withstand<br />

the pressure of ramming and vibration without excessive deflection from the prescribed lines the<br />

more so when the concrete is vibrated. The contractor shall have to get the design and drawing<br />

of the centering approved from the engineer-in-charge before erection. From work shall be of<br />

any of the following types :- a) Wooden shuttering with steel plate lining.<br />

b) Steel Shuttering<br />

Wooden shuttering will be allowed if it is free from warping and is fabricated true to line and<br />

shape. The decision on the engineer-in-charge as to the suitability of wooden shuttering as per(a)<br />

above to be used by the contractor will be final and binding on the contractor. The surface of all<br />

forms in contact with shall be clean, rigid, watertight and smooth. Suitable device shall be used<br />

to hold corners, adjacent ends and edges of panels of other forms together in accurate alignment.<br />

C1.10.2: REUSE OF FORMS ETC<br />

Form required to be used more than once shall be maintained in serviceable conditions and shall be<br />

thoroughly cleaned and smoothened before reuse. Where metal sheets are used for lining forms, the<br />

sheet shall be placed and maintained on the forms with minimum amount of wrinkles, lumps or other<br />

imperfections. All forms shall be checked for shape and strength before reuse.<br />

C1.10.3: ERECTION AND REMOVAL OF FORMS<br />

I. Before placing concrete the surface shall be oiled with suitable non staining oil such as raw<br />

linseed oil so as to prevent sticking of concrete and to facilitate the removal of form.<br />

II.<br />

The oil shall cover the form fully and evenly without excess over drip. Care shall be taken to<br />

prevent oil form getting on the surface of the construction joints and on reinforcement bars.<br />

Special care shall be taken to oil thoroughly the form strips for narrow grieves so as to<br />

prevent/swelling of the forms and the consequent damage to concrete prior to or during removal<br />

of forms. Immediately before concrete is placed care shall be taken to see that all forms are in<br />

proper alignment and the supports and fixtures are thoroughly secured and tightened.<br />

III. Where forms for continuous surface are placed in successive units, the forms shall fit tightly<br />

over the complete surface so as to prevent leakage of mortar from the concrete and to maintain<br />

accurate alignment of the surface.<br />

IV. Form shall be left in place until their removal is authorized and shall then be removed with care<br />

so as to avoid injury to concrete.<br />

V. Removal of form shall never be started until the concrete is thoroughly set and hardened<br />

adequately to carry its own weight, besides the live load which is likely to come on the work<br />

during construction. The length of time for which the forms shall remain in place shall be<br />

Punoti Kh. - 104 -


decided by the engineer-in-charge, with reference to weather conditions, shape and position of<br />

the structure or structural member and the mature and amount of dead and live load. In normal<br />

circumstances forms shall be strucked after the expiry of the following periods.<br />

a) Beam sides, walls columns (unloaded) 72 hours<br />

b) Slabs, and arches (props left under) 04 days<br />

c) Slabs, and arches 10 days<br />

d) Beams soffit (props left under) 01 day<br />

e) Props to beams. 21 days<br />

f) Lean concrete (side) 02 days<br />

g) Tunnel lining 24 hours<br />

In no case shall forms be removed until there is assurance that removal can be accomplished<br />

without damaging the concrete surface. No loads will be allowed to damage the concrete surface.<br />

Heavy load shall not be permitted until after the concrete has reached its designed strength. The<br />

forms shall be removed with great caution and without harming the structure or throwing heavy<br />

forms upon the floor.<br />

Punoti Kh. - 105 -


C1.11: MIXING<br />

The ingredients of concrete shall be batches as mentioned in Para 1.9 and properly mixed in mixers,<br />

designed so as to positively ensure, uniform distribution of all the component material throughout the<br />

mass, at the end of the mixing period. The mixing of each batch shall continue for about one and half<br />

to two minutes depending upon the revolutions per minutes of the mixer and experience, after the<br />

materials except for the full amount of water are up the mixer the minimum mixing period specified<br />

above assumes proper control of the speed of the rotation of the mixer and of the introduction of the<br />

materials, including water. The mixing time shall be increased at the discretion of the engineer-incharge<br />

when the charging operation fail to produce concrete of the required uniformly or composition<br />

and consistency within the batch and from batch to batch contractor shall not be entitled for any extra<br />

payment for such increase in mixing time. Excessive mixing requiring the addition of the water to<br />

preserve the required concrete consistency shall be avoided if the mixing and charging operations are<br />

such that the required uniformity of the concrete is obtained in shorter mixing time than the minimum<br />

specified without sacrifice of needed workability and the mixing time may be shortened under order<br />

of the engineer-in-charge mixing shall be done by mechanical means only.<br />

Materials corresponding to one bag mix or half bag mix (depending upon the mixer capacity) shall be<br />

placed in the skip in sequence of metal cement and sand. The skip shall then be emptied in to the<br />

drum and specified quantity of water added to material I drum.<br />

C1.12: TEST FOR CEMENT CONCRETE<br />

C1.12.1: STIPULATED CRUSHING STRENGTH<br />

The crushing strength in kg per square cm on works cubes, at 28 days, for each nominal mix shall be<br />

as under:-<br />

Nominal<br />

Mix<br />

Maximum size of<br />

Aggregate mix<br />

Equivalent<br />

ISS<br />

Stipulated crushing<br />

strength Kg/cm2<br />

7 days 28 days<br />

1:1.5:3 20 M 200 135 200<br />

1:2:4 20 & 40 M 150 100 150<br />

1:3:6 - M 100 75 100<br />

1:4:8 - M 75 50 75<br />

C1.12.2: PRELIMINARILY LABORATORY TEST<br />

Preliminary tests of cubes shall be carried out in the laboratory well in advance of commencement of<br />

work. These tests should indicate an adequate margin over the stipulated strength specified in Para<br />

C.1.12.1.<br />

Punoti Kh. - 106 -


C1.12.3: WORKS TEST ON CONCRETE<br />

Tests for crushing strength shall be made on standard cubes as per the relevant Indian Standard<br />

Specifications. For works tests samples shall be taken on the job as and when directed. For work tests,<br />

samples shall be taken once for every 30 cubic meter of each type of concrete laid at least three times<br />

a day. The sample for work test is defined as a set of three cubes. The materials required for the<br />

samples (concrete, cement, sand and coarse aggregate) shall be supplied by the contractor free of cost<br />

and collection of sample, casting of cubes and curing and testing shall be carried out by the<br />

department at contractor’s cost.<br />

C1.12.4: STANDARD OF ACCEPTANCE<br />

No test of “work test” cubes shall have at 28 days a crushing strength below 85 % present of the<br />

stipulated crushing strength. The average of the crushing strength of the three work test cubes shall be<br />

taken as the crushing strength of the set.<br />

For every set “Work test” Cubes which gives a 28 day crushing of less than 85% of the stipulated<br />

crushing strength a value of 30 cubic meter of concrete shall be paid at such reduced rate as may be<br />

decided by the engineer-in-charge.<br />

Each sample of work test cubes shall be assumed to represent 30 cum concrete and corresponding<br />

quantity of concrete showing crushing strength les than stipulated strength shall be paid at reduced<br />

rates as under.<br />

Equal to or more than 95%<br />

Equal to or more than 90%<br />

but less than 95%<br />

Equal to or more than 85%<br />

but less than 90%<br />

At full rates in occasional cases.<br />

5% reduced rates<br />

10% reduced rates<br />

The reduced rates shall be approved by the Superintending Engineer if the crushing strength fails<br />

below 85% of the stipulated crushing strength, then the quantity of concrete represented by these<br />

samples will not be paid for defective parts. If noticed shall be removed and redone by the contractor<br />

at his cost. Unit for expectance or these tests will be one working season.<br />

In addition to 28 days strength test, engineer-in-charge may at his discretion make 7 days strength<br />

tests and or 3 days (accelerated curing) strength tests and fix up the exact relation between such<br />

strength and 28 days strength after studying the actual values realized. If at any time the tests indicate<br />

that the strength may not be achieved as specified, the engineer-in-charge shall have authority to<br />

suspend the work of laying concrete until the reasons for low strength have been investigated and<br />

corrected. The contractor shall comply therewith without such suspension being made a reason for<br />

any claims. The Engineer-in-charge may at his discretion also order suspension of work when the<br />

variation in the strength of individual work test cubes form the average of the set is excessive. The<br />

contractor shall comply with such suspension until the reasons for the variations are investigated and<br />

corrected and such suspension shall not be accepted as reason for any claim.<br />

C1.12.5: SLUMP TESTS<br />

In order to test the consistency of the mixed concrete, slump tests shall have to be made by the<br />

contractor when and where required by the engineer-in-charge and as per the Indian Standards<br />

Specifications, the allowable slumps shall be decided by the engineer-in-charge depending upon the<br />

location of the concrete.<br />

C1.13: PLACING CONCRETE<br />

Punoti Kh. - 107 -


C1.13.1 Concrete shall be placed only in locations where authorized and no concrete or mortar shall<br />

be placed until form work, installations of embedded parts, preparation of surfaces or<br />

necessary clean up had been done and approved.<br />

C1.13.2: ROCK SURFACE<br />

Rock surface upon or against which concrete is to be placed, shall be prepared as specified in Section<br />

3 ED.<br />

C1.13.3: MASONRY SURFACE<br />

i) Masonry surfaces on which or against which concrete is to be placed shall be prepared as<br />

described in relevant Para in Section M. The unit rate for masonry shall cover the cost of such<br />

preparations.<br />

ii)<br />

If the old layer of masonry which has been paid for is required to be removed as mentioned in<br />

relevant Para in Section-9M it shall be back filled with concrete along with the upper concrete<br />

layer at no extra cost.<br />

C1.13.4: CONCRETE SURFACES<br />

Before laying the concrete, the surface of the concrete in day to day work, shall be cleaned by wire<br />

brush and jets of water so that surface is thoroughly cleaned and wetted but pools of water are<br />

avoided. If the old concrete surface has remained exposed for more than two weeks it shall be<br />

prepared in the same manner as indicated in Para 3.4 of section 3.2 and rough ended by chipping to a<br />

depth of one inch and the surface coated or covered with a layer of cement mortar 1:2 for a depth of<br />

5.15.7.60 cm. The unit rate of concrete (old) shall cover the cost of all such preparations and also of<br />

the cost of cement mortar. The concrete removed for roughening shall not be paid for.<br />

Punoti Kh. - 108 -


C1.13.5: ALL SURFACES<br />

I) The cleaned rock masonry or concrete surface shall be applied with cement slurry and then<br />

cement mortar cost as described in relevant Para of Section-9 M.<br />

II) The first few batches of concrete may, if so required contain half the regular size of coarse<br />

aggregate, without any extra claims.<br />

III) The cost of such preparation work stands included in the unit rate of cement concrete.<br />

C1.13.6: TIME FOR USE<br />

All concrete shall be placed directly in its final position within 30 minutes of mixing. Any concrete<br />

which has become so stiff that proper placing cannot be assured without re-tampering shall be wasted<br />

and shall not be paid for. All surface of forms and metal work including reinforcement bars that have<br />

become incrusted with dried mortar or grout concrete previously placed shall be cleaned of all such<br />

mortar or grout before surrounding or adjacent concrete is placed.<br />

C1.13.7: METHOD OF PLACEMENT<br />

Before starting placing of concrete it should be made certain that the transporting and placing<br />

equipment is there and in proper repair and that equipment along with the operating staff is arranged<br />

to deliver the final concrete in the positions without undue delay objectionable segregation. The<br />

methods and the equipment used for transport and placing of concrete shall be such as will permit the<br />

delivery of the concrete of the required consistency into the work without objectionable segregation<br />

porosity or excessive loss of the workability. Excessive segregation from whatever cause shall be<br />

prevented in handling and placing operation by avoiding or controlling later movement of the<br />

concrete as in dumping at an angle of depositing continuously at one point and allowing the concrete<br />

to flow. Concrete shall not be dropped from excessive heights and the free fall should be kept to a<br />

minimum concrete shall be deposited in continuous horizontal layers in a thickness of approximately<br />

30 cm. in normal work to 45 cm. (Eighteen inches) for mass concrete except that nothing herein shall<br />

be constructed to permit placement of the additional horizontal layers of mass concrete before the<br />

entire area to be concerned is covered by previous layers. On flat horizontal surfaces, where<br />

conjunction of steel near the forms makes placing of concrete difficult, a mortar of the same cement,<br />

sand ratio as used in the concrete shall be first deposited to cover the forms and shall stand, included<br />

in the unit rate of concrete before the entire area to be concrete is covered by previous layers.<br />

C1.13.8: RATE OF PLACING<br />

Concreting should continue without available interruption until the structure of section is completed<br />

until satisfactory construction joints can be made. Location of construction joints shall be as directed<br />

by the engineer-in-charge. Concrete shall not be placed faster than the placing crew can compact it<br />

properly. In placing thin members and columns, precaution shall be taken against to rapid placement<br />

which may result in movements, or failure of the form due to excessive lateral pressure. An interval of<br />

at least 12 hours and preferably 24 hours should elapse between the completion of column and walls<br />

and the placing of slabs, beams or girders supported by them in order to avoid cracking due to<br />

settlement all concrete shall be placed in approximately horizontal lifts not exceeding 1.25 meter in<br />

thickness per day. Concrete in arches should be done in strip extending from one pier to another. No<br />

thorough joints shall be kept in the span.<br />

C1.13.9: CONCRETING AT NIGHT TIME<br />

If concrete is to be placed at night adequate lighting arrangements shall be made as directed by the<br />

Engineer-in-charge.<br />

C1.13. 10: CONCRETING AT DURING RAINS<br />

When concreting is required to be done or continued while it is raining it shall be seen that concrete is<br />

not damaged due to rain while it is being transported and placed. After placing the green concrete, the<br />

Punoti Kh. - 109 -


same shall be adequately covered for a period of 24 hours when it will be capable of being cured by<br />

splash of water. The surface of fresh concrete should be maintained on a slope sufficiently to result in<br />

the self drainage of rain water the work shall however be discontinued when the rain is so severe that<br />

the water collects into pools or washes the surface of the fresh concrete and it is not possible to<br />

provide adequate shelter.<br />

C1.14: COMPACTION<br />

C1.14.1 All concrete shall be vibrated by mechanical vibrator or approved type so as to ensure<br />

dense concrete. Hand tamping and Roding, shall not be used for compaction of concrete<br />

except in special circumstances with the express permission of the engineer-in-charge.<br />

When immersion type vibrators art used, they shall be used vertically and at about 50 cm<br />

apart. The vibrator shall be inserted to the full depth of the newly laid concrete layer. The<br />

vibrator shall however, not reverberate a concrete which has commended its final set.<br />

Special care shall be taken to see that the vibrator touching the reinforcement of embedded<br />

part does not disturb the concrete below, which has commenced its final set. The concrete<br />

shall not be vibrated excessively so as to cause segregation.<br />

C1.14.2 Each layer of concrete, for surfaces which are required to be smooth and for all surfaces<br />

which will be permanently exposed to the weather, and for all surfaces next to embedded<br />

metal work, shall be worked and vibrated by mechanical vibrators of approved type only so<br />

as to obtain a concrete of maximum density and imperviousness and to closely assure<br />

contact of the concrete with forms, reinforcement bars and other embedded parts. If the<br />

methods of transporting and placement have been conductive to air entertainment<br />

segregation or stiffening the work of compaction should receive special attention.<br />

Punoti Kh. - 110 -


C1.14.3 For concrete surface exposed to flow of water special precaution shall be taken to minimize<br />

and to prevent surface pitting and protrusions without resorting to over manipulation of the<br />

concrete mix to the forms. No plastering for getting a smooth finish shall be permitted to<br />

these locations. Any protrusions shall be ground smooth.<br />

C1.15: CURING AND PROTECTION<br />

All concrete shall be protected against injury until final acceptance. Exposed finished surface of<br />

concrete shall be protected from the direct rays of sun for at least 72 hours after placement concrete<br />

shall be kept continuously moist for not less than 21 days. Construction joints shall be cured in the<br />

same way as other concrete and shall also be kept moist for at least 72 hours prior to the placing of<br />

additional concrete upon the joints. Approximately horizontal surfaces shall be cured by sprinkling,<br />

pointing or by covering by damp sand or maybe cured by the use of wet quilts or mats. Vertical<br />

surfaces shall be cured by covering with wet jute bags. If damp sand or quilting is used for curing it<br />

shall be removed completely later. Should the concrete perish that is become dry or powdery through<br />

neglect of watering such work shall be demolished and rebuilt at no extra cost. If the curing<br />

arrangements of the contractor are not satisfactory the engineer-in-charge may in his discretion<br />

engage labour and provide material and equipment for curing and recover expenditure thus involved<br />

from the contractor.<br />

C1.16: FINISHING<br />

C1.16.1: GENERAL<br />

Finishing of formed and unformed surface shall be performed only by skilled workmen. All exposed<br />

concrete surface shall be cleaned of all incrustations of cement mortar or grout and unsightly stain<br />

shall be removed.<br />

C1.16.2: FORMED SURFACES<br />

Surface of concrete finished against forms shall be smooth, free from projection and filled thoroughly<br />

with mortar, immediately upon removal of forms, an unsightly ridges or fines shall be removed and<br />

any local bulging on exposed surfaces shall be remedied by tooling a rubbing all holes left by the<br />

removal of fasteners, shall after being reamed with toothed reamer be neatly filled with dry patching<br />

mortar. All porous and fractured concrete and surface concrete to which additions are required to<br />

bring it to the prescribed lines shall be sharp edged and keyed and shall be filled to required lines with<br />

fresh concrete or dry patching mortar. Where concrete used for filling the chipped openings, these<br />

shall not be less than 8 cm in depth and the concrete filling shall be reinforced and followed to the<br />

surface of the openings. Honeycombed surface and surfaces which give a hollow sound shall be<br />

rectified by guniting at the contractor’s cost, within the unit rate accepted for concrete.<br />

Punoti Kh. - 111 -


C1.16.3 Dry pitching shall consist of one part of cement to 2 parts of sand by volume and just<br />

enough water, so that the mortar as used, will stick together on being molded into a ball by<br />

a slight pressure of the hands and will not exclude water when pressed but will leave the<br />

hands damp. The mortar shall be placed in layers of not more than 25 mm thickness. After<br />

being compacted each layer shall be roughened by being scratched to provide an effective<br />

bond, with the successive layers. The last or finishing layer shall be smooth to form a<br />

surface continuous with the surrounding and shall be sound and free from shrinkage cracks.<br />

C1.16.4 (a) FINISHING PERMANENTLY EXPOSED SURFACES<br />

Except otherwise specified or directed all permanently exposed concrete surfaces and other<br />

waterway surfaces requiring durability under water (except the outlet) shall be finished in<br />

the following manner, immediately up on the removal of the forms, the surface shall be<br />

wetted and all surface pits and air bubbles filled by the rubbles filled by rubbing mortar<br />

composed of cement and fine sand in proportion 1:2 into the pits with burlap so as to secure<br />

a uniformly dense smooth surface. The ribbing shall be performed in such a way as to leave<br />

the surface free from mortar not used for filling the pits should the filling operations be<br />

unduly delayed and the surface of the pits becomes coated with, dirt or other contaminating<br />

materials they shall be thoroughly cleaned and washed and shall be maintained in a moist<br />

condition, until the mortar filling is placed.. Such cleaning shall be done by means of air<br />

and water jets and chipping or brushing or other satisfactory mans without damaging the<br />

surrounding concrete. All operations in connection with the filling of surface pits shall be<br />

handled as quickly as practicable to minimize the period during which the concrete and<br />

mortar filling are exposed to drying. When the treatment of a surface has been completed<br />

the surface shall net and of the same colour and texture as the adjoining surface.<br />

(b) FINISHING OF CONCRETE SURFACE IN OUTLETS<br />

Special finish as hereafter specified shall be done for the concrete surface in outlets. The<br />

maximum allowable deviations for the finish are as listed below.<br />

Type of irregularity<br />

Depression<br />

Allowance in mm<br />

Nil<br />

Gradual 6<br />

Abrupt<br />

6 parallel to flow and<br />

3 not parallel to flow<br />

Abrupt irregularities are defined as off sets and fines caused by displaced or misplaced from sheeting<br />

lining or form section by loose knots in forms otherwise defective or lumber. All others (except<br />

depressions) are classed as gradual irregularities. Gradual irregularities shall be measured with One<br />

feet template consisting of a straight edge for plain surface or its equivalent for curved surfaces.<br />

Grinding or storing shall be done as required to bring the irregularities within the specific limits as<br />

above.<br />

C1.16.5: FINISHING CANCELED SURFACE<br />

For exterior concealed surfaces below ground or backfill level or like surfaces not otherwise specified<br />

no finish is necessary except that sand streaks, metal pockets, honeycombing other imperfections<br />

which are of consequence affecting strength water tightness or protection of reinforcing steel from<br />

corrosion, shall be corrected and repaired as prescribed for formed surface.<br />

C1.16.6: FINISHING UNFORMED SURFACE<br />

Unformed surface shall be finished by one or more of the operations of screening floating and<br />

toweling. Working of the surfaces should be done at proper time employing experienced men and<br />

should be just sufficient to produce the desired finish. Screening which gives the surface its<br />

approximate shape by striking off surplus concrete immediately after compaction shall be<br />

Punoti Kh. - 112 -


accomplished by moving a straight edge or template with a saving motion across wood or metal strips<br />

that have been established as guides. Where the surface is curved as special ace reed be brought true<br />

to form and grade by working it sparingly with a wooden float if a coarse textured finish is desired or<br />

if the surface is to be steel trowel led a second or final floating shot be performed after some<br />

stiffening has occurred and the surface moisture film or shine has disappeared. Where a smooth dense<br />

finish is desired floating shall be followed by steel toweling some time after moisture film, or shine<br />

has disappeared from the tabled surface and when the concrete has hardened sufficiently to prevent<br />

fine material and water from being worked out the surface. Excessive toweling particularly at early<br />

time shall be avoided.<br />

C1.16.7: DAMAGE DUE TO FLOODS GOVT. NOT RESPONSIBLE<br />

In case of damage of any of the concrete works due to floods, Govt. will not be responsible and<br />

whatever corrective measures are required to be adopted shall be done by the contractor at his cost.<br />

Provision of paragraph 1, 12, 19 of Masonry Section-9 shall apply.<br />

C1.17: PAYMENT<br />

C1.17.1 Payment shall be on the net quantity of concrete after deducting quantities for opening and<br />

other class of work. No deduction shall be made for anchor bars, reinforcement, grout holes<br />

and bore or weep holes or any opening not exceeding 100 cum in cross section. Rate shall<br />

be subject to paragraph C.1.12.4. above. Measurements of concrete shall be taken within<br />

the specified pay lines for the structure or as indicated on the drawings. Any concrete<br />

placed in the excavation beyond the line of structures to void use of forms shall not be paid<br />

for. The quantity of item shall be computed by using Prismoidal Formula only.<br />

Block outs and slots necessary for embedding the foundation bolt and other embedded parts<br />

shall be provided by the contractor without any extra cost. The payment for from work<br />

required for concrete if any shall be presumed to be included in the payment of concrete<br />

item.<br />

Punoti Kh. - 113 -


SECTION - 9<br />

STEEL REINFORCEMENT<br />

R.1.1: SCOPE OF WORK<br />

This item covers providing, hauling storing strengthening, cleaning, cutting, bending, placing and or<br />

erection in position, securing and maintaining in position all reinforcement of MS Bars plain or for till<br />

the concrete is placed around it. It also includes splicing of the bars as shown on the drawings or as<br />

required by the engineer-in-charge and providing the hooks at ends. It also includes the cost off<br />

furnished and attaching wire ties and chairs, metal supports etc. It also includes welding of reinforcing<br />

bars where directed or permitted by the engineer-in-charge the reinforcement will be either MS or Tor<br />

steel or T.M.T.500. Combination or MS plain or Tor steel will be allowed in absence of availability of<br />

specific steel.<br />

R.1.2: SUPPLY<br />

The reinforcing steel shall be procured by the contractor.<br />

R.2: BAR BENDING SCHEDULE<br />

The department will indicate the design requirement steel for the different components. The<br />

contractor shall prepare the bar bending schedule form those design, statement, showing the details of<br />

bends, cranks and splices provide by him for all the bars to be placed and get them approved form the<br />

Engineer-in-charge. The schedule shall be presented for approval well in advance of the laying of the<br />

reinforcement<br />

R.3: CLEANING<br />

Before steel reinforcement is placed in the position the surface of the reinforcement bars shall be<br />

cleaned off rust, scale, dirt, grease and other objectionable delirious foreign substance, heavy flaky<br />

rust and mill scale that cannot be removed by firm rubbing with burlap or equivalent treatment being<br />

considered. The fact light or early stage rust, has no detrimental effect on bond and hence could be<br />

disregarded shall be accepted as an excuse for careless handling and storage of steel<br />

R.3.1<br />

In storing, bars of the same sizes, lengths, shape and grade shall be assembled in racks and marked<br />

distinctly. Before the reinforcement bars are fixed in position it shall be verified that they are of the<br />

specified sizes and are cut and bent in accordance with the plans and specifications. They shall be<br />

accurately placed and secured in position by means of built in concrete blocks, metallic chairs,<br />

hangers, spacers or other suitable devices at sufficiently close intervals so that they will not sag<br />

between supports, not be displaced during the placing of the concrete or by any operation of the work.<br />

Punoti Kh. - 114 -


R.3.2<br />

Special care shall be exercised to prevent any disturbance of the reinforcement in concrete that has<br />

already been placed. The reinforcement after being placed in position shall be maintained a clean<br />

condition or unsightly rust stains on exposed concrete surface.<br />

R.4: BENDING (REFER IS NO 2502-1963)<br />

Reinforcement shall not be straightened or bent in a manner that will injure or weaken the materials.<br />

Bars with kinks or bends not shown on the plans shall not be used. Bars shall be bent to the shape and<br />

dimensions shown on the drawings or as directed, using a bar bender, operated by hand or power, to<br />

attain the proper bending radius. The radius of bend shall not be less than 4 times nominal size of the<br />

bar. The radius of the bents for stirrups and ties should not be less than twice the thickness of bar.<br />

Heating of reinforcement bars to facilitate bending will not normally be permitted. When however,<br />

such heating is permitted in the case of large diameter large diameter bars, the temperature of the steel<br />

shall not exceed the corresponding to cherry colour, (about 800ºC)<br />

R.5: PLACING<br />

a) Binding wire :- Wire for typing reinforcement shall be soft and annealed steel. The wire may be<br />

of 1.2 mm to 1.63 mm and shall be soft and shall have ( to confirm to I.S.1:5 280, 1962) and<br />

ultimate strength of not less than 5600 kg/cum and yield point of not less than system 5600 kg<br />

cum yield point of not less than 3000 kg/cum.<br />

b) Support and spacers:- Metal supports spacers shall be fabricated from no corrodible metal.<br />

Dissimilar metals should not be placed in concert in intimate proximity with each other or joined<br />

by a conductor, specially in the continued presence of moisture unless it is known that galvanic<br />

action will not result.<br />

c) Splicing by overlapping:- Bars splices as indicated in the drawing or as specified by the<br />

Engineer-in-charge shall only not be done in the region of maximum bending moment and<br />

splicing of adjacent bars shall be avoided as far as possible.<br />

d) By welding:- Welding of bars of splicing may allowed in place of lapping, as the discretion of<br />

the Engineer-in-charge at approved locations. When welding is resorted to instead of lapping the<br />

bar to be spliced shall be lap welded or built welded by electric welding Ends or bars to be<br />

spliced shall be cleaned of all dirt, scales, rust, paint and foreign matter before welding all<br />

welding shall confirm to the relevant Indian standard specification. And weld will be considered<br />

unsatisfactory if it fails sustain a tensile. Stress of at least 90% of the tensile stress of carrying<br />

out the as directed by the Engineer-in-charge and with in the accepted unit rate for<br />

reinforcement.<br />

Punoti Kh. - 115 -


R.6: DISTANCE BETWEEN REINFORCEMENT BARS<br />

R.6.1<br />

The distance between two parallel reinforcement bars shall be except as provided below in 6.2 not<br />

less than the greatest of the following distances.<br />

a) The diameter of each bar, if their diameters be equal.<br />

b) The diameter of the bar, larger if the diameters be unequal.<br />

c) 6 mm more than the nominal maximum size of the coarse aggregate comprised such concrete.<br />

NOTE :<br />

A GREATER DISTANCE SHOULD BE PROVIDED WHEN CONVENIENT<br />

R.6.2<br />

The vertical distance between two horizontal main steel reinforcement of the corresponding distance<br />

at right angles to two inclined main steel. Reinforcement shall not be less than 12 mm except at a<br />

splice or tap and except where on reinforcement is transverse to the other.<br />

R.6.3<br />

The pitch of the main bars in a reinforcement concrete solid slab shall not be more than three times<br />

the effective depth of such slab.<br />

R.7: CONCRETE COVER<br />

R.7.1<br />

Sufficient concrete cover shall be provided to protect reinforcement from corrosion of as indicate in<br />

the drawing. All detruding bars from concrete or masonry to which other bars are to be spliced and<br />

which will be exposed to action of weather for an indefinite period shall be protected from rusting by<br />

a thin coat of neat cement grout. Accurate records shall be kept at all time of numbers, sizes, lengths<br />

and weight of bars placed in position for different parts or the work.<br />

R.7.2<br />

The thickness of concrete cover (exclusive of plaster or other decorative finish shall be as follows)<br />

a) At each end of reinforcing bar a cover not less than 25 mill twice the diameter of such rod or bar.<br />

b) For a longitudinal reinforcing bar in a column cover not less than 40 mm nor less than the<br />

diameter of such rod in the as of column of minimum dimensions of 18 mm or under those the<br />

bars which do not exceed 12 mm diameter 25 mm cover maybe use.<br />

c) For a longitudinal reinforcing bar in a beam a cover not less than 25 mm nor less than the<br />

diameter of such rod or bar.<br />

d) For tensile, compressive, shear or other reinforcement in a slab a over not less than 12 mm nor<br />

less than the diameter of such reinforcement.<br />

e) For any other reinforcement not less than 12 mm nor less than the diameter of such<br />

reinforcement.<br />

f) For all external works for work against earth faces and also for internal work where there exists<br />

particular corrosive conditions. The cover of the concrete shall be increased 12 mm beyond the<br />

figure given below (a to 2)<br />

R.7.3<br />

Punoti Kh. - 116 -


Where because of splicing, the thickness of concrete in between reduces to less than the maximum<br />

size of the aggregate of concrete with reduced maximum size of the aggregate, shall be used so as to<br />

allow development of bond in the splices. The extra cost of such special concrete shall be deemed to<br />

have been included in the unit rate for the main concrete and shall be paid at the same rate.<br />

R.8: ADDITIONAL IMPORTANT POINTS FOR ATTENTION<br />

I) Before the reinforcement bars are fixed in position lit shall be verified as to whether are of the<br />

specified grade, size and are cut and bent in accordance with the relevant drawings and<br />

specification. For any mistake, the contractor shall be solely responsible and shall made himself<br />

liable for all rectifications of mistake at his risk and cost.<br />

II) Reinforcement bars shall be accurately placed and secured in positions by means of built in<br />

concrete blocks, metallic chairs, hangers spacers or other suitably approved device at sufficient<br />

close intervals so that they will not sag between supports and shall not be displaced during<br />

placing of concrete or any operation of work.<br />

III) Before standing concreting, the contractor shall ascertain that the measurement of the<br />

reinforcement placed have been recorded by the authorize representative of the dept. and the<br />

Engineer-in-charge at his discretion may order dismantling and reconstruction of the work where<br />

necessary. The Engineer-in-charge or his authorized representative shall record the fact of his<br />

having checked and approved the reinforcement in the order book kept on the work before<br />

allowing concerting to commence.<br />

Punoti Kh. - 117 -


R.9: MODE OF MEASUREMENTS<br />

The reinforcement shall be paid as the weight on Kg/Qtl. Of the actual quantity of steel reinforcement<br />

placed in the structure arrived at by measuring the length of the bars multiplied by the standard weight<br />

per unit length for the particular diameter of bar (as shown in the bar bending schedule) The standard<br />

weights of the bars shall be as follows.<br />

Diameter of bar in mm. Weight in kg/m<br />

6 0.22<br />

8 0.40<br />

10 0.60<br />

12 0.90<br />

16 1.60<br />

18 2.00<br />

20 2.50<br />

22 3.00<br />

25 3.80<br />

28 4.80<br />

32 6.30<br />

36 8.00<br />

40 9.90<br />

45 12.50<br />

50 15.40<br />

In case of deformed bars, the weight per unit length for a bar for specified diameter (in nominal size<br />

will be as shown in the manufacture catalogue). The issue of deformed bars to the contractor and the<br />

payment to the contractor will be done on the basis of weight given by the manufactures.<br />

This shall include the quantity in laps, hooks and bends. It shall not include weight of metallic chairs,<br />

hangers spacers or other suitable devices, if use. The length of bar shall be measured to the nearest 10<br />

cm. A fraction less than 5 cm shall be neglected and fraction of 5 cm or more shall be taken as 10 cm.<br />

The cost of the wire used for tying the reinforcement shall be deemed to be included in the rate for the<br />

item of reinforcement and shall not be paid separately. The item rate shall be exclusive of chair,<br />

hanger, space etc. Separate measurements for supports steel shall kept and payment shall be made at<br />

issue rate per schedule “A” Surplus steel in pieces longer than 2,.50 m out of the steel issued to the<br />

contractor will be taken back at the rate at which it was issue to the contractor The convenience to the<br />

placer of original issue of steel being at the contractor cost. The contractor shall return such cut pieces<br />

to the department periodically.<br />

Punoti Kh. - 118 -


SECTION - 10<br />

MISCELLANEOUS<br />

DEWATERING ARRANGEMENT FOR FOUNDATION:<br />

1: SCOPE<br />

The item shall include all dewatering work required in a manner herein after specified.<br />

1.2: DESIGN ETC<br />

The contractor shall arrange sufficient number of water pumps (of sufficient horse power) for<br />

dewatering within reasonable period.<br />

1.3 CONTRACTOR TO DEWATER WHENEVER REQUIRED<br />

1.3.1: The area under all works pertaining to the structure and appurtenance and the adjoining areas<br />

as necessary shall be maintained free from water. The area shall also be maintained free from water<br />

after any part of the work is completed, for inspection, safety, and installation by Government or for<br />

any other reasons determined as necessary by the engineer-in-charge. The contract shall pump all<br />

water from the site of the works and shall keep the foundation free of water, while excavating,<br />

concreting and placing masonry and continue to keep the work, free of water for period as may be<br />

required for proper setting or mortars or concrete etc., or otherwise required for completion of works.<br />

1.3.2 The contractor shall not be entitled to any claims or damages on account of or by reason of<br />

any amount of water leaking through, under or around the coffer dams, diversion or protective works<br />

or overtopping of the diversion works, or from the construction sluice.<br />

The river will be diverted through the portion of masonry spillway or by suitable diversion in<br />

order to enable earth-work of the dam to progress, ahead of the masonry dam. Any percolation caused<br />

due to this shall be covered by the rate for item concerned.<br />

The contractor shall provide and maintain temporary bulk heads to protect galleria shafts and<br />

other openings in the structures from possible flooding from any reason whatsoever.<br />

Punoti Kh. - 119 -


1.4: REPAIRS AND REMOVAL OF DIVERSION CHANNEL, COFFER DAM<br />

ETC.<br />

After having served their purpose the temporary bulk heads shall be removed to the extent<br />

directed by the engineer-in-charge from time to time.<br />

The diversion channel, coffer dams, etc. are likely to be damaged due to floods or any other<br />

reason. If they are so damaged they shall be done without extra cost to the satisfaction of the<br />

engineer-in-charge. Such removal or repair work shall be done in such manner as not to damage any<br />

permanent works.<br />

1.5: CLOSURE OF DIVERSION WORKS ETC.<br />

The method of closure of diversion channel, shall be subject to the approval of the engineer-incharge<br />

and at no extra cost.<br />

1.6: DAMAGE DUE TO FLOOD<br />

If any foundation parts are filled due to floods or flow, during the progress of work or during<br />

rainy season, or due to any other cause, all pumping required to dewater the pit and desalting shall be<br />

done without any extra cost. If for any reasons of planning of excavation, the foundation pits get filled<br />

they shall be dewatered and desalting under the scope of this item.<br />

1.7: REMOVAL OF COFFER DAMS AND CLOSING OF DIVERSION CUTS<br />

ETC.<br />

1.7.1: All coffer dams and other protective works constructed for facility of dewatering shall be<br />

removed after they have served their purpose in a manner and to the extent directed by the engineerin-charge<br />

from time to time. All the diversion works or diversion cuts shall be closed in a likewise<br />

manner. The coffer dams on the up-stream may however, be allowed to be submerged at the<br />

discretion of the engineer-in-charge. If however, such submergence in the opinion of the engineer-incharge<br />

is likely to be detrimental to the structure or a part of it the upstream cofferdam shall be<br />

removed in a manner and to the extent directed by the engineer-in-charge. All the timber and other<br />

materials which will float in water shall be carefully removed away from the location of outlets of<br />

sluices so that they shall not find way in the outlet conduit gate, trash racks, etc., on flooding of the<br />

upstream.<br />

1.7.2 : The down-stream coffer dam shall be removed in such a manner as not to interfere with<br />

the satisfactory working of the energy dissipation arrangements outlets, K.T.Weir, etc.<br />

1.8: NO CLAIM IF PONDING IS DONE<br />

Ponding shall be done by the department upstream of the masonry dam at intermediate stages<br />

and water diverted from the lake into the river for irrigation purposes. The contractor shall have no<br />

claim on account of any additional dewatering and diversion of flow required to be done because of<br />

such ponding and such additional dewater in and diversion of flow stands included in item concerned.<br />

The contractor shall not be entitled to any claims on account of interference with and interruption<br />

caused to many temporary roads, quarries or temporary camp, submerged or inaccessible by such<br />

ponding.<br />

4.1 DRAINAGE PIPE :<br />

4.1.1 POROUS DRAIN SHAFT :<br />

The item includes providing and fixing in position precast concrete blocks in cement mortar 1:4<br />

proportion with formed hole of 100 mm.. Diameter for drainage shaft with all leads rand lifts etc.<br />

complete as per specifications.<br />

4.1.2 : The work covered by this item shall consist of furnishing all equipment, material and labour<br />

for the manufacture, transport, placing and curing for 20 cm. Diameter porous concrete pipe blocks<br />

Punoti Kh. - 120 -


transport and erection of the pipe elements and performing all the functions necessary and ancillary<br />

thereto including finishing the pipes as directed by the Engineer-in-charge.<br />

4.1.3 GENERAL :<br />

The diameter specified is the internal diameter of a cement concrete block of which the size will<br />

be 60 cm. x 60 cm.<br />

4.1.4 The length of each shall be as ordered by the Engineer-in-charge :<br />

4.1.5:- PROPORTION AND PRECASTING :<br />

The pipes shall be cast in porous concrete of proportion 1:4 (cement : aggregate) the porosity<br />

and permeability of the pipes shall be as directed by the Engineer-in-charge. The pipe shall be subject<br />

to approval prior to insTallation. The maximum, size of well graded aggregate to be used will be 20<br />

mm.<br />

4.1.6 :- CARE TO BE TAKEN TO AVOID CLOGGING OF PIPES ETC :<br />

Care shall be taken to avoid clogging of the pipes during progress of work. Should any pipes<br />

became clogged or obstructed from any cause before final acceptances of the work, it shall be cleaned<br />

out in a manner approved by the Engineer-in-charge. No. porous which has been damaged shall be<br />

used In the work.<br />

4.1.7:- MODE OF MEASUREMENT AND PAYMENT :<br />

Mode of measurement shall be on running meter basis. The rate includes its cost and fixing with<br />

necessary connections for the completed item of work.<br />

2.1: PROVIDING EARTH BACK FILL<br />

2.1.1: EARTH BACK FILL<br />

Earth back fill is define as the embankment constructed in the vicinity of concrete or masonry<br />

structures by utilization of the suitable excavated material either directly of by re-handling or from<br />

quarried borrow material without extra cost, whenever the excavated materials fails to satisfy the<br />

specification requirements.<br />

2.1.2 : The decision of the Engineer-in-charge regarding the suitability of materials for earth back<br />

fill shall be final and binding upon the contractor.<br />

The characteristic of back fill shall be in general conformity with the zoning of the dam and<br />

satisfy the necessary filter criteria.<br />

2.1.3: CONTROL COMPACTION<br />

Control of placement shall be based on the, proctor test of soil compaction with modification<br />

approved by the Engineer-in-charge. Optimum moisture content shall be predetermined in the<br />

laboratory. Dry and wet densities, shall be controlled by filed tests to assess the degree of compaction.<br />

The dry density shall in no case be below 95% of the standard proctor density.<br />

2.1.4 : MOISTURE CONTENT<br />

Moisture content shall be controlled by necessary operations such as sprinkling, mixing and<br />

pending in borrow area drying by exposure, so as to attain the optimum moisture content uniformly<br />

through out the layer. The moisture content shall be within 2% (two percent) of the optimum moisture<br />

content as determine in the laboratory. If the filed moisture content is beyond the range of moisture<br />

content prescribed, the rolling operation and adding of further layers shall be deferred till the<br />

prescribed moisture content is obtained.<br />

2.1.5 : METHOD OF COMPACTION AND PLACEMENT<br />

Punoti Kh. - 121 -


The materials shall be placed in continuous horizontal layers of not more than 15 cm. in<br />

thickness and shall be compacted as specified below. The laying and compactions hall be or as<br />

directed by the Engineer-in-charge.<br />

Rolling shall be done by tamping rollers when each layer of material has been suitably<br />

conditioned. In parts of the structures in accessible to rolling equipment the compaction shall be done<br />

by mechanical tamping equipment approved by the Engineer-in-charge. The compaction standard<br />

specified in para 5.3 shall be satisfied irrespective of the equipment used.<br />

2.1.6 : MEASUREMENTS<br />

The measurements shall be on the basis of cubical contents of the compacted fill. The rates<br />

shall include all necessary lifts and leads.<br />

2.1.7 : BACKFILL WITH RANDOM SOIL<br />

This item covers all excavated or quarried material suitable for backfill which shall be placed<br />

as per paragraph above.<br />

Punoti Kh. - 122 -


2.1.8: BACKFILL OF IMPREVIOUS MATERIALS<br />

The impervious material should have sufficiently low coefficient of permeability and at the<br />

same time desired dry density and shear strength measured in the laboratory selected materiel shall be<br />

quarried as directed by the Engineer-in-charge. The backfill shall be placed as per paragraph above<br />

and paid as per paragraph above.<br />

4.1 PROVIDING AND FIXING G .1. PIPES RAILING :<br />

4.1.1 GENERAL :<br />

The item refers to the provision of mild steel angle. I or T section posts and G.I. pipe railing as<br />

shown in the working drawings.<br />

4.1.2 MATERIAL :<br />

1) Mild Steel Angles. I or T as per the item shall be of sizes shown on planes.<br />

2) Anchor bolts, nuts and check nuts to be as per I.S.No.1149-1964 and of the shape and size<br />

shown in the drawinsg or as ordered by the Engineer-in-charge .<br />

3) Galvanized iron pipes of the diameter as shown in the drawings with couplings shall be of<br />

the standard type .The diameter shall be the inside bore diameter.<br />

4.1.3 CONSTRUCTION :<br />

The railing shall be constructed as per the detailed drawings.<br />

The angle iron, I or T section shall be fixed to the projecting anchor bolts which shall be placed<br />

in accurate position at the time of concreting of the slab and or kerb and fastened securely by means<br />

of nuts and check nuts. Three rows of G.I pipes with coupling shall then be fixed on each side to lines<br />

, levels and curves as directed by the Engineer and passing through the holes cut in the angle, I or T .<br />

It should not be possible to remove the pipes easily. All ragged edges of posts shall be smoothened by<br />

filling. The pipes & posts shall then be painted with one coat of red lead and two coats of approved<br />

shade good oil paint.<br />

4.1.4 ITEM TO INCLUDE :<br />

1) Providing and fixing angles, I or T, as mentioned in the item bolts, nuts galvanized iron<br />

pipes with coupling including painting.<br />

2) All labour, materials, accessories, use of equipment, tools, plant, scaffolding etc. necessary<br />

for the completion of the item satisfactorily.<br />

4.1.5 MODE OF MEASUREMENT & PAYMENT :<br />

The contract rate shall be for one meter length of the railing completed. The railing shall be<br />

measured between the inside of the end pillars over the abutments .<br />

Punoti Kh. - 123 -


15.1 PROVIDING M.S. FOOT BRIDGE :<br />

15.1.1 SCOPE :<br />

The item includes fabrication of bridge laying and fixing in position including necessary<br />

materials, tools and labour required etc. complete.<br />

15.1.2 MATERIAL :<br />

The bridge should be made from M.S. angle as directed, as per I.S. specification. The width of<br />

the bridge should be minimum 1 meter for easy movement. Cross angle railing should be provided at<br />

least 1 meter in height, or as directed. Welding should be done with approved quality welding rods.<br />

15.1.3. GENERAL :<br />

The M.S. sheet of required width should be welded properly in line with the angles. The joints,<br />

if any. Should be properly welded or bladed with sufficient over laps & supports be arranged at the<br />

joints. The bridge should be painted with approved quality of anticorrosive paint.<br />

15.1.4 MODE OF MEASUREMENT AND PAYMENT :<br />

The measurements shall be in length of finished portion only. All pictures and fastening are<br />

supposed to be included in the item, put to tender. The rate shall be for per meter length of finished<br />

portion put to tender.<br />

16.1 PROVIDING STEEL LADDER :-<br />

16.1.1 SCOPE :<br />

The item includes fabrication of ladder and fixing in position including material, tools plants and<br />

labour required etc. complete.<br />

16.1.2 MATERIAL :<br />

The ladder should be made from M.S. Angle of size 40x40x6 mm. as per I.S. specification<br />

Welding should be done with approved quality of weldings rod.<br />

16.1.3 GENERAL :<br />

The steps should be properly welded by properly fixing in holes and at equal intervals for easy<br />

climbing. The joints in the ladder should properly be welded or bolted with sufficient overlaps and<br />

suitable support be arranged at the joints. The ladder should be laid inclined (as directed) for easy<br />

climbing. The ladder should be painted with approved quality of paint including base coat as directed.<br />

3.1: PROVIDING AND FIXING GUARD STONES<br />

3.1.1: SCOPE<br />

The item includes all tools, plants, labour and materials required for preparing transporting<br />

painting of guard stone of size 2010 x 2010 x 750 mm. and performing all the functions necessary and<br />

ancillary thereto.<br />

Punoti Kh. - 124 -


3.1.2: MATERIALS<br />

The stone shall be of the specified type of the stone and of the standard size and shape. The<br />

portions of the stones exposed above the ground shall be rough tooled as directed. The stones shall be<br />

embedded in 1:4:8 cement concrete up to 0.3 mete/ below the ground. The exposed part of the stone<br />

shall be given two coats of white wash & if necessary suitable words and figures painted on it are as<br />

directed by the Engineer-in-charge. Any excavation necessary for fixing of the guard stone and laying<br />

of the cement concrete bedding shall be done by the contractor at his cost.<br />

3.1.3: MODE OF MEASUREMENT AND PAYMENT<br />

Contract rate shall be for one guard stone fixing in position as mentioned here in before. The<br />

measurement shall be for the number of guard stones fixed in position.<br />

3.1.4 : Painting to Gauge Plates: - Painting to Gauge Plates in stilling basin and body should be as<br />

specified by the Engineer-in-charge.<br />

3.1.5 Mode of Payment: - Mode of Payment shall be made on square meter basis.<br />

6- PROVIDING R.C.C. HUME PIPE :<br />

6: SCOPE OF ITEM :<br />

The item shall consist of all tools equipments, materials and labour, transportation etc. required for providing,<br />

laying and joining 900mm, 300mm mm. diameter R.C.C. hume pipe above conduct as shown in Drawing including all<br />

operation within the indent and purpose of item.<br />

6.1.2 MATERIALS : 900mm, 300mm MM. DIAMETRE R.C.C. HOME PIPE (Np2) :-<br />

This shall be 900mm, 300mm mm. diameter (inner) of 2 to 3 meter in length. This casting of hume pipe<br />

reinforcement form work shall confirm to the standard specification and shall be of durable good quality approved<br />

make.<br />

6.1.3 DETAIL OF ERECTION AND FIXING :<br />

1) All the pipes, fitting and appliances shall be free from cracks before fixing and shall be undamaged in all<br />

respect during and after fixing. Any damage shall have to be rectified satisfactorily.<br />

2) Leak Proof jointing and efficient functioning of the pipes shall be ensured. Any extra treatment, necessary<br />

shall be carried out without any extra claims.<br />

3) All cutting and wastage of pipes involved in fitting them shall be included in the rate.<br />

4) Diameter of pipe specified in the item shall be the diameter of inside bore.<br />

5) All the pipes fixtures and all other materials to be used shall be approved quality.<br />

6) All the pipes shall be used in standard length of 2 to 3 m. as far as possible. Cut lengths may need, where<br />

necessary to make the extra length. Each of the pipe shall be got approved from the Engineer-in-charge ,<br />

before placing in position.<br />

7) At the joint of two pipes the collar shall be properly fixed and the circumferential joints shall be covered with<br />

c.c.l:2 and other jointing material so as to make it leak proof.<br />

8) The pipes so erected shall be supported properly for its full length. It shall be in specified line, level and<br />

slope, Indicated in drawing, or as instructed by the Engineer-in-charge.<br />

9) Fixing and erection of the pipes as specified above, shall be got approved before the pipe is encased with<br />

concrete or masonry as the case may be.<br />

6.1.4 MODE OF MEASUREMENT AND PAYMENT :<br />

The rate shall be for one Rmt of pipe fixed. The measurement shall be overall for fitting along the center line from<br />

end to end with all leads and lifts, including bend portion.<br />

7.00 PROVIDING AND FIXING IN POSITION M.S. OUTLET GATE:<br />

15.1.1 SCOPE :<br />

Punoti Kh. - 125 -


The item includes fabrication of M.S. Gate for K.T.Weir outlet of size 0.3 x 0.30 m including fabricating,<br />

welding, transporting, painting the gate with two coats of anticorrosive paint including fixing the gate in c.c.<br />

1:3:6 including necessary materials, tools and labour required etc. complete.<br />

15.1.2 MATERIAL :<br />

The M.S. Gate should be made from M.S. angle as directed, as per I.S. specification. The width of the M.S.<br />

Gate should be minimum 0.3 x 0.3 meter for easy working. The handle should be provided at least 0.6 meter in height,<br />

or as directed. Welding should be done with approved quality welding rods.<br />

15.1.3. GENERAL :<br />

The M.S. sheet of required width should be welded properly in line with the angles. The joints, if any. Should be<br />

properly welded or bladed with sufficient over laps & supports be arranged at the joints. The Gate should be painted<br />

with approved quality of anticorrosive paint.<br />

15.1.4 MODE OF MEASUREMENT AND PAYMENT :<br />

The measurements shall be in per number of No. Gate only. All fixtures and fastening are supposed to be included<br />

in the item, put to tender. The rate shall be for per number of gate of finished portion put to tender.<br />

Punoti Kh. - 126 -


SECTION - 11<br />

SECIFICATION<br />

Providing,Fabricating and Erecting S.G. and E.G.embedment,E.G.Hoisting arrangement and Ladder approach<br />

bridge.<br />

1.0 GENERAL<br />

1.1 The work shall be carried out as per IS-800-1962 or its latest revisions with amendment Nos. 1<br />

& 2<br />

1.2 All worksmanship & finish shall be of first class quality in every respect and shall confirm to<br />

the best accepted standard of practice, methods of fabrications, transportation and erection, shall be<br />

such that finished structure is free from defect or injuries which tender it unfit for use or make it<br />

unsightly, and shall be in accordance with the provisions hereinafter contained in these specifications.<br />

The greatest accuracy shall be observed to ensure that all parts will properly fit together on erection.<br />

1.3<br />

<br />

Sr.No. Member Material Remarks<br />

1 Track Plate Wear Resistant<br />

Tiscral<br />

2 Track Grider<br />

3 Back Plate<br />

4. Lining Plate<br />

5 Guide Tee<br />

6 Sill Beam<br />

7 Corner Angles<br />

8 Angle Cleat<br />

9 Anchor Bolts<br />

Structural steel<br />

confirming to IS<br />

226-1969<br />

Hardness of Track<br />

plate is tobe Bhn<br />

Minimum<br />

10 Seal Seat plates Stainless Steel<br />

Plate confirming to<br />

Brass plate can<br />

also be used<br />

11 Seal Seat base<br />

IS 1570-1972<br />

12 Welding pads Structural steel<br />

confirming to IS<br />

226-1969 or 1977-<br />

1969<br />

13 Skin plate<br />

14 Horizontal Girders<br />

15 Vertical Stiffeners<br />

16 Stem Rod<br />

17 Guide Bracket<br />

18 Guide Tee<br />

19 Seal Base<br />

20 Seal Clamp plate<br />

21 Backing plate<br />

Structural steel<br />

confirming to IS<br />

226-1969<br />

Punoti Kh. - 127 -


22 End Vertical<br />

23 Vernier plate<br />

24 Locking plate<br />

25 Cover plate<br />

26 Cover plate for Roller<br />

27 Roller wheel Cast steel IS 1030-<br />

1974<br />

28 Roller pin Cast steel IS 1030-<br />

1974<br />

29 Seals Plain Rubber seal<br />

IS 4622-1978<br />

30 Lifting pin for Bracket Structural steel<br />

confirming to IS<br />

226-1969<br />

31 Fabricated Bearing with Taper No. 30209<br />

roller Bearing<br />

32 Single Thirst Bearing No.SKF 51226<br />

Grade 30 to 57<br />

2.0 FABRICATION<br />

2.1 Welding shall be carried out in accordance with I.S. 816-1956. Following precautions shall be<br />

taken in carrying out the welding operations.<br />

i) Welding and work shall be protected from wind and weather<br />

ii)<br />

iii)<br />

iv)<br />

Welds should be made in the flat position wherever possible.<br />

Adequate steps shall be taken to maintain the correct bar length, rate of travel, current and<br />

polarity for the type of electrode and nature of work.<br />

Structural steel shall not be painted or oiled off any areas where welding is to be done and shall<br />

be well cleaned to remove any paints, scale or rust and expose original clean metal surface<br />

immediately before welding.<br />

v) The members shall be securely held in position by means of tack - welds, service bolts, clamps,<br />

or jigs before commencing welding so as to prevent any relative movement due to distortion,<br />

wind other causes. When wind or manual handling is lable to distractions the work shall be<br />

securely held in approved frames or jigs.<br />

vi)<br />

vii)<br />

viii)<br />

Freedom of movement to one member of joint shall be allowed wherever possibles. No but<br />

joint shall be welded without allowing one component freedom of movements of the order of 2<br />

mm.<br />

The sequence of welding shall be such that when possible, the member which offers great at<br />

resistance to compression are welded first.<br />

The welding of a joint shall be so arranged that resulting tensile and compressive stresses<br />

produced by each portion of the weld tends to balance each other. The stop back method shall<br />

be adopted for continuous runs. Fusion faces may be out to the required shape by shearing,<br />

chipping, machining or machine gas cutting. Hand cutting by gas may be substitued for<br />

machine gas cutting only if the latter is impracticable. The cutter shall be adequately guieed so<br />

Punoti Kh. - 128 -


ix)<br />

xi)<br />

xi)<br />

xii)<br />

that the cut edge is clean and uniform. If the fusion face is clean rough, it shall be dressed by<br />

chipping, filling or grinding in a satisfactory manner.<br />

Wleds showing slag inclusions, porogity or lack of proper peretration shall be cut out and<br />

rewelded. Overlap of the top of the weld and under cutting of the parent metal should be<br />

avoided and where present to a serious extent, shall be rectified.<br />

All slag shall be removed from each run before another run is superimposed and from the final<br />

run. When cold the final run shall be protected with clean boiled linseed oil and shall not be<br />

pointed until approved by the Engineer-in-charge.<br />

Grinding of finished weld is permitted provided the weld is not reduced below the prescribed<br />

section.<br />

All welds which have not been ground shall be acrubble with a 10% 5 solution of hydrochloric<br />

acid which shall be satisfactorily washed off with water before the paint is applied unless alkali<br />

resisting paint is used.<br />

3.0 ERECTION<br />

3.1 General<br />

Provision of I.S. 800-1952 generally apply. The work of erection shall be considered as<br />

beginning with the receiving and unloading off all required material at the nearest rail road<br />

siding of point of delivery to the work and shall include unloading, handling, string, erecting,<br />

rivetting, adjusting & painting the complete steel structure, including all facilities, tools,<br />

equipment, labour and expenses incindental thereto. Erection in the field will be by bolting,<br />

revetting and are welding or by any combination of these as shown in the drawing or as<br />

otherwise directed.<br />

4.0 DAMAGE TO MATERIAL<br />

4.1 Care shall be taken in handling and erecting all materials and in properly supporting them at all<br />

times so that no<br />

In the event of any damage which cannot be corrected in the field, the material shall be<br />

returned to be fabricating shop for alternation of furnishing of new parts as necessary.<br />

4.2 Where such corrections are necessary in view of negligence on the part of the contractor, the<br />

cost of all handing transport and repairs, etc. shall be on the contractor's account.<br />

4.3 No erection work shall be started on damaged materials. If any that is otherwise to be<br />

incorporated in the work, has been satisfactorily corrected or replaced.<br />

Punoti Kh. - 129 -


5.0 FIELD VERIFICATIONS<br />

5.1 Before beginning the work of erection the location of anchor bolts, hinges and other metal<br />

embedded in concrete or masonry or rock, etc. shall have been verified and it shall have been<br />

assured that all soats. foundations and masonry structures are at the proper elevation, are truly<br />

levelled and have the proper clearance between the steel work and masonry or concrete or<br />

rock, etc. as the case may be.<br />

5.2 Also no erection work shall be started unless otherwise permitted, until all members and<br />

material needed for that particular location are correctly available at the site of erection or in<br />

nearby storage.<br />

5.3 The work will be inspected by Mechanical Organisation time to time.<br />

6.0 FURNISHING<br />

6.1 Provision regarding fabrication, direction, etc. for structural steel work as detailed above shall<br />

generally apply.<br />

6.2 The joints shall be welded unless otherwise specified all exposed welds shall be ground<br />

smooth.<br />

6.3 Materials used and methods of construction shall be subject to the approval of the Engineer-incharge.<br />

6.4 Special junction pieces shall be used at the joints.<br />

All finished work shall be free from dents, twists, cracks and other defects.<br />

Suitable block outs shall be left in primary concrete of floors, staircases, etc. and fixtures for<br />

vertical legs of railing shall be erected in positions and embedded in secondary concrete. Cost<br />

of provision of block-outs and latter filling them with secondary concrete shall be deemed to<br />

be included in the rate for metal railing and no separate payment shall be made on this account.<br />

6.0 PAINTING STRUCTURAL STEEL & METAL WORK<br />

6.1 Scope of work<br />

The work covered by this item shall consist of furnishing all equipment, material & labour and<br />

performing, all the functions necessary & ancillary thereto including all finishing, scaffolding,<br />

etc. as directed by the Engineer-in-charge.<br />

6.2 Material<br />

a) Oil Paints :- Paint of primer & finishing coats shall confirm to the relevant I.S.S. for ready<br />

mixed oil paints brushing soft finish, for general purpose to Indian standard colour as directed<br />

Punoti Kh. - 130 -


y the Engineer-in-charge. The type and make of the paint shall be got approved by the<br />

Engineer-in-charge.<br />

Oil paints shall be thoroughly started with a clean stick before use & also while in use to keep<br />

pigment in uniform suspension. Sample colour boards shall be proposed by the Contractor at<br />

his cost and got approved by the Engineer-in-Charge before painting is started.<br />

b) Brushed : The brushes to be used shall be a specified by the manufacturer of the paint & got<br />

approved by the Engineer-in-charge.<br />

c) Scaffolding : The contractor shall provide all scaffolding required for the work. This shall be<br />

adequately safe for the loads likely to come during construction.<br />

6.3 Preparation of the Surface<br />

The surface to be painted shall be thoroughly cleaned free from dirt, dust, etc. by brushing &<br />

washing down with clean water. All coats of grease, oil paint, etc. shall be removed by<br />

approved methods.<br />

Punoti Kh. - 131 -


6.4 Application.<br />

a) Oil Paints : Paint shall be applied only when the surface has become dry & hard. Paint shall<br />

not be applied when air is misty.<br />

Paint shall be worked in the crevices and corners by brushing. All runs and sage be brushed<br />

out.<br />

The paint shall be applied as to produce a uniform even coating over the entire surface free<br />

from streaks, pitting, wrinkles & other irregularies. Sufficient time shall be allowed for one<br />

coat of paint to dry before next is applied.<br />

6.5 Painting work shall generally consist of one priming cost of red lead or red oxide if iron as<br />

directed by the Engineer-in-Charge given in the shop and two finishing coats of shalimast<br />

anticorrosive black H.d. paint or ready mixed oil paint as directed by the Engineer-in-Charge.<br />

7.0 MEASUREMENT AND PAYMENT<br />

Measurement of finished structure will be measured nearest to the full centimeter, of individual<br />

member of the structure. The weight of individual steel members of the structure shall be<br />

calculated as per standard weight or specified weight. The weight shall be calculated nearest<br />

to Kilogram. The payment shall be made on Number basis.<br />

2% of the total amount will be deducted from the bills for the Inspection and clearance<br />

from the Mechanical Organisation.<br />

Punoti Kh. - 132 -


SECTION - 12<br />

RULES FOR BLASTING OPERATIONS<br />

GENERAL<br />

1) The contractor shall acquaint himself with all applicable laws and regulation concerning storing,<br />

handling and the use of explosives. All such laws, regulations and rules etc., as are current from<br />

time to time shall be binding upon the contractor.<br />

2) The provisions detailed in these rules are supplementary to the above laws, rules and regulations<br />

etc., and are applicable except where the conflict with the above mentioned laws etc. from time<br />

to time. Further the engineer-in-charge may issue modifications, alterations or new instructions<br />

from time to time. The contractor shall comply without the same being made a cause for any<br />

claims.<br />

MATERIALS<br />

3) All materials explosives, detonators, fuses, tamping materials etc., that as proposed to be used in<br />

the blasting operations, shall have the prior approval of the engineer-in-charge.<br />

4) Black powder and safe explosives (as commonly current in India) shall be used wherever<br />

possible. Explosives with Nitroglycerin shall only be under exceptional circumstances and where<br />

the above explosives are not effective.<br />

5) The use of fuse with only one protective coat is prohibited. The fuse shall be sufficiently water<br />

resistant to be unaffected when immersed in water for thirty minutes. The rate of burning of the<br />

fuse shall be uniform and less than 4 second per 2.5 cms of length with 10% tolerance on either<br />

side.<br />

Before use, the fuse shall be inspected and the moist, damaged or broken ones discarded. The<br />

rate of burning of all types of fuses, or when they have been in stock for long, shall be tested<br />

before use.<br />

6) The detonators used shall be capable of giving effective blasting of the explosives. Moist or<br />

damaged shall be discarded.<br />

PERSONNEL<br />

7) Excavation by blasting will be permitted only under person’s supervision of competent and<br />

licensed and trained workmen.<br />

8) All supervisors’ ad workmen in charge of making up, handling storage and blasting work, shall<br />

be adequately insured by the contractor.<br />

9) The storage shall be in charge of a very reliable person approved by the engineer-in-charge, who<br />

may, if necessary, cause police enquiry being made as to his reliability, antecedents, etc. The<br />

contractor shall have to produce a security for the person in charge of explosives if and as<br />

required by the engineer-in-charge or the civil authorities of the District.<br />

10) The contractor shall make sure that his supervisors and workmen are fully conversant with all<br />

the rules to be observed in storing, handling and use of explosives. It shall be assured that the<br />

supervisor in charge is thoroughly acquainted with all the details of the handling of the blasting<br />

operations.<br />

STORAGE OF EXPLOSIVES<br />

Punoti Kh. - 133 -


11) The contractor shall build a magazine, for storing the explosives. The site of the magazine its<br />

capacity and design shall be subjected to approval by the engineer-in-charge and the inspector of<br />

explosives before the construction is taken up as a rule, the explosives should be stored in a<br />

clean, dry, well ventilated, bullet proof and fire proof building on the isolated site.<br />

12) The explosives, detonators and fuses shall each to be separately stored.<br />

13) A careful and day to day account of the use of explosives shall be kept by the contractor in an<br />

approval register and in an approved manner. The register shall be produced by the contractor<br />

for the inspection of the engineer-in-charge when so required by the latter, the engineer-incharge<br />

may also pay a surprise visit to the storage magazine in case of any unaccountable<br />

storage of the explosives or if the account is not found to have been maintained in a manner<br />

prescribed by the engineer-in-charge, the contractor shall be liable to be penalized with forfeiture<br />

of the security deposit lodged by him with the government of his tender shall be cancelled in<br />

which case he shall not be entitled to any compensation for the losses etc. The action taken under<br />

this clause shall be in addition to that which might be taken by the competent civil authorities in<br />

a court of law.<br />

14) The magazine shall at all times, be kept scrupulously clean.<br />

15) No unauthorized person shall at any time, be admitted inside the magazine.<br />

16) The magazine shall, when not in use of authorized person, be kept well and securely locked.<br />

17) The magazine shall on no account be opened during or in the approach of thunderstorm and no<br />

person shall remain in the vicinity of the magazine during such period.<br />

18) Magazine shoes without nail shall at all time be kept in the magazine and wooden tub or cement<br />

tub about 30 cm high and 45 cm in diameter, filled with water shall be fixed near the door of the<br />

magazine.<br />

Person entering the magazine must put on the magazine shoes which shall be provided by the<br />

contractor for the purpose and be careful.<br />

i. Not to put their feet on the clean floor unless they have the magazine shoes on.<br />

ii.<br />

Not to allow the magazine shoes to touch the ground outside the clean floor.<br />

iii. Not to allow any dirt or grits to fall on the clean floor.<br />

19) Person with bare feet, shall before entering the magazine, dip their feet in water and then step<br />

direct from the tub over the barrier (if there be one) on the clean floor.<br />

20) A brush or boom shall be kept in the lobby of the magazine, for clearing out the magazine on<br />

each occasion it is opened for the receipt, delivery or inspection of explosives.<br />

21) No matches or inflammable material shall be allowed in the magazine, lights shall be obtained<br />

from an electric storage battery lantern.<br />

22) No person having article of steel or iron on him shall be allowed to enter the magazine.<br />

23) Workmen shall be examined before they enter the magazine to see that they have none of the<br />

prohibited articles on their person.<br />

24) Oil cotton rages, waste articles liable to spontaneous ignition shall not be allowed inside the<br />

magazine.<br />

25) No tools or implements other then those of copper, brass, gunmetal or wood shall be allowed<br />

inside the magazine. All tools shall be used with extreme gentleness and care.<br />

Punoti Kh. - 134 -


26) Boxes of explosives shall not be thrown down or dragged along the floor and shall be stacked on<br />

wooden trestles. Where there are white ants the legs of the trestles should rest on shallow copper<br />

lead or brass bowls, containing water. Open boxes of dynamite shall never be exposed to the<br />

direct rays of the sun.<br />

27) Empty boxes of loose packing material shall not be kept inside the magazine.<br />

28) The magazine shall have a lightening contractor which shall be got tested at least once a year by<br />

an officer authorized by the engineer-in-charge, the testing fee shall be charged on the contractor<br />

which will be Rs. 20/- for each inspection. The contractor shall within 15 days comply with all<br />

the recommendations made by the officer testing the lightening conductor failing which, the<br />

engineer-in-charge shall be entitled to comply with the same at the contractor’s expense which<br />

shall not be open to question or may consider any action that he may consider fit.<br />

29) A notice shall be hung near the store prohibiting entrance of unauthorized persons.<br />

30) The following shall be hung in the Lobby of magazine.<br />

a) A copy of the rules both in English and in the languages which the workers concerned are<br />

familiar with.<br />

b) A statement showing the up to date stock in the magazine.<br />

c) A certificate showing the last date of testing the lightening conductor.<br />

d) A notice that smoking is strictly prohibited.<br />

31) The magazine will be inspected at least twice a year by the officer or engineer-in-charge who<br />

will see that all the rules are strictly complied with. He will notify all omissions etc., to the<br />

contractor, who shall rectify the defect within a period of 15 days from the date of receipt of the<br />

suitable notice failing which, the engineer-in-charge may take whatever action be considers fit.<br />

USE OF EXPLOSIVES<br />

32) For the transport of the explosives and detonators between the store and the site closed and<br />

strong container made of soft material such as timber, zinc, copper, leather and the like shall be<br />

used.<br />

33) Explosives and detonators shall be carried in separate boxes and transported separately for the<br />

conveyance of primers special containers shall be used.<br />

34) Boxes and containers used shall be kept well closed.<br />

35) Explosives shall be stored and used chronologically to ensure the one, received being used first.<br />

36) A make up house shall be provided at each working place in which made up by an experienced<br />

man as required. The make up house shall be separated from magazine building. Only electric<br />

storage battery lamps shall be used in this house.<br />

37) No smoking shall be allowed in the make up house.<br />

Punoti Kh. - 135 -


DISPOSAL OF DETERIORATED EXPLOSIVES<br />

38) All deteriorated explosives shall be disposed of in approved manner. The work of the<br />

deteriorated explosives to be disposed of shall be intimated to the engineer-in-charge prior to its<br />

disposal.<br />

PREPARATION OF PRIMERS<br />

39) The primers shall not to be prepared near open flames or fires. The work of preparation of<br />

primers shall always he entrusted to same persons. Primers shall be used as soon possible after<br />

they are ready.<br />

CHARGING OF HOLES<br />

40) The work of charging shall not commence before all the drilling work at the site is completed<br />

and the supervisor has satisfied himself to that effect by actual inspection.<br />

41) While charging open lamps shall be kept away. For charging with powdered explosives naked<br />

flames shall not be allowed.<br />

42) Only wooden tamping rods, without any kind of metal on them shall be allowed to be used.<br />

43) Bore holes must be of such size that the cartridges can easily pass down them.<br />

44) Only one cartridge shall be inserted at a time and gently pressed home with the tamping rod. The<br />

sand, clay or other tamping material used for filling the hole completely shall not be tamped too<br />

hard.<br />

BLASTING<br />

45) Blasting shall be carried out during fixed hours of the day which shall have the approval of the<br />

engineer-in-charge. The Blasting hours once fixed shall not be altered without prior written<br />

approval of the engineer-in-charge.<br />

46) The site of blasting operations shall be prominently demarcated by red danger flags. The order of<br />

fire shall be given only by the supervisor in charge of the work and this order shall be given only<br />

after giving the warning to leave their work immediately at the first warning signal and to make<br />

for safe shelter and not leave the shelter until the clear signal has been given.<br />

47) A bugle with a distinctive note shall be used to give the warning signals. The bugle shall not be<br />

used for any other purpose. All the labour shall be made acquainted with the sound of the bugle<br />

and shall be strictly warned to leave their work immediately at the first warning signal and to<br />

make for safe shelter and not leave the shelter until the clear signal has been given.<br />

48) All the roads and foot paths leading to the blasting area shall be watched.<br />

49) In special cases suitable extra precautions shall be taken. The engineer-in-charge may however,<br />

permit blasting for underground excavation without restriction of fixed time provided that he is<br />

satisfied that proper precautions are taken to give sufficient warning to all concerned and that the<br />

work of other agencies on the site is not unduly hampered.<br />

50) For lighting the fuses, a lamp with a strong flames such as carbide lamp shall be used.<br />

51) The supervisor shall watch the time required for firing the fuses and shall see that all the<br />

workmen are under safe shelters in good time.<br />

ELECTRICAL FIRING<br />

Punoti Kh. - 136 -


52) Only the supervisor-in-charge shall keep key of the firing apparatus and he shall keep it always<br />

with himself.<br />

53) Special apparatus shall be used as a source of current of the blasting operations. Power line not<br />

to be tapped for the purpose.<br />

54) All the detonators shall be checked before use.<br />

55) For blasts in one series detonators of the same manufacture and of the same group of electrical<br />

resistance shall be used.<br />

56) Such of the electrical lines as could constitute danger for work of charging shall be removed<br />

from the site.<br />

57) The firing cable shall have a proper insulting over so as to avoided short circuiting due to<br />

contract with water, metallic part of rock.<br />

58) The use of the earth as return line shall not be permitted.<br />

59) The firing cable shall be connected to the source of current only after ascertaining that nobody is<br />

in the area of blasting.<br />

60) Before firing the circuit shall be checked by a suitable apparatus.<br />

61) After firing whether with or without an actual blast the contact between firing cable and the<br />

source of current shall be cut off before any persons are allowed to leave the shelters.<br />

62) During storms charging with electrical detonators shall be suspended. The charges already<br />

placed into the holes shall be blasted as quickly as possible after taking all safety precautions and<br />

giving necessary warning signals. If this is not possible the sight shall be abandoned till the<br />

storm has passed.<br />

PRECAUTIONS AFTER BLAST AND MIS-FIRES<br />

63) If it is suspected that part of the blast has failed to fire or is delayed, sufficient time shall be<br />

allowed to elapse before entering the danger zone. When fuses and blasting caps are used a safe<br />

time should be allowed and then the supervisor alone shall leave the shelter to see the misfire.<br />

64) Drilling near the hole that has misfired shall not be permitted until one of the two following<br />

operations have been carried out by the supervisor.<br />

i) The Supervisor should very carefully (when the tamping is of damp clay) extract the<br />

tamping with a wooden scraper or jet of water or compressed air (using a pipe of soft<br />

material) withdraws the fuse with the primer and detonator attached. A fresh primer and<br />

detonator with fuse shall then be placed in this hole and fire.<br />

ii) The Supervisor shall get one foot of the tamping cleared off and indicate the direction by<br />

placing stick in the hole. Another hole may then be drilled at 230 mm away and parallel to<br />

this hole, should then be charged and fired. The balance of the cartridges and detonators<br />

found in the rock be removed.<br />

65) Before leaving his work, the supervisor should inform the supervisor of the relieving shift of any<br />

action of misfire and shall point out the position with a red cross denoting the same and also<br />

state what step, if any he has taken in the matter.<br />

66) The supervisor shall at once report to the office all cases of misfire, the cause of the misfire, the<br />

steps taken in connection therewith.<br />

67) The name of the supervisor in charge of day or night shift maybe noted daily in the contractor’s<br />

office.<br />

Punoti Kh. - 137 -


68) If misfire has been found to be due to defective detonator or dynamite the whole quantity of box<br />

from which the defective article was taken must be returned to the authority as may be directed<br />

by the engineer-in-charge for inspection to ascertain whether the whole box contains defective<br />

material.<br />

69) Redrilling the holes that have misfired either wholly or partly shall not be permitted.<br />

70) Precautions after blasting:- After the blast, the supervisor shall carefully inspect the work and<br />

satisfy himself that all the charges have exploded.<br />

71) After the blast has taken place in underground works, the workmen shall not be allowed to face<br />

till all the toxic gases are evacuated from the face.<br />

Punoti Kh. - 138 -


SECTION - 13<br />

ROYALTIES<br />

The contractor shall arrange for the materials from approved quarries. It is necessary for<br />

the contractor to obtain permission from Revenue Authorities or other relevant authorities before<br />

removing the materials failing this no claims on account of penalities leived by revenue authority on<br />

contractor or department will be entertained & all quarry fees,royalities,octroi dues ,ground<br />

rent,private land ,material charges & if any penalities thereof shall be paid by contractor. If the<br />

government desired to acquire quarry for the use of Government work, it would be so acquired and<br />

the contractor would be required to pay the royalties as per the Government procedures. The<br />

contractor shall abide by the procedure regarding royalty for materials ")*AG 6, ")*,# (<br />

('(@ 6, ' 7" S!'&-0/--&04+7+ /20/T ' &T+&+/--< ' ,(B' %?"<br />

'(@ 6, ' 7" ,'-/0-T01/9&30"/ '+ &&090/--< ( ,#?' '?,# '<br />

&&0


!!"#<br />

<br />

$<br />

%<br />

<br />

% & <br />

PANI PURAWTHA<br />

YOJNA ( With Public<br />

Contribution ) AT.<br />

PATKHED TAL-<br />

BARSHITAKLI DIST.<br />

AKOLA<br />

<br />

0 $<br />

<br />

' <br />

<br />

()<br />

'*&<br />

( $<br />

*)<br />

++ ,,,"# -.."# ,/ ,/! <br />

$2<br />

%<br />

$% $ (1)<br />

<br />

34$<br />

<br />

$<br />

<br />

$<br />

$ <br />

<br />

<br />

5* <br />

<br />

<br />

<br />

6<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

<br />

!"#<br />

<br />

<br />

<br />

$<br />

<br />

<br />

%<br />

& <br />

!<br />

<br />

<br />

$<br />

<br />

$<br />

<br />

' &"! <br />

<br />

$<br />

<br />

$<br />

<br />

( !)*+<br />

<br />

$<br />

<br />

($<br />

<br />

<br />

<br />

!<br />

,-<br />

<br />

<br />

($<br />

<br />

$ <br />

"!,- <br />

<br />

($<br />

<br />

$<br />

<br />

. <br />

<br />

$<br />

<br />

$<br />

<br />

<br />

Punoti Kh. - 140 -


!" # $%&'$%()* +,)-.<br />

)($%)$/%-($%0 1--&' 2 ))<br />

!" #$%&'! ()*<br />

<br />

+% ,-./0111&#-.2 2345-.*<br />

3/<br />

6% 5)4(354*/<br />

7% *'8#+10+9:328834(*/<br />

$% :23'4(*/<br />

;% ! ( & )< 4 3 )4 & 4(<br />

*,/<br />

?% @!ABC/<br />

D% ( 2E F 3 4G ( HI*3 J> K / , <br />

*3:3,B-. I/ :LM<br />

/<br />

N% F88GO8PQ 8,<br />

3RS/F,), S/<br />

01% 3Q 4:3 <br />

// O/ 83RH@QA,@Q<br />

T// 3 /3 8 /<br />

00% 83A,3 U(/<br />

0+% @!3 ? 33V3L+)VLBUO<br />

&V3)


(@%@%$/%$%<br />

ABCDEFGDHIJGK<br />

!(( .$%- L(@%@%$/%$%2 (" $% <br />

0/ ,:;3335-.2 288354*/<br />

+% 8V&V,)8V30\)


(@%@%$/%$%7<br />

AMNO O CPDGHIJGK<br />

!(( .$%- L(@%@%$/%$%72 (" $% <br />

0/ V5S)/<br />

+/ U4)/<br />

6/ 4(3VS 3 ,/<br />

<br />

<br />

<br />

Punoti Kh. - 143 -


Punoti Kh. - 144 -


Abstract Village Patkhed<br />

Sr. No. Sub Work Name Amount<br />

1 Construction of R.C.C. Supply Well 1940428.00<br />

2 Hoisting Arrangment 132004.00<br />

3 Switch Room 134686.00<br />

4 90 mm Dia 6 Kg / cm PVC Pipe Rising Main 478907.00<br />

5 E S R 23000 Lit Capacity & 12.0 Mt Hight 725848.00<br />

6 MISCELLANEOUS WORK 299288.00<br />

7 Distribution System 648394<br />

8 Providing & Erecting Pumping Machinery 150959.00<br />

9<br />

Total 4510514<br />

Punoti Kh. - 145 -


DESCRIPTION<br />

Item No. 1<br />

Excavation in general in soft material comprising of soft soil, soft<br />

murum, sand, hard murum with boulders in wet or dry condition<br />

for Supply Well for lift 0 to 1.50 M and lead of 150 M including<br />

barricading, guarding, disposing off surplus excavated stuff within<br />

a radius of 0.5 km as directed by Engineer-In-Charge, etc.<br />

complete excluding refilling.<br />

Punoti Kh. - 146 -<br />

Name of Work :- WATER SUPPLY SCHEME AT PATKHED<br />

Name of Sub Work :- Construction of R.C.C. Supply Well<br />

Schedule B<br />

Qty<br />

Rate In<br />

fig. Rate In Words. Unit AMOUNT<br />

Lift 0 to 1.50 M 271.99 259.00 Rs. Two Hundred Fifty Nine Only Cum 70445.00<br />

Lift 1.50 to 3 M 234.77 280.40 Rs. Two Hundred Eighty & Fourty Paise Only Cum 65830.00<br />

Lift 3 to 4.50 M 199.9 301.80 Rs. Three Hundred One & Eighty Paise Only Cum 60330.00<br />

Item No. 2<br />

Excavation in general in hard material comprising of soft rock,<br />

hard rock, Manjara rock etc. by blasting/ controlled blasting,<br />

chiselling as required in wet or dry condition for Supply Well for<br />

lift 0 to 1.50 M & lead of 150 M including barricading, guarding,<br />

disposing off surplus excavated stuff within a radius of 0.5 km as<br />

directed by Engineer-In-Charge excluding refilling<br />

Lift 4.50 to 6 M 184.33 609.20 Rs. Six Hundred Nine & Twenty Paise Only Cum 112294.00<br />

Lift 6 to 7.50 M 93.95 630.60 Rs. Six Hundred Thirty & Sixty Paise Only Cum 59245.00<br />

Lift 7.50 to 9 M 93.95 652.00 Rs. Six Hundred Fifty Two Only Cum 61255.00<br />

Lift 9 to 10.50 M 93.95 673.40 Rs.Six Hundred seventy Three & Fourty Paise<br />

Only<br />

Cum<br />

65276.00<br />

Lift 10.5 to 12 M 93.95 694.80 Rs.Six Hundred Ninty Four & Eighty Paise Only Cum 65276.00<br />

Lift 12 to 13.5 M 117.81 716.20 Rs.Seven Hundred Sixteen & Twenty Paise<br />

Only<br />

Cum<br />

84376.00<br />

Lift 13.5 to 15 M 117.81 737.60 Rs.Seven Hundred Thirty Seven & Sixty Paise<br />

Only<br />

Cum<br />

86897.00<br />

Item No. 3<br />

Providing and laying in situ following grade of C.C. of trap/<br />

granite/ quartzite/ gneiss metal for foundation and bedding


including dewatering, formwork, compacting and curing, finishing<br />

etc. complete.PCC 1:3;6 6.44 4658.50 Rs.Four Thousand Six Hundred Fifty Eight Only Cum 30016.00<br />

DESCRIPTION<br />

Item No. 4<br />

Providing and casting in situ following grade of C.C. of trap/<br />

granite/ quartzite/ gneiss metal of approved quality for R.C.C.<br />

works as per detailed drawings and designs or as directed by<br />

Engineer-in-charge including normal dewatering, centering,<br />

formwork, compaction, finishing the formed surfaces with C.M.<br />

1:3 of sufficient minimum thickness to give a smooth and even<br />

surface wherever necessary or roughening if special finish is to<br />

be provided and curing, etc. complete.<br />

Qty<br />

Rate In<br />

fig. Rate In Words. Unit AMOUNT<br />

A) Beam (M-150)<br />

Rs.Seven Thousand Seven Hundred &<br />

Lift 5.to 10 M 10.74 7979.20 Fourteen Only Cum 85687.00<br />

B) Vertical Wall (M-150)<br />

Lift 0 to 5 M 50.11 7864.50 Rs. Seven Thousand Eight Hundred Sixty Four<br />

& Fifty Paisa Only Cum 394125.00<br />

Lift 5 to 10 M 3.94 8608.40 Rs. Eight Thousand Six Hundred Eight &<br />

Seventy Nine Paise Only Cum 33896.00<br />

C) Top Beam (M-150)<br />

Lift 0 to 5 M 2.47 7311.79<br />

Item No. 5<br />

Providing and fixing in position steel bar reinforcement of various<br />

dia. for R.C.C. piles, caps, footings, foundations, slabs, beams,<br />

columns, canopies, staircases, newels, chajjas,lintels, pardies,<br />

copings, fins, arches etc. as per detailed designs, drawings<br />

and schedules, including cutting, bending, hooking the bars,<br />

binding with wires or tack welding and supporting as required etc.<br />

complete.<br />

Punoti Kh. - 147 -<br />

Rs. Six Thousand Nine Hundred Eighty Four &<br />

Seventy Nine Paise Only Cum 18060.00<br />

Rs. Fifty Eighty Thousand Five Hundred Sixty<br />

Eight Only<br />

Lift 0 to 5 M 4.207 58568.00 M.T. 246381.00<br />

Lift 5 to 10 M 1.17 61496.40 Rs. Sixty One Thousand Four Hundred Ninty<br />

Six & Fourty Paise Only<br />

M.T.<br />

72203.00<br />

Item No. 6<br />

Dewatering the excavated trenches and pools of water in the<br />

building/ trench area by using pumps and other devices including


disposing of the water to safe distance as directed by Engineerin-charge<br />

(including cost of machinery, labour, fuel) etc.<br />

complete.<br />

DESCRIPTION<br />

Item No. 7<br />

Providing and fixing in well steining, 80 mm dia. A.C./P.V.C. pipe<br />

weep holes 1.5 M c/c staggered, pipe sloping outside well<br />

steining so as to prevent sand coming alongwith water current<br />

including cost of all jointing materials and labour involved with all<br />

leads and lifts etc. complete.<br />

Punoti Kh. - 148 -<br />

Bhp/Hr.<br />

2400.00 59.90 Rs. Fifty Nine & Ninty Paise Only<br />

143760.00<br />

Rate In<br />

Qty fig. Rate In Words. Unit AMOUNT<br />

50.00 168.00 Rs. One Hundred Sixty Eight Only Rmt 8400.00<br />

Item No. 8<br />

Providing and fixing in position C.I. dapuri steps or 22 mm dia.<br />

M.S. bar steps with proper anchorage etc. and providing and<br />

applying 3 coats of anti-corrosive paint etc. complete as directed<br />

by Engineer-In-Charge.<br />

15.00 356.00 Rs. Three Hundred Fifty Six Only No 5340.00<br />

Item No. 9<br />

Providing and filling around the well boulders filling of selected<br />

variety and size of boulders, including cost of all materials,<br />

labour, transportation etc. complete with all leads and lifts. 114.55 748.00 Rs. Seven Hundred Fourty Eight Only Cum 85683.00<br />

Item No. 10<br />

Filling in plinth and floors/ trenches with approved excavated<br />

materials from foundation in 15 cm to 20 cm layers including<br />

watering and compaction complete. 763.73 59.00 Rs. Fifty Nine Only Cum 45060.00<br />

Item No. 11<br />

Drilling of vertcal Trial bore well of 150 mm dia. to required depth<br />

including transportation charges of required machinery as 30.00 266.00 Rs. Two Hundred Sixty Six Only Rmt<br />

directed.<br />

7980.00<br />

Item No. 12<br />

Providing and erecting 140 mm dia. PVC casing etc. complete. 12.00 301.00 Rs. Three Hundred One Only Rmt 3612.00<br />

Item No. 13<br />

Carrying out recuperation/yield test for ascertiting the discharge<br />

of constructed well/ excavated profile as directed byengineer in<br />

changes. The test carried out by drawing down water from the<br />

well/ profile below normal/subsoil water level upto full depth rise<br />

is water level is recorded. the normal w2ater level/subsoil water<br />

level in the well/profile as well as strainer/suction level at pump<br />

as per desing of W.S. scheme shall be recroded prior. to the test<br />

including cost of all materals overthead, laborers etc. completee


as directed.<br />

7.00 3214.00<br />

Rs. Three Thousand Two Hundred Fourteen<br />

Only<br />

Day<br />

22498.00<br />

Item No. 14<br />

DESCRIPTION<br />

Qty<br />

Rate In<br />

fig. Rate In Words. Unit AMOUNT<br />

Dismentelling The RCC work 1:2:4 & sorting out the materials<br />

such as stell etc as directed & stacking them within the specified<br />

lead as directed 9.29 700.00 Rs. Seven Hundred Only Day 6503.00<br />

Total Rs. 1940428.00<br />

Sectional Engineer Sub Divisional Engineer<br />

Rural Water Supply Z.P Sub Dn Rural Water Supply Z.P Sub Dn<br />

Akola Akola<br />

Punoti Kh. - 149 -


Item No. 1<br />

DESCRIPTION<br />

Providing structural steel work in single stanchions composed of<br />

RSJ, channel, etc. with caps, bases, mild steel plates, angles,<br />

brackets, cleats, gusset plates, anchor bolts etc. as per detailed design<br />

and drawing or as directed by Engineer-In-Charge, including cutting,<br />

fabrication, hoisting, erecting, fixing in position, making riveted/<br />

bolted/ welded connections and one coat of anticorrosive paint and<br />

over it two coats of oil painting etc. complete.<br />

Punoti Kh. - 150 -<br />

Name of Work :- WATER SUPPLY SCHEME AT PATKHED<br />

Name of Sub Work :- Hoisting Arrangment<br />

Schedule B<br />

Item No. 2<br />

Providing and fixing M.S. chequerred plate flooring of 6 mm thickness<br />

supported on M.S. angles (25 x 25 x 5 mm size) including welding,<br />

cutting and fabricating the plate to the required square or round shape,<br />

making holes in the plate including providing and applying 3 coats of<br />

anticorrosive paint etc. complete as directed by Engineer-in-charge. 12.72 3623.00<br />

Item No. 3<br />

Qty<br />

Rate In<br />

fig. Rate In Words. Unit AMOUNT<br />

1.05 59054.00 Rs. Fifty Nine Thousand Fifty Four Only M.T. 61856.00<br />

Rs. Three Thousand Six Hundred Twenty<br />

Three Only Sq.M 46085.00<br />

Providing and fixing G.I. pipe railing having 1.0 m height consisting of<br />

50 x 50 x 6 mm thick M.S. angles as verticals at 1.5 m c/c and<br />

additional posts at every corner with 2 rows of 25 mm dia. G.I. pipes of<br />

medium class variety as horizontal & painting with 3 coats of<br />

anticorrosive oil paint of approved colour and shade including cost of<br />

all labour, trans-porting bends to curved shapes etc. complete 22.40 918.00 Rs.Nine Hundred Eighteen Only Rmt 20563.00<br />

Item No. 4<br />

Providing and fixing in position M.S. ladder 0.50 M wide consisting of


75 x 10 mm M.S. flats as stringers and 16 mm dia. bars in double rows<br />

as steps placed at 25 cm c/c including cost of material & labour<br />

involved, welding, anchoring and applying 3 coats of anti-corrosive<br />

paint etc. complete as directed.<br />

2.50 1400.00 Rs. One Thousand Four Hundred Only Rmt 3500.00<br />

Total Rs 132004.00<br />

DESCRIPTION<br />

Item No. 1<br />

Excavation for foundation in earth, soils of all types, sand, gravel and<br />

soft murum, including removing the excavated material upto a distance<br />

of 50 m. beyond the building area and stacking or spreading as<br />

directed, preparing the bed for the foundation and necessary back<br />

filling, ramming, watering, including shoring and strutting as necessary<br />

complete.<br />

Punoti Kh. - 151 -<br />

Name of Work :- WATER SUPPLY SCHEME AT PATKHED<br />

Name of Sub Work :- Switch Room<br />

Schedule B<br />

Qty<br />

Rate In<br />

fig. Rate In Words. Unit AMOUNT<br />

10.81 100.00 Rs. One Hundred Only Cum 1081.00<br />

Item No. 2<br />

Providing soling using 80 mm size granite / quartzite / gneiss / trap<br />

metal in 15 cm. layer including hand packing filling voids with sand /<br />

grit, ramming, watering etc complete. 3.90 712.10 Rs. Seven Hundred Twelve & Ten Paisa<br />

Only Cum 2774.00<br />

Item No. 3<br />

Providing and laying in situ, cement concrete M-10/(1:3:6) of<br />

trap/granite/quartzite/gneiss metal for foundation and bedding<br />

including plywood/steel formwork bailing out water, compacting,<br />

finishing uneven and honeycombed surface, curing etc. complete. The<br />

Cement Mortar 1:3 plaster is considered for rendering uneven and<br />

honeycombed surface only. Newly laid concrete shall be covered by<br />

gunny bag, plastic, tarpaulin etc. (Wooden centering will not be<br />

allowed.)<br />

P.C.C. 1:3:6 (M-100)<br />

0.87 3064.30<br />

Rs. Three Thousand Sixty Four & Thirty<br />

Paisa Only Cum 2673.00


Item No. 4<br />

Providing and laying in situ cement concrete of required grade of trap /<br />

granite/ quartzite / gneiss metal for R.C.C. work in foundations like raft,<br />

grillages, strip foundations and footings of R.C.C.columns and steel<br />

stanchions including bailing out water, plywood/steel formwork,<br />

compaction, curing and roughening the surface if special finish is to be<br />

provided, finishing uneven and honeycombed surface with C.M. 1:3 of<br />

sufficient minimum thickness to give smooth and even surface etc.<br />

complete. (Excluding reinforcement and structural steel,etc including<br />

cover block) The Cement Mortar 1:3 plaster is considered for<br />

rendering uneven and honeycombed surface only. Newly laid concrete<br />

shall be covered by gunny bag, plastic, tarpaulin etc. (Wooden<br />

centering will not be allowed)<br />

Punoti Kh. - 152 -<br />

1.05 4669.20<br />

Rs. Four Thousand Six Hundred Sixty nine<br />

& twenty Paisa Only Cum 4921.00<br />

Item No. 5<br />

Providing and casting in situ cement concrete of required grade of trap<br />

/ granite /quartzite/ gneiss metal for R.C.C. columns as per detailed<br />

design and drawings or as directed, including steel centering,<br />

plywood/steel formwork, compaction, finishing uneven and<br />

honeycombed surface with C.M. 1:3 of sufficient minimum thickness to<br />

give a smooth and even surface or roughening the surface if special<br />

finish is to be provided and curing etc. complete. Including use of<br />

plastisizer wherever necessary as directed by Engineer (Excluding<br />

reinforcement, including cover block). The Cement Mortar 1:3 plaster<br />

is considered for rendering uneven and honeycombed surface only.<br />

Newly laid concrete shall be covered by gunny bag, plastic, tarpaulin<br />

etc. (Wooden centering will not be allowed)<br />

Rs. Six Thousand Eight Hundred Ninteen &<br />

Twenty Paisa Only<br />

A) R.C.C. Columns (M-150) 1.04 6019.20 Cum 6241.00<br />

B) R.C.C. Beams & Lintel 1.48 5684.20 Rs. Five Thousand Six Hundred Eighty<br />

Four & Twenty Paisa Only Cum 8433.00<br />

Rs. Six Thousand Two Hundred Nine &<br />

twenty Paisa Only<br />

C) R.C.C. Chajjas (M-150) 0.22 6209.20 Cum 1378.00<br />

D) R.C.C. Slab(M-150)<br />

2.21 5319.20 Rs. Five Thousand Three Hundred Ninteen<br />

& Twenty Paisa Only Cum 11744.00<br />

Item No. 6<br />

Providing and fixing in position steel bar reinforcement of various dia.<br />

for R.C.C. piles, caps, footings, foundations, slabs, beams,


columns, canopies, stair-cases, newels, chajjas, lintels, pardies,<br />

copings, fins, arches etc. as per detailed designs, drawings and<br />

schedules, including cutting, bending, hooking the bars, binding with<br />

wires or tack welding and supporting as required etc. complete.<br />

(including cost of binding wire)<br />

Item No. 7<br />

Providing second class Burnt Brick masonry with conventional/ I.S.<br />

type bricks in cement mortar 1:6 in super structure including striking<br />

joints, racking out joints wateringand scaffolding complete.<br />

0.60 60500.00 Rs. Sixty Thousand Five Hundred Only M.T. 36324.00<br />

Rs. Four Thousand Three Hundred Fifty<br />

Seven & Fifty Paisa Only<br />

5.71 4357.50 Cum 24865.00<br />

Item No. 8<br />

Providing internal cement plaster in a single coat in cement mortar 1:5<br />

without neeru finish to concrete or brick surface in all positions<br />

including scaffolding and curing complete.<br />

12 mm th in CM 1:4 (inside) 34.41 133.10<br />

Rs. One Hundred Thirty Three & Ten Paisa<br />

Only Sqm 4579.00<br />

12 to 15 mm th in CM 1:4 (Outside)<br />

56.09 294.10 Rs.Two Hundred Ninty Four & Ten Paisa<br />

Only Sqm 16495.00<br />

Item No. 9<br />

Providing and laying cement concrete flooring 40 mm thick with 1:2:4<br />

cement concrete laid to proper level and slope in alternate bays,<br />

including compacting, PVC/ Glass/Aluminum strips at joints, marking<br />

lines to give appearance of tiles of 30 cm x 30 cm or other size laid<br />

diagonally/square etc. finishing smooth(with extra cement) in any<br />

colour as directed and curing complete.<br />

Item No. 10<br />

Providing and fixing 18 guage M.S. sheet door with frame work 40 x 40<br />

x 6 mm M.S. Angle including locking arrangements, hold fast including<br />

applying anticorrossive primer coat of red lead paint and 2 coats of oil<br />

paint complete.<br />

Item No. 11<br />

Providing and fixing steel frame of angle 40 x 40 x 5 mm size with 16<br />

mm dia bars for windows, mild steel bar horizontally at 10 cm C/C for<br />

ventilator portion and 15 cm C/C for remaining portion with M.S. plate<br />

size 40 x 6 mm vertical at centre including iron holdfasts boxes for<br />

Punoti Kh. - 153 -<br />

6.48 188.90 Rs. One Hundred Eighty Eight & Ninty Paisa<br />

Only Sqm 1224.00<br />

1.80 1825.00 Rs. One Thusand Eight Hundred Twenty Five<br />

Only Sqm 3285.00


fixing 40 x 6 mm fixing shutter including welding, finishing, painting<br />

with two coats of oil paint etc. complete (without/ with<br />

ventilator)(Sample to be got approved from Ex. Engineer before use) 1.89 1420.00 Rs. One Thusand Fopur Hundred Twenty<br />

Only Sqm 2684.00<br />

Item No. 12<br />

Providing and applying colourwash of approved colour and shade in<br />

three coats to new surface including scaffolding and preparing the<br />

surface by brushing and brooming down (including base coat of white<br />

wash) etc. complete.<br />

31.85 14.00 Rs. Fourteen Only Sqm 446.00<br />

Item No. 13<br />

Providing and applying whitewash in two coats on old / new<br />

plastered or masonry surfaces and asbestos cement sheets<br />

including scaffolding and preparing the surface by brushing and<br />

brooming down complete.<br />

Item No. 14<br />

Providing and applying two coats of water proof cement paint of<br />

approved manufacture and of approved colour to new plastered<br />

surfaces including scaffolding if necessary, cleaning and<br />

preparing the surface, watering for two days complete. (Sample<br />

and brand is to be got approved from Ex. Engineer before use)<br />

Item No. 15<br />

Filling in plinth and floors with approved excavated materials in<br />

15 cm. to 20 cm. layers including watering and compaction<br />

complete.<br />

Punoti Kh. - 154 -<br />

7.50 7.50 Rs. Seven & Fifty paisa Only Sqm 56.00<br />

56.09 40.00 Rs. Fourty Only Sqm 2243.00<br />

4.79 50.00<br />

Rs. Fifty Only Cum 240.00<br />

Item No. 16<br />

Providing electrification to the Switch Control Room Job 3000.00 Rs. Three Thousand Only Job 3000.00<br />

Total Rs 134686.00<br />

Sectional Engineer Sub Divisional Engineer<br />

Rural Water Supply Z.P Sub Dn Rural Water Supply Z.P Sub Dn<br />

Akola Akola


Name of Work :- WATER SUPPLY SCHEME AT PATKHED<br />

NAME OF SUB-WORK :- 90 mm Dia 6 Kg / cm PVC Pipe Rising Main<br />

Schedule B<br />

DESCRIPTION<br />

Qty<br />

Rate In<br />

fig. Rate In Words. Unit AMOUNT<br />

Item No. 1,2,3,4 364.50 46656.00<br />

Excavation for foundation/ pipe trenches in earth soils of all<br />

types, sand, gravel and soft murum, HMB, Soft roch & Hard rock<br />

by Blasting including removing the excavated material upto a<br />

distance of 50 meters & lifts as below, stacking & spreading as<br />

directed, normal dewatering, preparing the bed for foundation<br />

and excluding backfilling etc. complete.(Average Rate)<br />

324.00 46332.00<br />

81.00 36369.00<br />

40.50 24260.00<br />

810.00 153617.00<br />

810.00 189.65 Rs.one Hundred Eighty Nine & Sixty Five Cum 153617.00<br />

Paisa Only<br />

Item No. 5<br />

Providing and supplying in standard lengths ISI mark rigid<br />

unplasticised P.V.C. pipes suitable for potable water with solvent<br />

cement joints including cost of couplers, as per IS specification<br />

no. 4985/ 1988 including all local and central taxes,<br />

transportation, freight charges, inspection charges, loading,<br />

unloading conveyance to site and stacking the same in closed<br />

shed duly protected from sun rays and rains including cost of<br />

jointing material i.e. solvent cement etc. complete.(Self fit to be<br />

jointed with cement solvent)<br />

90 mm 6 kg/ cm 1050.00 133.00 Rs.One Hundred Thirty Three Only Rmt 139650.00<br />

Item No. 6<br />

Lowering, laying and jointing PVC pipes with specials of<br />

following diameter and class including cost of conveyance from<br />

stores to site of work, cost of labor, giving satisfactory hydraulic<br />

testing as per IS code etc. complete. (With cement solvent joint)<br />

90 mm 6 kg/ cm 1050.00 33.00 Rs.Thirty Three Only Rmt 34650.00<br />

Item No. 7<br />

Providing I.S.I. mark C.I. pipes of following class and diameter<br />

including all local and central taxes, octroi, inspection charges,<br />

conveyance upto site of work, etc. complete.<br />

80 mm dia C I Pipe Class LA 30.00 900.00 Rs.Nine Hundred Only Rmt 27000.00<br />

Punoti Kh. - 155 -


DESCRIPTION Qty<br />

Rate In<br />

fig. Rate In Words. Unit AMOUNT<br />

Item No. 8<br />

Lowering, laying and jointing C.I. pipes and specials of following<br />

class and diameter including conveyance upto site of work, all<br />

labor, giving satisfactory hydraulic test etc complete either<br />

underground or in vertical position, as directed by Engineer-incharge.<br />

80 mm dia C I Pipe Class LA 30.00 50.00 Rs. Fifty Only Rmt 1500.00<br />

Item No. 9<br />

Providing and supplying at site of work C.I./ PVC/ G.I. specials<br />

suitable for above said pipes including all taxes, freight charges,<br />

octroi, loading, etc. complete.<br />

unloading, conveyance to store at site of work,<br />

Rs.Seven Thousand Six Hundred & Ninty<br />

L S 7699.00 Nine Only L S 7699.00<br />

Item No. 10<br />

Providing and supplying ISI mark C.I.D.F. sluice valves of<br />

following dia. including all taxes (Central & Local), railway freight,<br />

insurance, unloading from railway wagon, loading into truck,<br />

transport to site, unloading, stacking, etc. complete.<br />

80 mm dia Sluice Valve ( PN-1 ) 2.00 5116.00 Rs.Five Thousand One Hundred & Sixteen<br />

Only<br />

Item No. 11<br />

Lowering, laying and jointing in position following CIDF Sluice<br />

valves including cost of all labor, jointing material, including nut<br />

bolts and giving satisfactory hydraulic testing etc. complete.<br />

No.<br />

10232.00<br />

80 mm dia Sluice Valve ( PN-1 ) 2.00 1440.00 Rs.One Thousand Four Hundred Fourty Only No. 2880.00<br />

Item No. 12<br />

Providing and supplying I.S.I. mark air valves as per IS-10845 of<br />

approved make and quality including all taxes (Central and<br />

Local), railway freight, inspection charges, unloading from railway<br />

wagons, loading into trucks, transportation upto site, unloading &<br />

stacking etc complete.<br />

25 mmdia single ball C I Air Valve ( PN-1 ) 2.00 1022.00 Rs.one Thousand & Twenty Two Only No. 2044.00<br />

Item No. 13<br />

Punoti Kh. - 156 -


Lowering, laying and fixing CI air valve in proper position and<br />

alignment as directed including cost of conveyance from stores to<br />

site of work, cost of all jointing material, labor, giving satisfactory<br />

hydraulic testing etc. complete.<br />

25 mmdia single ball C I Air Valve ( PN-1 ) 2.00 180.00 Rs.One Hundred & Eighty Only No. 360.00<br />

DESCRIPTION Qty Rate In fig. Rate In Words. Unit AMOUNT<br />

Item No. 14<br />

Providing & fixing in position air valve shaft incl providing & fixing<br />

GI pipe 6mm th MS pipe shaft 2.70mlong over ranch flange of air<br />

valve tee providing PCC block of M150 as shown in type design<br />

together with providing & making flanged joints wherever<br />

required & fixing air valve over the shaft excludingcost of air<br />

valve tee etc complete as per type design as directed by<br />

Engineer-in-charge<br />

Up To 150 mm 2.00 4636.00 Rs. Four Thousand Six Hundred Thirty Six No.<br />

Only<br />

9272.00<br />

Item No. 15<br />

Providing & constructing B.B. masonry valve chamber with 15<br />

cm thick 1:3:6 proportion PCC bedding, including excavation,<br />

B.B. masonry in C.M. 1:5 cm thick precast RCC frame & cover<br />

etc complete as directed by Engineer-in-charge<br />

90*45*1.2<br />

Item No. 16<br />

Refilling the trenches with available excavated stuff with soft<br />

material first over pipeline and then hard material in 15 cm layers<br />

with all leads and lift including consolidation, surcharging etc.<br />

complete.<br />

Item No. 17<br />

2.00 7435.00 Rs. Seven Thousand Four Hundred Thirty<br />

Five Only<br />

837.59 59.00 Rs. Fifty Nine Only<br />

No.<br />

14870.00<br />

Cum 49418.00<br />

Providing & Laying in situ 1:2:4 (m-100) grade of cc of<br />

trap/granite/quartizate metal for RCC work as per detailled<br />

designs incl dewatering formwork compacting & curing finishing<br />

the formed surface with CM 1:3 smooth etc complete 6.08 4233.00<br />

Rs. Four Thousand Two Hundred Thirty Three<br />

Only Cum 25715.00<br />

Total Rs. 478907.00<br />

Punoti Kh. - 157 -


Sectional Engineer Sub Divisional Engineer<br />

Rural Water Supply Z.P Sub Dn Rural Water Supply Z.P Sub Dn<br />

Akola Akola<br />

Name of Work :- WATER SUPPLY SCHEME AT PATKHED<br />

NAME OF SUB-WORK : E S R 23000 Lit Capacity & 12.0 Mt Hight<br />

Schedule B<br />

DESCRIPTION Qty Rate In fig. Rate In Words. Unit AMOUNT<br />

Item No:-1<br />

Designing (aesthetically), and constructing RCC elevated<br />

service reservoirs of following capacity with RCC staging<br />

consisting of columns, internal and external bracings spaced<br />

vertically not more than 4.5 meters centre to centre including<br />

excavation in all types of strata, foundation concret, cement<br />

plaster with water proofing compound to the inside face of the<br />

container including refilling disposing ofthe surplus<br />

stuffwithinalead of 5Ometers, all labour and material charges<br />

including lowering, laying, erecting, hoisting and jointing of pipe<br />

assembly of inlet, outlet, washout, overflow and bypass<br />

arrangements as per departmental design, providing and fixing<br />

accessories such as M.S. ladder, C. I.manhole frame and covers<br />

water level indicatiors, lightening conductor, G I. pipe railing<br />

around walk wayand top slab, providing spiral staire case from<br />

ground level to roof level, M.S.Grill gate of 2 Mtrs height with<br />

locking arrangement, B.B. masomy chambers for all valves,<br />

ventilating shafts, providing and applying three coats of cement<br />

paint to the structure ineluding roof slab and epoxy paint to<br />

internal surface & antitermite treatment for underground parts of<br />

the structures and giving satisfactory water tightness test as per<br />

I.S. code, The job to include painting the name of the scheme<br />

and other details on the reservoir as per the directions of<br />

Engineer-in-charge.<br />

a) ESR 23,000 liters capacity staging 12m Bearing capacity 1.00 601220.00<br />

Item No. 2<br />

Providing and supplying ISI standard CI double flanged pipes<br />

including all taxes (Central and local), railway, freight, insurance,<br />

Punoti Kh. - 158 -<br />

Rs.Six Lac OneThousand Two Hundred &<br />

Twenty Only No 601220.00


unloading from ailway wagon, loading into truck transport to<br />

stores I stie, unloading etc complete as directed by Engineer-incharge.<br />

(MJP-CSR 2012-13 It. No. 5/P. No, 52)<br />

80 mm Dia 22.00 1419.00 Rs.One Thousand Four Hundred Ninteen Only Rmt 31218.00<br />

100 mm Dia 30.00 1753.00<br />

Rs.One Thousand Seven Hundred Fifty Three<br />

Only Rmt 52590.00<br />

Item No.3<br />

Providing and supplying ISI standard CI flanged / S& S specials<br />

includin2 all taxes (Central and local), railway freight, insurance,<br />

unloading from railway wagon, loading into tmcktransportto<br />

depermental store site, unloading stacking etc. complete. D/F<br />

Specials above 150mm dia.<br />

Item No. 4<br />

Providing and errecting C.I. D/F sluice valves with jointing to<br />

pipe work (including all handware and picking), spindle of<br />

stainless stee and as per requirements excluding CC. foundation<br />

support for rating class 150 (working pressure 20 Kg/cm2<br />

300.00 73.60 Rs.Seventy Three & Sixty Paisa Only Only Kg 22080.00<br />

80 mmCIDF Sluice valve 1.00 5116.00 Rs.five Thousand One Hundred Sixteen Only No 5116.00<br />

100 mmCIDF Sluice valve 2.00 6812.00 Rs.One Thousand Five Hundred Five Only No 13624.00<br />

Total Rs. 725848.00<br />

Sectional Engineer Sub Divisional Engineer<br />

Rural Water Supply Z.P Sub Dn Rural Water Supply Z.P Sub Dn<br />

Akola Akola<br />

Punoti Kh. - 159 -


Name of Work :- WATER SUPPLY SCHEME AT PATKHED<br />

NAME OF SUB-WORK : - Distribution System<br />

Schedule B<br />

DESCRIPTION Qty Rate In fig. Rate In Words. Unit AMOUNT<br />

Item No. 1,2,3,4 555.86 71150<br />

Excavation for foundation/ pipe trenches in earth soils of all 432.34 61824<br />

types, sand, gravel and soft murum, HMB, Soft roch & Hard rock 185.19 83194<br />

by Blasting including removing the excavated material upto a<br />

61.76 36996<br />

distance of 50 meters & lifts as below, stacking & spreading as<br />

1235.15 Rs. Two Hundred Four & Ninty Seven Paisa<br />

directed, normal dewatering, preparing the bed for foundation<br />

253164<br />

and excluding backfilling etc. complete.<br />

1235.15 204.97 Only<br />

Cum<br />

253164.00<br />

Item No. 5<br />

Providing and supplying in standard lengths ISI mark rigid<br />

unplasticised P.V.C. pipes suitable for potable water with solvent<br />

cement joints including cost of couplers, as per IS specification<br />

no. 4985/ 1988 including all local and central taxes,<br />

transportation, freight charges, inspection charges, loading,<br />

unloading conveyance to site and stacking the same in closed<br />

shed duly protected from sun rays and rains including cost of<br />

jointing material i.e. solvent cement etc. complete.(Self fit to be<br />

jointed with cement solvent)<br />

110 mm Dia 4 Kg. 480.00 124.00 Rs. One Hundred Twenty Four Only Rmt 59520.00<br />

90 mm Dia 4 Kg. 1143.00 91.00 Rs. Ninty One Only Rmt 104013.00<br />

Item No. 6<br />

Lowering, laying and jointing PVC pipes with specials of<br />

following diameter and class including cost of conveyance from<br />

stores to site of work, cost of labor, giving satisfactory hydraulic<br />

Punoti Kh. - 160 -


testing as per IS code etc. complete. (With cement solvent joint)<br />

110 mm Dia 4 Kg. 480.00 29.00 Rs. Twenty Nine Only Rmt 13920.00<br />

90 mm Dia 4 Kg. 1143.00 25.00 Rs. Twenty Five Only Rmt 28575.00<br />

Item No. 7<br />

Providing I.S.I. mark C.I. pipes of following class and diameter<br />

including all local and central taxes, octroi, inspection charges,<br />

conveyance upto site of work, etc. complete.<br />

100 mm Dia class LA 12.00 1128.00 Rs.One Thousand One Hundred & Twenty Rmt<br />

Eight Only<br />

13536.00<br />

80 mm Dia class LA 12.00 900.00 Rs. Nine Hundred Only Rmt 10800.00<br />

DESCRIPTION Qty Rate In fig. Rate In Words. Unit AMOUNT<br />

Item No. 8<br />

Lowering, laying and jointing C.I. pipes and specials of following<br />

class and diameter including conveyance upto site of work, all<br />

labor, giving satisfactory hydraulic test etc complete either<br />

underground or in vertical position, as directed by Engineer-incharge.<br />

100 mm Dia class LA 12.00 59.00 Rs. Fifty NineOnly Rmt 708.00<br />

80 mm Dia class LA 12.00 50.00 Rs. Fifty Only Rmt 600.00<br />

Item No. 9<br />

Providing and supplying at site of work C.I./ PVC/ G.I. specials<br />

suitable for above said pipes including all taxes, freight charges,<br />

octroi, loading, unloading, conveyance to store at site of work,<br />

etc. complete.<br />

Item No. 10<br />

Providing and supplying ISI mark C.I.D.F. sluice valves of<br />

following dia. including all taxes (Central & Local), railway<br />

freight, insurance, unloading from railway wagon, loading into<br />

truck, transport to site, unloading, stacking, etc. complete.<br />

Punoti Kh. - 161 -<br />

L S 18787.00<br />

Rs.Eighteen Thousand Seven Hundred &<br />

Eighty Seven Only Job 18787.00<br />

100 mm dia Sluice Valve ( PN-1 ) 2.00 6812.00 Rs. Six Thousand Eight Hundred & Tweleve<br />

Only<br />

80 mm dia Sluice Valve ( PN-1 ) 4.00 5116.00 Rs. Five Thousand One Hundred & Sixteen<br />

Only<br />

No.<br />

No.<br />

13624.00<br />

20464.00


Item No. 11<br />

Lowering, laying and jointing in position following CIDF Sluice<br />

valves including cost of all labor, jointing material, including nut<br />

bolts and giving satisfactory hydraulic testing etc. complete.<br />

100 mm dia Sluice Valve ( PN-1 ) 2.00 1881.00 Rs.One Thousand Eight Hundred Eighty One No.<br />

Only<br />

3762.00<br />

80 mm dia Sluice Valve ( PN-1 ) 4.00 1440.00 Rs.One Thousand Four Hundred Fourty Only No. 5760.00<br />

Item No. 12<br />

Providing & Fixing CI Road Box Incl Loading Unloading &<br />

carting to site of work incl. allnecessary excavation in all types of<br />

strata & fixing in murum packing etc complete.<br />

100 mm * 225 mm 6.00 1449.00 Rs.One Thousand Four Hundred Fourty Nine<br />

Only<br />

No.<br />

8694.00<br />

Item No. 13<br />

Refilling the trenches with available excavated stuff with soft<br />

material first over pipeline and then hard material in 15 cm<br />

layers with all leads and lift including consolidation, surcharging<br />

etc. complete.<br />

Item No. 14<br />

Providing & Laying in situ 1:2:4 (m-100) grade of cc of<br />

trap/granite/quartizate metal for RCC work as per detailled<br />

designs incl dewatering formwork compacting & curing finishing<br />

the formed surface with CM 1:3 smooth etc complete<br />

1218.56 59.00 Rs. Fifty Nine Only Cum 71895.00<br />

4.86 4233.00 Rs. Four Thousand Two Hundred Thirty Three<br />

Only<br />

Cum<br />

20572.00<br />

Total Rs. 648394.00<br />

Punoti Kh. - 162 -


Sectional Engineer Sub Divisional Engineer<br />

Rural Water Supply Z.P Sub Dn Rural Water Supply Z.P Sub Dn<br />

Akola Akola<br />

Name of Work :- WATER SUPPLY SCHEME AT PATKHED<br />

NAME OF SUB-WORK : MISCELLANEOUS WORK<br />

Schedule B<br />

DESCRIPTION Qty Rate In fig. Rate In Words. Unit AMOUNT<br />

Item No.1 :<br />

Commissioning, running and maintaining the scheme to<br />

quantities, rate capacity, including manning necessary personnel<br />

such as operator, valveman etc. as per requirements of the<br />

scheme and who should also administer chemical dose for a<br />

period of one month together with training of personal spared by<br />

local body & handing over the scheme to local body after<br />

complition of above period as directed by Engineer incharge<br />

Punoti Kh. - 163 -<br />

Rs.Fourty Eight Thousand Thousand Five<br />

Hundred Seventy Two Only Job 194288.00<br />

For Twleve Month 4.00 48572.00<br />

Item No.2 :<br />

Horizontal bore In Well 120.00 875.00 Rs.Eight Hundred & Seventy Five Only Job 105000.00<br />

Total Rs. 299288.00


Sectional Engineer Sub Divisional Engineer<br />

Rural Water Supply Z.P Sub Dn Rural Water Supply Z.P Sub Dn<br />

Akola Akola<br />

Punoti Kh. - 164 -<br />

Name of Work :- WATER SUPPLY SCHEME AT PATKHED<br />

NAME OF SUB WORK : - Providing & Erecting Pumping Machinery<br />

Schedule B<br />

DESCRIPTION Qty Rate In fig. Rate In Words. Unit AMOUNT<br />

Item No. 1<br />

Providing, erecting and giving test of 150 mm dia.Submersible Pump<br />

sets conforming to I.S. 8034 & I.S. 9283. Pump shall be suitable for<br />

various delivery head and discharge with stainless steel pump shaft<br />

and bronze impeller Motor suitable for working on 415 +/- 10%, 3 Ph,<br />

50 Hz, A.C. supply, cable guard, thrust carbon/ fibre bearing to accept<br />

entire hydraulic thrust, waterproof winding shall be provided. The<br />

pump set shall be suitable for direct coupling. Pump shall have<br />

suitable outlet as per manufacturer’s design. Antithrust stream lined<br />

non return valve shall be provided with the pump. Suitable suction<br />

strainer shall also be provided. 3 core, single/double run copper<br />

conductor submersible type flat cable 3 m and 2 pairs of erection<br />

clamps shall be provided alongwith the pump. 4 BHP<br />

Rs.Twenty Eight Thousdand Three Hundred Twenty


2.00 28323.00 Three Only No 56646.00<br />

Item No. 2<br />

Supplying and erecting G.I.pipe ‘B’ class in position for drop pipe for<br />

Submersible pump including plumbing with sockets and necessary<br />

material. 50mm dia Heavy 40.00 422.00 Rs. Four Hundred Twenty Two Only Rmt 16880.00<br />

Item No. 3<br />

Providing, erecting C.I.D.F. Sluice valves with jointing to pipe work<br />

(including all hardware and packing) water works quality having nonrising<br />

spindle with hand wheel and without bypass arrangement,<br />

spindle of stainless steel as per requirement excluding c.c. foundation/<br />

structural steel supports.80 mm dia<br />

2.00 6556.00 Rs. Six Thousand Five Hundred Fifty Six Only Each 13112.00<br />

Item No. 4<br />

Providing, erecting C.I.D.F. Reflux valves single door with jointing to<br />

pipe work (including all hardware and packing) water works quality<br />

with jointing to pipe without bypass arrangement with gunmetal seats<br />

excluding c.c. foundation/ structural steel supports.80mm<br />

2.00 5518.00 Rs. Five Thousand Five Hundred Eighteen Only Each 11036.00<br />

Item No. 5<br />

Supplying and erecting ‘ C.I. Specials in position with necessary<br />

material. 200.00 73.60 Rs. Seventy Three & Sixty Paisa Only Each 14720.00<br />

Item No. 6<br />

Supplying and erecting Pannel Board in position with necessary<br />

material. 1.00 28707.00 Rs. Twenty Eight Thousand Seven Hundred Seven Only Each 28707.00<br />

Item No. 7<br />

Supplying and erecting flat flexible 3 core PVC sheathed submersible<br />

type copper cable.<br />

3 core 4 sqmm 60.00 129.00 Rs. One Hundred Twenty nine Only Rmt 7740.00<br />

Item No. 8<br />

Supplying and erecting galvanized cast iron earth plate 60x60x0.6 cm<br />

buried in specifically prepared earth pit 1.5 m below ground level with<br />

30 kg Charcoal and Salt in alternate layers, necessary length of double<br />

G.I. earth wire 8 SWG connected to plate with cadmium plate, G.I. nut<br />

bolts 12 mm dia. with bituminous compound and run through 12 mm<br />

dia. G.I. pipe 3 m long, remaining portion of G.I. wire from surface of<br />

earth to switch gear in PVC pipe upto accessible height duly sealed at<br />

both ends by bituminous compound complete to the nearest switch<br />

gear with end socket as per direction and duly tested by earth tester<br />

and recording the results.<br />

Punoti Kh. - 165 -


1.00 1955.00 Rs. One Thousand Nine Hundred Fifty Five Only Each 1955.00<br />

Item No. 9<br />

Providing internal wiring of panels including all material. 1.00 163.00 Rs. One Hundred Sixty Three Only Each 163.00<br />

Total Rs. 150959.00<br />

Sectional Engineer Sub Divisional Engineer<br />

Rural Water Supply Z.P Sub Dn Rural Water Supply Z.P Sub Dn<br />

Akola Akola<br />

DESCRIPTION Qty Rate In fig. Rate In Words. Unit AMOUNT<br />

Item No. 1<br />

Providing & Errectig 1.2 M High wire fencing with 5 rows of<br />

Barbed wire supported on MS angle ( 50*50*6mm) At 2.5 m C/c<br />

incl. excavating pits for foundation, fixing post in cement<br />

concrete 1:4;8 of size 45*45*45 cm fastening the wire & painting<br />

the MS angle with one coat of red lead primer & two coats of<br />

paintinf etc complete<br />

37.5 420 Rs Four Hundred & Twenty Only Rmt 15750<br />

Item No.2 :<br />

1 27324<br />

Providing & fixing Wicket Gate 1.0m wide for compound with 40mm<br />

Dia MS black pipe medium class, approved Grill work , RCC M150<br />

side pillars of 250mm *400mm*2.5 mt height its foundation, finishing,<br />

painting etc complete<br />

Rs.Twenty Seven Thousand Thousand Three Hundred<br />

Twenty Four Only NO 27324<br />

43074<br />

<br />

Punoti Kh. - 166 -

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

Saved successfully!

Ooh no, something went wrong!