irle (k.t.weir) barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/tender425.pdf · works are...

206
0 Dy. Ex. Engineer FOR AUTHORISED USE ONLY B1/PID/ YEAR 2013- 2014 ¨É½þÉ®úɹ]Åõ ¶ÉɺÉxÉ GOVERNMENT OF MAHARASHTRA WATER RESOURCES DEPARTMENT CHIEF ENGINEER, W.R.D., PUNE. PUNE IRRIGATION CIRLCE, PUNE. PUNE IRRIGATION DIVISION, PUNE. TENDER DOCUMENT NAME OF WORK :- R.R.R. to K.T. Weir @ Wadgaon Shinde,Tal. Haveli, Dist. Pune. ESTIMATED COST RS. :- 4621335.00

Upload: others

Post on 20-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

0

Dy. Ex. Engineer

FOR AUTHORISED USE ONLY B1/PID/

YEAR

2013- 2014

¨É½þÉ®úɹ]Åõ ¶ÉɺÉxÉ

GOVERNMENT OF MAHARASHTRA

WATER RESOURCES DEPARTMENT

CHIEF ENGINEER, W.R.D., PUNE.

PUNE IRRIGATION CIRLCE, PUNE.

PUNE IRRIGATION DIVISION, PUNE.

TENDER DOCUMENT

NAME OF WORK :- R.R.R. to K.T. Weir @ Wadgaon Shinde,Tal.

Haveli, Dist. Pune.

ESTIMATED COST RS. :- 4621335.00

Page 2: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(1)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

INDEX

NAME OF WORK : R.R.R. to K.T. Weir @ Wadgaon Shinde,Tal. Haveli,

Dist. Pune.

Chapter

No.

Description

Page

From To

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Brief Tender Notice.

Detailed Tender Notice.

(i) Tendering Procedure.

(ii) Model form of Bank Guarantee Bond.

(ii) Declaration of Contractor.

Additional General Conditions and Specifications

Printed B-1 Agreement Form.

Schedule „A‟

Schedule „B‟ & Specification

Construction Programme Sheet

Items of work and applicable Specifications

Drawings

2

7

32

34

35

70

110

113

116

118

217

6

31

33

34

69

109

112

115

117

214

235

Issued to

on

Registered Class .........................................

Valid up to .................................................. D.R.

No. ...................................................... Dated

.........................................................

Divisional Accounts Officer

Page 3: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(2)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

Detailed

Tender Notice

Page 4: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(3)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune TENDER NOTICE

GOVERNMENT OF MAHARASHTRA

WATER RESOURCES DEPARTMENT

E TENDER NOTICE NO. 4 FOR 2013-14

Main portal:http//maharashtra.etenders.in

WRD portal:http//wrd maharashtra.etenders.in

1.1 Online digitally signed application for tender for the following work is invited On behalf of Government Of Maharashtra Water Resources Department, by the Executive Engineer, Pune Irrigation Division, Pune-1 from the contracters registered with Public works Department, Government Of Maharashtra in appropriate class, for following work Main tender doc are available for online on. web site from 17.7.2013 to 31.7.2013

Sr.

No

Name of work

Estimated

cost put to

tender.

(Rs. Lakh)

Earnest

Money

Deposit

(Rs.Lakh)

Time limit for

completion

Processing

fee for Bid

Capacity

Evaluation

Rs.)

Class of

Registration

Repair, Renovation & Restoration Schemes under Central Government

1 Wadgaon Bande KTWeir 42.54 0.43 12 Months 1,000/- Class V & Above

2 Wadgaon Shide K.T.Wier 46.21 0.47 12 Months 1,000/- Class V & Above

3 Nighoje K.T.Weir 40.82 0.41 12 Months 1,000/- Class V & Above 4 Bhomale K.T.Weir 24.50 0.25 12 Months 1,000/- Class V A & Above 5 Bordara K.T.Weir 28.48 0.29 12 Months 1,000/- Class V A & Above 6 Bhose K.T.Weir 34.40 0.35 12 Months 1,000/- Class V & Above 7 Shelgaon K.T.Weir 26.13 0.26 12 Months 1,000/- Class V A & Above 8 Jeur K.T.Weir 30.13 0.30 12 Months 1,000/- Class V & Above 9 Darawali K.T.Weir 42.49 0.43 12 Months 1,000/- Class V & Above 10 Ravade K.T.Weir 39.16 0.40 12 Months 1,000/- Class V & Above

The bidder participating first time in e- Tendering Bids will have to procure Digital signature certificate, Username & Password from competent authorities as per guideline mentioned on homepage of the website

All requisite information required for the submission of e tender document is available in the above said website.

If any assistance is required regarding e-Tendering (Upload / download ) please contact Phone No.020 –25315555 ,email-support.gom@nextenders

Page 5: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(4)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

Pnone No- 020-26442005

( S.M.Londhe)

email - eepidpn @gmail-com Executive Engineer

Pune Irrigation Division

Pune-1

Page 6: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(5)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune ¨É½þÉ®úɹ]Åõ ¶ÉɺÉxÉ, VɱɺÉÆ{ÉnùÉ Ê´É¦ÉÉMÉ,

{ÉÖhÉä {ÉÉ]õ¤ÉÆvÉÉ®äú ʴɦÉÉMÉ,{ÉÖhÉä

<Ç-ÊxÉÊ´ÉnùÉ ºÉÖSÉxÉÉ Gò. 4 ºÉxÉ 2013-14

Main portal:http//maharashtra.etenders.in

WRD portal:http//wrd maharashtra.etenders.in

EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ, {ÉÖhÉä {ÉÉ]õ¤ÉÆvÉÉ®äú ʴɦÉÉMÉ, MÉÉä³ýÒ¤ÉÉ®ú ¨ÉènùÉxÉɶÉäVÉÉ®úÒú, {ÉÖhÉä -411001 ½äþ JÉɱÉÒ±É

nù¶ÉÇʴɱÉ䱪ÉÉ EòɨÉɺÉÉ`öÒ ºÉÉ´ÉÇVÉÊxÉEò ¤ÉÆÉvÉEòÉ¨É Ê´É¦ÉÉMÉÉEòb÷Ò±É =ÊSÉiÉ ´ÉMÉÉÇiÉ xÉÉånùhÉÒEÞòiÉ +ºÉ±É䱪ÉÉ

`äöEäònùÉ®úÉÆEòbÚ÷xÉ <Ç-ÊxÉÊ´ÉnùÉ ¨ÉÉMÉÊ´ÉiÉ +ɽäþiÉ. ÊxÉÊ´ÉnùÉ ´É®úÒ±É ºÉÆEäòiɺlɳýÉ´É®ú Ênù.17/7/2013 iÉä 31/7/2013

{ɪÉÇiÉ {ɽþÉhªÉÉºÉ ={ɱɤvÉ +ɽäþ.

+.

EòɨÉÉSÉä xÉÉ´É

+ÆnùÉÊVÉiÉ

®úCEò¨É

¯û.(±ÉIÉ)

ºÉÖ¯û´ÉÉiÉÒSÉÒ

¤ÉªÉÉhÉÉ

®úCEò¨É

¯û.±ÉIÉ

EòɨÉÉSÉÒ

¨ÉÖnùiÉ

EòÉä-ªÉÉ

ÊxÉÊ´ÉnùÉ

ºÉÆSÉÉSÉÒ

ËEò¨ÉiÉ

´ÉMÉÇ

Eåòpù¶ÉɺÉxÉ ºÉ½þɪªÉÒiÉ nÖù¯ûºiÉÒ, xÉÖiÉxÉÒEò®úhÉ ´É {ÉÖxɺlÉÉÇ{ÉxÉÉ ªÉÉäVÉxÉåiÉMÉÇiÉ EòÉä.{É.¤ÉÆvÉÉ®úÉ nÖù¯ûºiÉÒ

1 ´Éb÷MÉÉÆ´É ¤ÉÉÆbä÷ EòÉä.{É.¤ÉÆvÉÉ®úÉ 42.54

0.46 12 ¨ÉʽþxÉä 1,000/- ´ÉMÉÇ 5 ´É iªÉÉ´É®úÒ±É

2 ´Éb÷MÉÉÆ´É Ë¶Énäù EòÉä.{É.¤ÉÆvÉÉ®úÉ 46.21

0.49 12 ¨ÉʽþxÉä 1,000/- ´ÉMÉÇ 5 ´É iªÉÉ´É®úÒ±É

3 ÊxÉPÉÉäVÉä EòÉä.{É.¤ÉÆvÉÉ®úÉ 40.82 0.43 12 ¨ÉʽþxÉä 1,000/- ´ÉMÉÇ 5 ´É iªÉÉ´É®úÒ±É

4 ¦ÉÉä¨ÉɱÉä EòÉä.{É.¤ÉÆvÉÉ®úÉ 24.50 0.26 12 ¨ÉʽþxÉä 1,000/- ´ÉMÉÇ 5+ ´É iªÉÉ´É®úÒ±É

5 ¤ÉÉä®únù®úÉ EòÉä.{É.¤ÉÆvÉÉ®úÉ 28.48 0.30 12 ¨ÉʽþxÉä 1,000/- ´ÉMÉÇ 5+ ´É iªÉÉ´É®úÒ±É

6 ¦ÉÉäºÉä EòÉä.{É.¤ÉÆvÉÉ®úÉ 34.40 0.36 12 ¨ÉʽþxÉä 1,000/- ´ÉMÉÇ 5 ´É iªÉÉ´É®úÒ±É

7 ¶Éä±ÉMÉÉ´É EòÉä.{É.¤ÉÆvÉÉ®úÉ 26.13 0.28 12 ¨ÉʽþxÉä 1,000/- ´ÉMÉÇ 5+ ´É iªÉÉ´É®úÒ±É

8 VÉä>ð®ú EòÉä.{É.¤ÉÆvÉÉ®úÉ 30.13 0.30 12 ¨ÉʽþxÉä 1,000/- ´ÉMÉÇ 5 ´É iªÉÉ´É®úÒ±É

9 nùÉ®ú́ ɱÉÒ EòÉä.{É.¤ÉÆvÉÉ®úÉ 42.49 0.45 12 ¨ÉʽþxÉä 1,000/- ´ÉMÉÇ 5 ´É iªÉÉ´É®úÒ±É

10 ®úÉ´Ébä÷ EòÉä.{É.¤ÉÆvÉÉ®úÉ 39.16 0.42 12 ¨ÉʽþxÉä 1,000/- ´ÉMÉÇ 5 ´É iªÉÉ´É®úÒ±É

VÉä `äöEäònùÉ®ú {Éʽþ±ªÉÉnùÉÆSÉ <Ç-ÊxÉÊ´ÉnùÉ |ÉÊGòªÉäiÉ ¦ÉÉMÉ PÉäiÉ +ɽäþiÉ iªÉÉÆxÉÉ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú

Ênù±É䱪ÉÉ ¨ÉÉMÉÇnù¶ÉÇEò iÉi´ÉÉxÉÖºÉÉ®ú |ÉlÉ¨É Êb÷VÉÒ]õ±É ˺ÉMÉxÉäSÉ®ú ªÉÖZÉ®ú +ɪÉb÷Ò ´É {ÉɺɴÉbÇ÷ |ÉÉ{iÉ Eò¯ûxÉ PÉähÉä

+ɴɶªÉEò +ɽäþ.

<Ç-ÊxÉÊ´ÉnùÉ ºÉƤÉÆvÉÒ EòɽþÒ ºÉ½þɪªÉiÉÉ +ɴɶªÉEò +ºÉ±ªÉÉºÉ (b÷É=xÉ ±ÉÉäb÷/+{ɱÉÉäb÷) iÉ®ú ʺÉκ]õ¨É

<Æ]õÒOÉä]õ®ú ¡òÉäxÉ xÉÆ.020-25315555 email-support. gom@nextenders. com ªÉÉÆSªÉɶÉÒ ºÉÆ{ÉEÇò ºÉÉvÉÉ´Éä

<Ç-ÊxÉÊ´ÉnùÉ |ÉÊGòªÉÉ EòɨÉɺÉÆnù¦ÉÉÇiÉ ºÉ´ÉÇ ¨ÉÉʽþiÉÒ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú ={ɱɤvÉ +ɽäþ.

Page 7: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(6)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune ºÉ´ÉÇ ËEò´ÉÉ EòÉähÉiÉÒ½þÒ ÊxÉÊ´ÉnùÉ EòÉähÉiÉä½þÒ EòÉ®úhÉ xÉ näùiÉÉ xÉÉEòÉ®úhªÉÉSÉÉ ½þCEò +vÉÒIÉEò +ʦɪÉÆiÉÉ,

{ÉÖhÉä {ÉÉ]õ¤ÉÆvÉÉ®äú ¨ÉÆb÷³ý,{ÉÖhÉä ªÉÉÆxÉÒ ®úÉJÉÚxÉ `äö´É±ÉÉ +ɽäþ.

¡òÉäxÉ xÉÆ.- 020-26442005

email - eepidpn @gmail-com (ºÉÆ.¨ÉÉ.±ÉÉåfäø)

EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ

{ÉÖhÉä {ÉÉ]õ¤ÉÆvÉÉ®äú ʴɦÉÉMÉ, {ÉÖhÉä 1.

Page 8: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(7)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune Time Table

Seq.

No.

WRD Stage Contractor Stage Start Date &

Time

Expiry Date &

Time

1 Main Tender Preparation

- 16.07.2013

10.00

17.07.2013

19.30

2 - Main Tender Document Purchase

17.07.2013

19.31

31.07.2013

17.30

3 - Online preparation of Technical bid

17.07.2013

19.31

31.07.2013

17.30

4 - Online preparation of Commercial bid

17.07.2013

19.31

31.07.2013

17.30

5 Close for Bidding of Main Tender

- 31.07.2013

17.31

05.08.2013

11.00

6 - Re-encryption (submission) of Main Tender

05.08.2013

11.01

08.08.2013

12.00

7 Technical Bid opening

- 08.08.2013

12.01

08.08.2013

17.00

8 Financial Bid Opening

- 08.08.2013

17.01

08.08.2013

17.30

9 Tender Award - 08.08.2013

17.31

17.08.2013

17.00

1.21 If any assistance is required regarding e-Tendering (upload / download) please

contact No. 020-25315555 Ext-516 Mobile No. 9167969601 / 9167969604,

Email : [email protected]

( S.M. Londhe )

Executive Engineer

Pune Irrigation Division,

Pune.

Page 9: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(8)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

DETAILED TENDER NOTICE TO CONTRACTOR

NAME OF WORK : R.R.R. to K.T. Weir @ Wadgaon Shinde,Tal. Haveli,

Dist. Pune.

1.1 Online percentage tenders in B-1 form are invited, from

registered Contractors in Class V and above with Government of

Maharashtra, for the work of R.R.R. to K.T. Weir @

Wadgaon Shinde,Tal. Haveli, Dist. Pune.

Two Envelope System.

:-

1. Name of work :- R.R.R. to K.T. Weir @ Wadgaon,

Shinde,Tal.Haveli

Dist. Pune.

2. Estimated cost of works :- Rs. 4621335.00

3. Cost of each tender form :- Rs. 1,000.00

4. Earnest Money 1% :- Rs. 47000.00

5. Initial Security Deposit 2.5% :- Rs. 115550.00

and further Security Deposit 2.5%

to be deducted from bills.

:- Rs. 115550.00

6. Period of Completion of :- 12 months (Including Monsoon Period work)

1.3 Definitions and Interpretation

In the tender document, the following terms shall have the meanings hereby assigned

to them except where the context otherwise requires.

(a) "Government" shall mean the "Government of Maharashtra"

(b) "Department" shall mean water Resources Department of Government of

Maharashtra

Page 10: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(9)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

(c) "Chief Engineer" shall mean Chief Engineer, W.R.D. Pune

(d) "Engineer/Engineer-in-charge" shall mean the Executive Engineer in charge of

the works and shall also include the superior officers of the Engineering

Departments of the Government i.e. the Superintending Engineer of the respective

Circle or the Chief Engineer.

(e) "Engineer's Representative" shall mean the Sub-Divisional Engineer/

Assistant Executive Engineer/Sub-Divisional Officer/Assistant Engineer (Grade-

I), who is in direct charge of the works and shall include any Civil Engineer of the

Government.

(f) "Contractor" shall mean the person, firm or company who enters into contact, with

the Government and shall include their executors, administrator's successors

and submitted assignees.

(g) "Contract" shall mean and include agreement having the following documents

Part I Tender Documents

Part II Specifications

Part III Drawings

(h) "Work" shall mean the work to be executed in accordance with the contract. (i)

"Specifications" shall mean the specifications for material and works as specified in

the contract.

(j) "Drawings" shall mean prints of the maps, drawings, plans of the contract and shall

include any modification of such drawings as may be issued by the Engineer-in-

charge from time to time.

(k) "Site" shall mean the land and the other places on, under, in or through which the

works are carried out and any other lands or places provided by the Government.

(l) "Defect(s) liability period" shall mean the period mentioned in clause 20 of B-1 Tender Form from the date of issue of completions certificate by the Engineer-in-charge.

1.4 Singular and plural :

Words imparting the singular number shall also include the plural and vice versa where

the context requires.

1.5 Heading and marginal headings

The headings and marginal headings in the contract are solely for the purpose of

facilitating references and shall not be be deemed to be a part thereof or taken into

consideration in the interpretation or construction thereof or of the contract.

Page 11: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(10)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

2 TENDER FORMS:

2.1 Information regarding the work for which the E_Tenders are invited can be obtained

from the office of the Engineer-in- charge of the work during 19.31 to 17.30 hours on

working days from 17.07.2013 to 31.07.2012

The tender document is uploaded / released on Government of Maharashtra, (GOM) e-

tendering website http://maharashtra.etenders.in and has to be downloaded as well

as filled up and submitted online ONLY as per the schedule. Tender document and

supporting documents may be purchased and downloaded from following link of

http://wrd.maharashtra.etenders.in on e- Tendering website of Government of

Maharashtra, http://maharashtra.etenders.in by filling Demand Draft details online.

Tenders will be submitted by the bidders online on or before 08-08-2013 upto 12.00

Hrs. and will be opened online in the office of the Superintending Engineer, Pune

Irrigation Circle, Pune on 08-08-2013 at 12.01 hrs. in the presence of contractors,

who intend to remain present, if possible.

2.2 ELIGIBILITY:

2.2.1 The contractor shall upload scanned copy of Registration Certificate of appropriate

Class of Government of Maharashtra during bid preparation stage.

3. REVISION OR AMENDMENT OF THE TENDER DOCUMENTS:

3.1 Rights are reserved to revise or amend the tender documents prior to the last date

notified for the online submission of tenders and such revision or amendments or

extensions shall be communicated to all tenderers by printing notice on the web site

and / or by notice in the press as may be considered suitable.

3.2 Tenderer shall be presumed to have carefully examined all documents, forms,

statements, special conditions, schedules, drawings and pacifications of contract and

to have fully acquainted himself with all details of the site, his own quarries for

rubble, sand, earthwork etc. locations of materials, river and weather

characteristics and labour conditions in general and with all the necessary information

and data etc. prior to tendering of the work.

3.3 The tenderers should see, in particular, the quarry sites and satisfy themselves about

the quality and quantity of materials available as the rates quoted will be inclusive of all

lead and lifts involved even the materials are required to be brought from areas other

than those specified in the quarry, plants etc. for the above work.

3.4 The tenderers shall arrange to bring his own material from borrow area such as rubble,

boulders, murum, sand, metal and hearting soil etc. from approved quarries. It is

necessary for the contractor to obtain the permissions from the revenue department

and the other concerned authorities through the Executive Engineer, before removing

the materials, pay royalties etc. All quarry fees, royalties, octroi dues and ground rent

for stacking materials, if any, shall be paid by the contractor. No reimbursement will be

allowed thereon by the department.

Page 12: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(11)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

4 MANNER OF SUBMISSION OF TENDER AND ITS ACCOMPANIMENTS :

a) ENVELOPE NO. 1:

The "Envelope No. 1 (Technical Envelope) shall contain the scanned copy of following

documents. These documents need to be digitally signed by individual contractor?s

digital signature and uploaded during online bid preparation stage and the required

original copies shall be kept ready at the time of opening of the tender.

i. The blank tender document cost Rs1000/- will have to be paid by demand draft and is

to be drawn in favour of "Executive Engineer, Pune Irrigation Division, Pune" and

original demand draft should be submitted in the office of Executive Engineer,

Pune Irrigation Division, Pune on or before 08-08-2013 upto 12:00 Hrs on working

days.

ii. Scanned copy of Earnest Money Deposit in the form of Government Treasury Challan

or Term Deposit Receipt for one year of required amount pledged in the name of the

Executive Engineer, Pune Irrigation Division, Pune shall be enclosed and original

Treasury Challan or Term Deposit Receipt should be submitted in the office of

Executive Engineer, Pune Irrigation Division, Pune on or before 08-08-2013 upto

12:00 Hrs on working days. Certificates of exemptions for payment of earnest money,

issued by competent authority, if valid, shall be accepted instead of the Earnest Money

Deposit.

iii. Document certifying the bidder as a registered contractor with Public Works

Department of the Government of Maharashtra valid on date of submission of tender.

iv. Certificate of Registration under Clause16 (i) of Maharashtra Value Added Tax Act -2005 or the Certificate of Registration under Rule- 8 of The Bombay Sales Tax Rules-1959. Contractors not submitting any of the two documents will be liable for Tax Deduction at Source at the rate of 4% of the contract Price.

v. Deed of partnership or Article of Association and Memorandum of Association for limited

Company, duly registered, if applicable.

vi. Power of Attorney, if necessary.

vii. Copy of Certificate of enrolment under The Maharashtra State Tax on profession,

trades, callings and employment act 1975. (See rule 3(2) and certificate of enrollment

under section (2) or sub-section (2A) of section 5 of Maharashtra State Tax on

professions, trades, calling and employment act 1975.

viii. Details of works of similar type and magnitude carried out by the tenderer (in Appendix A)

ix. Details of works of similar type of works tendered for and in hand with the value of work

unfinished on the last date of submission of tender. The Certificates from the heads of

the office, not below the rank of Executive Engineer, under whom the works are in

progress, should be enclosed (in Appendix B)

Page 13: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(12)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

x. List of plants and machinery immediately available with the tenderer for use on this

work and list of machinery proposed to be utilized on this work but not immediately

available and the manner in which it is proposed to be procured (in Appendix C)

xi. Proof of having tenderer's own machinery.

xii. Details of Technical Personnel on the roll of the tenderer (in Appendix D)

xiii. A certified copy of Power of attorney for signing the tender in case of proprietary firm /

partnership firm / Ltd. Co. / Ltd. Corporation / sponsoring firm made by a Group of firms.

b) ENVELOPE NO. 2:

The Envelope No.2 shall contain only the main tender. All financial offers must be

prepared and submitted online at http://wrd.maharashtra.etenders.in as per the

instructions on the portal and should be digitally signed. The tenderer should quote his

offer in the form of percentage below or above the estimated cost given in Schedule

"B?. He should not quote his offer any where directly or indirectly in Envelope No.1,

failing which the Envelope No.2 shall not be opened and his tender shall stand rejected.

The contractor shall quote for the work as per details given in the main tender This

tender shall be unconditional. Documents containing the common set of conditions, as

required in Clause 2.4 of this Detailed Tender Notice, if applicable, shall also be

uploaded during online bid preparation in the Envelope No. 2.

5 INSTRUCTIONS FOR SUBMISSION OF ENVELOPE NO.1:

Documents to be submitted in envelope No.1 should be digitally signed by individual

contractor's digital certificate and should confirm to the instructions given below.

i) EARNEST MONEY:

Each tender shall be accompanied by an Earnest Money for Rs. 47000/- in the

form of an original receipt Treasury / Sub-Treasury challan under the Head of Account

"Earnest Money Deposit - Revenue Deposit" or one year Term Deposit in any

Nationalized Bank duly pledged in the name of the Executive Engineer, Pune

Irrigation Division, Pune original Treasury Challan or Term Deposit Receipt should be

submitted in the office of Executive Engineer, Pune Irrigation Division, Pune on

or before 08-08-2013 upto 12:00 Hrs on working days. E.M.D in the form of cash or

cheque or bank Guarantee shall not be acceptable.

The amount of E.M.D. will be released back to the unsuccessful tenderers on deciding

upon the acceptance or otherwise of the tender.

The Contractor / Contractors who is /are exempted from payment of Earnest Money

should produce valid certificate of exemption or attested copy of such certificate issued

by P.W.D without which the tender will not be considered. The earnest money amount

shall not carry any interest whatsoever.

Page 14: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(13)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

ii) SECURITY DEPOSIT:

The successful tenderer shall have to pay a Security Deposit of Rs. 115550/- or in the

form of approved securities in lieu of cash deposit mentioned above such as

Government securities, Bank Guarantee from scheduled banks, National Savings

Certificates, Post Office Cash Certificates for value for which they can be encashed at

the time of presentation as security deposit. Treasury Savings Deposit Certificates

which are issued by the Reserve Bank of India, and the scrip of rural debentures issued

by the Maharashtra State Co-operative Mortgage bank Ltd., standing in the name of

depositor shall be accepted if those are pledged in the name of the Executive

Engineer, Pune Irrigation Division, Pune towards the payment of initial security

deposit, then the earnest money deposited will be refunded to him only after payment of

Security Deposit. In addition, a further amount of Rs. 115550/- towards Security Deposit

shall be recovered from the RA bills.

iii) VALUE ADDED TAX

The tender rates are inclusive of all taxes, rates, cesses and are also inclusive of the

leviable tax in respect of sale by transfer of property in goods involved in the execution

of a work contract under the provision of rule 58 of Maharashtra Value Added Tax Act

2005, for the purpose of levy of Tax.

iv) PROFESSIONAL TAX :

Certificate of registration with the professional tax officer of the district in Form IA

Certificate of registration under Section 5(1) and 5(2) of the Maharashtra State Tax on

Professions, Trades, Callings and Employment Act, 1975 shall be submitted online in

the Form as below.

V) ADDITIONAL SECURITY DEPOSIT

If the contractor quote this offer more than 10% below the estimated cost. He shall

submit additional security deposit as per the difference between the Contractor's offer

and 90% of the estimated cost of the tender. Non-submission of the above Additional

Security Deposit will result into forfeiture of the Earnest Money Deposit. This additional

security deposit should be in the form of bank guarantee for the period upto prescribed

period of tender. This additional security will be refund at the time of final bill.

Page 15: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(14)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

PROFESSIONAL TAX CLEARANCE CERTIFICATE

This is to certify that M/s --------------------------------------------------------- (address)---------------------

-------------------------------------------------------- is a registered dealer under the Maharashtra

State Tax on Professions. Trades, calling and Employments Act No. XV of 1975 holding

Registration Certificate No ----------------------------w.e.f --------------------------------------------------

and under section 5 (1) and 5 (2) respectively. This said dealer has paid all tax due upto 31st

March ------------- (Previous Year) under this act. The dealer has paid the professional tax dues

for the employees mentioned below.

- A -

Sr.No. Name of Employee Designation

- B -

Sr.No. Name of the owner carrying on profession status

There is no professional Tax due outstanding against the dealer under the Act. This

Certificate is valid for One year from the date of issue.

Place : Designation

Signature

Date : Professional Tax Officer

District

Page 16: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(15)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

It should also be made clear that the employees shall be all those who receive the

wages/ salaries from the tenderer and shall include the office and held staff and those

operating the machinery/equipment. This is also to ensure that the machinery said to be

deployable for the said work is really in the ownership of the tenderer.

6 INSTRUCTIONS FOR SUBMISSION OF ENVELOPE NO. 2

Documents to be submitted online in Envelope No.2 should be digitally signed by

individual contractor's digital certificate and should confirm to the instructions given

below.

i) CONTRACTOR TO INFORM HIMSELF FULLY :

The tenderer shall be deemed to have fully acquainted himself with the work and site

conditions and carefully examined the special conditions, the specifications, schedules

and drawings and shall be deemed to have fully informed himself regarding the local

conditions. The tenderer shall also be deemed to have fully acquainted with the various

leads and lifts involved in the works and materials of constructions as well as shall be

deemed to have fully acquainted with his own various quarries for construction

materials, their availability and adequacy etc.

ii) CONDITIONAL TENDER :

Conditional tender will be summarily rejected. The tenders which do not fulfill any of the

notified requirements laid down in this detailed tender notice, the general rule and

directions for the guidance of the tenderers as mentioned in B-1 form or are incomplete

in any respect are likely to be rejected without assigning reasons thereof.

iii) TENDERED RATE :

The tenderer should quote his offer online during bid preparation stage as per online

tender schedule, in figures as well as in words in English. In case there is a difference

between the rates quoted as expressed in words and in figures, the rates as expressed

in words will be taken as correct irrespective of whether it is lower or higher than that

expressed in figure.

No alteration in the form of tender and in schedule of quantities will be permitted. The

rates mentioned in the tender for all items of work shall be taken applying to all

conditions, weather and will be inclusive of all taxes, if any.

iv) If the offer quoted by the tenderer is less than 90 % or more than 110 % of the updated

estimated cost, then the tenderer shall furnish his detailed item-wise justification for all

items costing Rs. 50,000/- (Fifty thousand) and above put to tender in Envelope No. 2

in order to establish the workability and reasonableness of the rates. Tenderer shall

also submit additional information in justification of the rates wherever called for by the

department without which the offer will not be considered.

Page 17: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(16)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

v) QUANTITIES PUT TO TENDER:

The quantities given in the schedule "B" as put to tender by the Department for

various items therein are approximate as some of the items of work put to tender are

likely to be executed departmentally, till the contract agency is fixed. Such quantities

which would be executed till the fixation of contract agency will stand deducted from the

quantities entered in the Schedule "B" at the time of completing the tender documents

by the contractor. The contractor should take cognizance of this fact and no claims will

be tenable on account of such reduction in quantity.

7 TENDER UNITS

The tender has been invited in the Metric System of measurements. Tenderer should

particularly note the units mentioned in schedule "B" on which rates are to be based.

8 CORRECTIONS

No corrections should ordinarily be made in the tender documents. Any corrections in

the entries made by the tenderer should be signed / cancelled b y crossing the incorrect

portion and writing the corrected portion above and each such correction shall bear

the attestation of the tenderer.

9 SIGNING OF TENDER DOCUMENT

The tender shall contain the name, residence and place of business of person or

persons making the tender. The tenderer by partnership firm shall furnish the full names

of all the partners in the forwarding letter. The letter shall be signed by the partner or by

an authorized representative followed by the name and designation of the person

signing. An attested copy of the partnership deed shall be furnished.

Whenever, whether in the submission of the tender or later, in other matters, the

signatures are made by one person on behalf of the company; the tenderer shall supply

an attested copy of the power of attorney.

Witness shall be persons of status and probity and their names, occupations and

address shall be stated below their signatures. All signatures shall be dated.

The tender is also liable to be rejected outright, if, while submitting,

i) The tenderer proposes any alternation in work specified in the tender or in the time

allowed for carrying out the work or any other condition,

ii) Any erasures are made by the tenderer in the tender,

iii) All corrections and additions or pasted slips are not signed by the tenderer and

iv) Tenderer, or, in the case of firm, each partner or the person holding the power of

attorney authorizing him to do so thereof does not sign or the signature is not attested

by a witness in B-1 tender form at the space provided for the purpose.

Page 18: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(17)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

10 SUBMISSION OF TENDER:

10.1 The interested contractors / bidders will have to make online payment (using credit

card/ debit card/net banking) of Rs. 1038 /- (including service tax) per bid per tender

to online service provider of e-Tendering system at the time of entering online Bid

Submission stage of the tender schedule

10.2 The two envelopes No. 1 and 2 shall be digitally sealed and signed and submitted

online as per the online tender schedule.

10.3 The date and time for online submission of envelopes shall strictly apply in all cases.

The tenderers should ensure that their tender is prepared online before the expiry of the

scheduled date and time and then submitted online before the expiry of the scheduled

date and time. Offers not submitted online will not be entertained.

10.4 If for any reason, any interested bidder fails to complete any of online stages during the

complete tender cycle, department shall not be responsible for that and any grievance

regarding that shall not be entertained.

11. OPENING OF TENDERS :

On the date specified in the tender notice, following procedure will be adopted for

opening of tender.

11.1 ENVELOPE No. 1:

First of all, Envelope No. 1 of the tenderer will be opened online through e-Tendering

procedure to verify its contents as per requirements. For the purpose of this particular

contract, the tenderer shall meet the requirements as stated at Sr. No. 4 (a) above of

this section. If the various documents contained in this envelope do not meet the

requirements, a note will be recorded accordingly by the tender opening authority and

the said tenderer's Envelope No. 2 will not be considered for further action but the same

will be recorded. Decision of the tender opening authority shall be final in this regard.

11.2 ENVELOPE No. 2:

This envelope shall be opened online through e-Tendering procedure immediately

after opening of envelope No. 1 only, if the contents of envelope No. 1 are found to be

acceptable to the Department. The tendered rate shall then be read out by the Tender

Opening authority.

THE TENDER WILL BE LIABLE TO BE REJECTED OUT RIGHT IF, WHILE

SUBMITTING :

11.2.1 The tenderer proposes any alteration in the work specified in the tender or in time

allowed for carrying out work or any other unacceptable condition,

11.2.2 Any of the pages and pasted slips of the tender are removed and / or replaced,

11.2.3 All corrections and additions and pasted slips are not initialed by the tenderer,

Page 19: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(18)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune 11.2.4 The tenderer does not sign, and the signature/signatures (in case of firm each partner

or power of attorney holder) is not witnessed by a respectable person, in the space

provided for in the B-1 tender form.

11.2.5 Schedule "B" of contract shows the items of work to be executed, the estimated

quantity, the rate, amount of such item as per estimate and the total estimated cost put

to tender. The tenderer should quote his rate in terms of percentage above or below

the said estimated cost by writing the percentage both in words and figures In addition,

the contractor shall fill up the additional schedules in the tender (viz. Appendix - A, B,

C & D).

11.2.6 No modification in the form of the tender are permitted.

12 ACCEPTANCE OF TENDER :

Acceptance of tender will rest with the Superintending Engineer, Pune

Irrigation Circle, Pune who reserves the right to reject any or all tenders without

assigning any reasons thereto. The acceptance of tender may be intimated to the

contractor by letters, such intimation shall be deemed to be an intimation of

acceptance of tenders. The tenderer whose tender is accepted will have to complete

the contract form within 15 days of being notified to do so and shall abide by all the

rules and regulations and special conditions enumerated therein or attached herewith.

In the event of failure of the tenderer to sign the agreement within the stipulated time,

the earnest money paid by him shall be liable to be forfeited to the Government and

the acceptance of the tender shall be liable to be considered as withdrawn. In that

event, the work will be awarded to the next lowest or any other contractor to whom the

Government deems to be suitable.

13 VALIDITY FOR 90 DAYS:

The offer shall remain valid for a period of 90 (Ninety twenty) days from the date

of opening of tender and thereafter until it is withdrawn by notice in writing by the

tenderer, and duly addressed to the competent authority and sent by Registered Post

Acknowledgement Due. If the acceptance of the tender is not communicated within

90 days or before and if the offer is withdrawn by the contractor as aforesaid,

earnest money shall be refunded in full.

14 COMPLETION OF TENDER DOCUMENTS :

While completing the tender documents, the contractor must invariably complete the

appendices included in the tender documents giving correct information. However, this

information shall have to be submitted online by the contractor in the prescribed

formats separately in Technical Envelope No. 1 as per provisions of paragraph 4 (a) of

the detailed tender notice.

15 LANGUAGES :

The language of all correspondence regarding this work shall be English only.

Page 20: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(19)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

16 LICENCES UNDER CONTRACT LABOUR (REGULATION AND ABOLITION) ACT

1970.

The successful tenderer should produce to the satisfaction of the competent

authority accepting the tender a valid and current license issued in his favour under

the provisions of contract labour (Regulation and Abolition) Act 1970 and the

Maharashtra Contract labour (Regulation and Abolition) Rules 1971, before signing

the contract. On failure to do so, the acceptance of the tender will be withdrawn and

also the earnest money and additional earnest money deposit, if any, will be forfeited

to the Government.

17. Certificate from General Provident Fund Authority :-

Intending Tenderer should submit Certificate of Registration as per the contractual

labour Act 1970 from General Provident Fund and No Dues certificate regarding

payment of contribution towards his employer and should submit this certificated in

envelope No.1.

Page 21: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(20)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

WORK AND SITE CONDITIONS

1. DESCRIPTION & SCOPE OF THE TENDERED PROJECT:

Wadgaon Shinde Kolhapur Type Weir was constructed on river Indrayani near

village Wadgaon Shinde in Taluka Haveli, Dist Pune of Maharashtra State.This Project

is situated in Krishna Basin. The construction of K.T.Weir was completed in the year

1989. The brief salient features of the project are as under

Catchment area 864.00 sq.Km

Total storage capacity 1.66 Mcum..

Design irrigation potentional 656.00 ha

Total length of KT weir 125 m .

Total No. of piers 41 piers

The condition of this K.T.Weir is not satisfactory, hence for restoring the irrigation

potential this K.T. Weir requires major repairs. It will also increase the ground water

recharging capacity, cultivation and domestic use by the local peoples.

2. CLIMATIC CONDITIONS

The climate of this region is dry. The work site is situated in draughprown area. The

annual rainfall in the area is 3500 mm. The rainy seasons commences generally from

7th June and lasts generally upto 15th October. The summer season is from March to

May & temperature is high occasionally exceeding 400 C. The winter is moderate &

min temperature is at 120 C. in December.

3. INFORMATION REGARDING WORKSITE

3.1 General

1. Location of work - About 30 Km. from District Place Pune.

30 Km. from Taluka Place Haveli (Pune)

10 Km. from nearest Village Lohagaon

2. Nearest railway Station - Pune, Tal.Haveli, Dist. Pune

Central Railway 30 Km. away.

3. Road - Approachable by Asphalt Road 4. Nearest Telephone - At KäääÒsuldharan which is 10 Km. away

5. Nearest petrol & diesel - At buldharan which is 10 Km. away.

6. Land Acquisition - Not required.

Page 22: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(21)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

3.2 The various leads involved in the work are tentative. The contractor shall be deemed

to have fully acquainted with these leads. He shall also get acquainted with the

availability of construction materials and their adequacy, etc. No claims whatsoever

shall be entertained to the contractor.

3.3 The contractor has to establish the quarries for the construction materials required

within the leads specified for the respective materials at his own cost and

responsibility. No extra claim whatsoever will be entertained by the department in this

regard.

3.4 Availability of Labour:

Some local unskilled labour may be available during non-agricultural season but

skilled labour may not be available. Contractor must however make his own inquiries

regarding the same.

3.5 Market :

The nearest Market is at Pune from the Project site. The banking and Treasury facility

is available at Pune

NOTE

It must be specifically understood that the above note is meant only for the general

guidance of contractors. The contractor has to make his own verifications of the

details of the site conditions, accesses to site of quarries, availability of material, etc.

No claim on account of any incorrectness of the information given above will be

entertained.

Page 23: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(22)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

4) Details of work:

a) Name of work :- R.R.R. to K.T. Weir @ Wadgaon Shinde,

Tal. Haveli, Dist. Pune.

b)

Estimated Cost

Rs. 4621335/-

c) Earnest Money Deposit (EMD) Rs. 47000/-

d) Security Deposit 5% Rs. 231100/-

a) Initial@ 2.5% Rs. 115550/-

b) From R.A. Bills @ 2.5% Rs.115550/-

5) Class of contractor Class V and above.

6) Period of Completion 12 Calendar months (including monsoon period).

7) Information for obtaining Tender papers and its submission

7.1 Name and address of the Executive

Engineer in Charge of work issuing tender

papers/bid assessment forms and in whose

name Earnest money and security deposit

is to be pledged.

Executive Engineer,

Pune Irrigation Division, Pune.

7.2 Cost of blank tender forms Rs.1,000/- (Rs. One thousand )

7.3 Time and date of submission of Tender

Documents.

Upto 17.00 Hrs. on 06-04-2013

7.4 Name and address of the office receiving

and opening of the tender Executive Engineer,

Pune Irrigation Division, Pune

7.5 Period for completion of work 12 Calendar months including

monsoon

7.6 The name of authority for accepting Executive Engineer,

Pune Irrigation Division, Pune

8. Name of the Executive-in-charge of the

work in whose name Demand Draft is to

be drawn.

Executive Engineer, Pune Irrigation Division, Pune.

Page 24: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(23)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

9. Price Variation Information S.N. Component Percentage

1. Labour (KL)

2. Cement (KC)

3. Steel (Ks)

4. Material (other)

5. POL (Kf)

10. Cost of Cement for Mix Variation N.A.

1) If the cement is procured by the contractor Rs.

/- cost per bag.

11 Star rate of steel Rs. / MT

12.

Star rate of Cement

Rs.

/ MT

Page 25: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(24)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

f

Page 26: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(25)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

Page 27: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(26)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Divisional Offcer

KDK Canal Sub Dn II

Pune

Page 28: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(27)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Bank guarantee form for Security deposits

(On stamp paper worth Rs. 100/-)

MODEL FORM OF BANK GUARANTEE BOND

(As per RBI circular no DBOD No. BC/72/13.03 2000/2000-2001 dt. 17/01/2001)

1. In consideration of the Governor of Maharashtra (hereinafter referred to as “The

Government”) having agreed to exempt --------------------------------- (hereinafter called

“the said Contractor(s)”) from the demand, under the terms and conditions of an

Agreement dated the -----------------------day ------------------------ of ---------

------------ and made between the Gover nment of the one par t and the Contractor to

the other par t for --------------------- (hereinafter referred to as “The said Agreement”)

as security for fulfilment by the said Contractor(s) of the terms and conditions

contained in the said agreement, on production to the Government of a Bank

Guarantee for Rs. --------------------- (Rupees ---------------------------------

--------------------------------------------------------------------------------------------- only).

We ------------------------ Name of bank ---------------------------------------------------

(hereinafter referred to as “the Bank”) at the request of ------------------------------

------------------------------ contractor(s) do hereby under take to pay to the

Government an amount not exceeding Rs. ----------------------------- against any

loss or damage caused to or suffered or would be caused to or suffered by the

Government by reason of any breach by the said contractor(s) of any of the terms or

conditions contained in the said Agreement.

2. We ------------------------ Name of bank ----------------------------------------------------

--------------- do hereby under take to pay the amounts due and payable under this

guarantee without any demur merely on a demand from the Government stating that

the amount claimed is due by way of loss or damage caused to or would be caused or

suffered by the Government by reason of breach by the said contractor(s) of any of the

terms or conditions contained in the said Agreement or by reason of the contractor(s)

failure to perform the said Agreement. Any such demand made on the bank shall be

conclusive as regards the amount due and payable be the Bank under this guarantee.

However our liability under this guarantee shall be restricted to an amount not

exceeding Rs. ______________ .

3. We under take to pay to the Government any money so demanded notwithstanding

any dispute or disputes raised by the Contractor(s) in any suit or proceeding pending

before any cour t of tribunal relating there to our liability under this present being

absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of liability for

payment thereunder and the contractor(s) supplier(s) shall have no claims against us

for making such payments.

Page 29: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(28)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

4. We --------------------------- Name of bank -------------------------------------------------

---------- fur ther agree that the guarantee herein contained shall remain in full force and

effect during the period that would be taken for the performance of the said Agreement

and that it shall continue to be enforceable till all the dues of the Gover nment under or

by vir tue of the said agreement have been fully paid and its claims satisfied or

discharged or till the ------------------------------------------- office/Depar tment/Ministr y of ---

--------------------------------------------------- cer tifies that the terms and conditions of the

said Agreement have been fully and properly carried out by the contractor(s) and

accordingly discharges this guarantee. Unless a demand or claim under this guarantee

is made on us in writing on or before the

------------------------------- we shall be discharged from all liability under this guarantee

thereafter.

5. We -------------------------- name of bank --------------------------------------------------

--------- fur ther agree with the Government that the Government shall have the fullest

liber ty without or consent and without affecting in any manner our obligations

hereunder to vary any of the terms and conditions of the said Agreement or to extend

the time of performance by the said contractor(s) from time to time or to postpone for

any time or from time to time any of the powers exercisable by the Government

against the said contractor(s) and to forbear or enforce any of the terms and conditions

relating to the said agreement and we shall not be relieved from our liability y reason of

any such variation or extension being granted to the said contractor(s) or for any

forbearance act or omission on the par t of the Government or any indulgence by the

Government to the said contractor(s) or by any such matter or thing whatsoever which

under the law relating to sureties would but for this provision, have effect of so

relieving us.

6. This guarantee will not be discharged due to change in the constitution of the bank or

the Contractor(s) supplier(s).

7. We --------------------------- name of bank -------------------------------------------------

----- lastly under take not to revoke this guarantee during its currency except with the

previous consent of the Government in writing.

Dated the ------------------------------- day of ------------------------------------- for -----------

----------------------------------------------------------------------- (name of the bank)

Page 30: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(29)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

DECLARATION OF THE CONTRACTORS

1) I/We hereby declare that I/We have made myself/

ourselves thouroughly conversant with the sub-soil conditions. the local conditions regarding all

materials (such as stone, murum sand etc.) and labour of which I/We have based my/our rates

for this work. The specifications, conditions bore results and lead of materials on this work

have been carefully studies and understood by me/us before submitting this tender/ I/We

undertake to use only the best materials approved by the Executive Engineer, Pune

Irrigation Division, Pune or his duly authorised assistant, before starting the work and to

abide by his decision.

2) I/We hereby declare that the labour engaged on

the works are not below 18 years. If the labour engaged on the works below 18 years are

found the work will be terminated

Signature of Contractor (s).

Page 31: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(30)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Additional General Conditions and

Specifications

Page 32: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(31)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS 1. These are to apply as additional specifications and conditions unless othewise already

provided for contradictorily elsewhere in his contract.

2. CONTRACTOR TO STUDY SITE CONDITIONS:

The contractor shall be deemed to have carefully examined the work and site

conditions including labour, climatic conditions the general and the special conditions,

specifications, schedules and drawings and shall be deemed to have visited the site of

the work and to have fully informed himself regarding the local conditions and carried

out his own investigations to arrive at rates quoted in the tender. In this regard, he will

be given necessary information to the best of knowledge of Department but without any

guarantee about it.

If he shall have any doubt as to the meaning of any portions of these general conditions

or the special conditions, or the scope of work or the specifications and drawings or any

other matter concerning the contract, he shall in good time, before submitting his

tender, set forth the particulars thereof and submit them to the Executive Engineer,

Pune Irrigation Division, Pune in writing in order that such doubts may be clarified

authoritatively before tendering. Once a tender is submitted, the matter will be decided

according to tender conditions in the absence of such authentic pre-clarification.

3. DECLARATION OF THE CONTRACTOR

The contractor should sign the declaration form on page No........

4. INDEMNITY :

The contractor shall indemnify the Government against all actions, suits, claims and

demands brought or made against him in respect of anything done or committed to be

done by the Contractor in execution of or in connection with the work of this contract

and against any loss or damage to the Government in consequence of any action or

suit being brought against the Contractor for anything done or committed to be done in

the execution of the work of this contract.

5. DEFINITIONS :

Unless excluded by or repugnant to the context.

(a) The expression “Government” as used in the tender papers shall mean the Water

Resources Department of the Government of Maharashtra.

Page 33: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(32)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(b) The expression “Chief Engineer” as used any where in the tender papers shall

mean Chief Engineer of the Government of Maharashtra who is designated as

such.

(c) The expression ''Superintending Engineer'' as used in the tender papers shall

mean an officer of Superintending Engineer‟s rank (by whatever designation he

may be known) under whose control the work lies for the time being.

(d) The expression “Engineer” or “Engineer -in-charge” as used in the tender papers

shall mean the Executive Engineer, in charge of the work for the time being.

(e) The expression “Contractor” used in the tender papers shall mean the successful

tenderer whose tender has been accepted, and who has been authorised to

proceed with the work.

(f) The expression “Contract” as used in tender papers shall mean the deed to

contract together with its original accompaniment and those latter incorporated in it

by mutual consent.

(g) The expression “Plant” as used in the tender papers shall mean every machinery,

necessary or considered necessary by the Engineer to execute, construct,

complete and maintain the works and used in, altered, modified, substituted and

additional workordered in the time and the manner herein provided and all

temporary materials and special and other arricles of appliances of every sort, kind

and description whatsoever intended or used thereof.

(h) “Drawings" shall mean the drawings referred to the specifications and any

modifications of such drawings approved in writing by Engineer and such other

drawings as may from time to time be furnished or approved in writing by the

Engineer.

(i) “Engineer‟s representative” shall mean an assistant of the Engineer notified in

writing to the contractor by the Engineer.

(j) „Provisional sum‟ or „Provisional lump sum‟ shall mean lump sum included by

Government in tender documents and shall represent the estimated value of work

for which details are not available at the time of issue of tender.

(k) “Provisional items” shall mean items for which approximate quantities have been

included in the tender documents.

(l) The “Site” shall mean the lands and/or other places, on, under, in or through

which the work is to be executed under the contract including any other lands or

places which may be allotted by Government or used for the purpose of contract.

Page 34: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(33)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(m) The “Work” shall mean the works to be executed in accordance with the Contract

or part (s) thereof as the case may be and shall include all extra or additional,

altered or substituted works as required for performance of the Contract.

(n) The “contract sum” shall mean the sum for which the tender is accepted.

(o) The “Accepting Authority” shall mean the officer competant to accept the

tender. (p) The “Day” shall mean a day of 24 hours from midnight to midnight

respective of the

number of hours worked in any day in the week.

(q) “Temporary Works” shall mean all temporary works of every kind required in or

about the execution, completion, or maintainance of the works.

(r) “Urgent Works” shall mean any measure which, in the opinion of the Engineer-in-

charge, be come necessary during the progress of the works to obviate any risk or

accident or failure or which become necessary for security of the work or the

persons working, thereon.

Where the context so requires words importing the singular only also include the

plural and vice- versa.

Heading and marginal notes, if any, to the general conditions shall not be deemed

to form part thereof or be taken into consideration in the interpretation or

construction thereof of the contract.

Wherever there is mention of “Schedule of Rates” of the Division or simply D.S.R.

in this tender, it will be taken to mean as “the Schedule of the rate of the Division in

whose jurisdiction the work lies”.

6. ERRORS, OMISSIONS, AND DISCREPANCIES :

(a) In case of errors, omissions and / or disagreement between written and scaled

dimensions on the drawing or between drawings and specifications etc. The

following order of preference shall apply.

(i) Between actual scaled and written dimesions or descriptions on a drawing the

latter shall be adopted.

(ii) Between the written or shown description or dimensions in the drawings and

corresponding one in the specifications, the latter shall apply.

(iii) Between the quantities shown in schedule of quantities and those arrived at from

the drawings, the latter shall be preferred.

Page 35: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(34)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(iv) Between the written description of the item in the schedule of quantities and the

detailed description in the specifications of the same items, the latter shall be

adopted.

(b) In case of discrepancy between percentage rate quoted in figures and words, the

lowest of the will be considered for acceptance of tender.

(c) In all cases of omissions and / or doubts or discrepancies in the dimensions or

description of any item or specification a reference shall be made to the Executive

Engineer, Pune Irrigation Division, Pune whose elucidation, elaboration or

decision shall be considered as authentic. The contractor shall be held

responsible for any errors that may occur in the work through lack of such

reference and precaution.

(d) The special provision in detailed specifications and wording of any item shall gain

precedence over corresponding contradictory provisions (if any) in the standard

specifications of Public Works Department Hand Book where reference to such

specifications is given without reproducing the details in contract.

7.1 PROGRAMME OF WORK :

The works is required to be completed within the period specified in memorandum clause 1(f) on Page No. ....... The tentative programme may be as per the Bar Chart on Page No. ....... to ........

i) For assessing the Contractor's progress on the work, the out turn on the item on

work put to tender shall be the principal criteria. Hence the cost of the actual work

turned out shall be mainly taken into account and not just the sum total of the

various payments made to the Contractor. The advance on construction equipment

brought to the site of work shall no be included but the advances on the materials

brought to the site of work will be accounted for.

ii) The progress shall be commensurate with the detailed programme of each working

season, failing which penalty charges as may be decided by the Engineer-in-

charge will be recovered.

7.2 (a) METHODOLOGY OF CONSTRUCTION AND CONSTRUCTION EQUIPMENTS :

Contractor shall furnish at least 15 days in advance, his programme of commencement

of item of work, the details of actual methods that would be adopted by the contractor

for the execution of various items of work and obtain prior approval of the Engineer-in-

charge well in advance of starting of such item of work. The Engineer-in-charge

reserves the right to suggest modifications or make complete changes in the method

proposed by the contractor, whether accepted previously or not, at any stage of the

work, to obtain the desired accuracy, quantity and progress of the work which shall be

binding on the contractor, and no claim on account of such change in method of

execution will be entertained by the Government so long as specifications of the item

remain unaltered. The sole responsibility for the safety and adequacy of the methods

adopted by the contractor will however rest on the contractor irrespective of any

approval given by the Engineer.

Page 36: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(35)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

In case of slippage from the approved work programme at any stage, the contractor

shall furnish revised programme to make up the slippage within the stipulated time

schedule and obtain the approval of the engineer to the revised programme.

(b) CONSTRUCTION EQUIPMENT :

The contractor shall be required to give a trial run of the equipment‟s for establishing

their capability to achieve the laid down specifications and tolerance to the satisfaction

of the Engineer before commencement of the work. All equipment provided shall be of

proven efficiency and shall be operated and maintained at all times, in a manner

acceptable to the Engineer and no equipment or personnel will be removed from site

without permission of the Engineer.

(c) PROGRESS SCHEDULE :

The contractor shall furnish within the period of one month of the order to start the work,

the programme of work in CPM/PERT charts in quadruplicate indicating the date of

actual start, the monthly/progress expected to be achieved and the anticipated

completion date of each major item of work to be done by him, also indicating dates of

procurement and setting up of materials, plant and machinery. the schedule is to be

such as is practicable of achievement towards the completion of the whole work in the

time limit, the particulars items, if any, on the due dates specified in the contract and

shall have the approval of the engineer-in-charge. no revised schedule shall be

operative without such acceptance in writing. The engineer is further empowered to ask

for more detailed schedule or schedules say; week by week for any item or items, in

case of urgency of work as will be directed by him and the contractor shall supply the

same as and when asked for.

The contractor shall furnish sufficient plant, equipment and labour as may be

necessary to maintain the progress of schedule. The working and shift hours restricted

to one shift a day for operations to be done under the government supervision shall be

such as may be approved by the Engineer-in-charge. They shall not be varied without

the prior approval of the engineer. Night work which requires supervision shall not be

permitted except when specifically allowed by engineer each time, If requested by the

contractor. The contractor shall provide necessary lighting arrangements etc. for night

work as directed by Engineer without extra cost.

Further, the contractor shall submit the progress report of work in prescribed forms and

charts etc. at periodical intervals as may be specified by the engineer-in-charge.

Schedule shall be in form of progress charts, forms, progress statement and / or reports

as may be approved by the Engineer.

The contractor shall maintain proforma, charts, details regarding machinery, equipment,

labour, materials, personnel etc. as may be specified by the engineer and submit

periodically return thereof as may be specified by the Engineer-in-charge.

Page 37: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(36)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

8. AGENT AND WORK ORDER BOOK :

The contractor shall himself manage the work or engage an authorised all time agent

on the work capable of managing and guiding the work and understanding the

specifications and contract conditions. A qualified and experienced. Engineer shall be

provided by the contractor as his agent for technical matter in case the Engineer-in-

charge considers this essential for the work and so directs contracts. He will take orders

as will be given by the Executive Engineer or his representative and shall be

responsible for carrying them out. This agent shall not be changed without prior

intimation to the Executive Engineer and his representative on the work site. The

contractor shall supply to the Engineer the details of supervisory and other staff

employed by the contractor and notify changes when made, and satisfy the engineer

regarding the quantity and sufficiency of the staff thus employed. The Engineer will

have the unquestionable right to ask for changes in the quality and numbers of

contractor‟s supervisory staff and to order removal from work of any of such staff. The

contractor shall comply with such orders and effect replacements to the satisfaction of

the Engineer.

A work order book shall be maintained on site and it shall be the property of

Government and the contractor shall promptly sign orders given therein by Executive

Engineer or his representative and his superior officers, and comply with them. the

compliance shall be reported by the contractor to the Engineer in good time so that it

can be checked. The blank work book with machine numbered pages will be provided

by the department free of charge for his purpose. the contractor will be allowed to copy

out instructions therein from time to time.

9. SETTING OUT :

The work of setting out shall be deemed to be a part of general works preparatory to

the execution of work and no separate payment shall be made for the same.

9.A. RESPONSIBILITIES FOR LEVEL AND ALIGNMENT :

The contractor shall be entirely and exclusively responsible for the horizontal and

vertical alignment, the levels and correctness of every part of the work and shall rectify

effectively any errors or imperfections therein. Such rectification‟s shall be carried out

by the contractor, at his own cost, when instructions are issued to that effect by the

Engineer-in-charge.

10. LEVELLING INSTRUMENTS :

If measurements of items of the work are based on volumetric measurements

calculated from levels taken before and after construction of the item a large number of

leveling staves, tapes, etc. Will have to be kept available by the contractor at the site of

work for this purpose. Lack of such levelling staves, tapes etc. In required numbers

may cause delay in measurements and the work. The contractor will have therefore to

keep sufficient number of these readily available at site.

Page 38: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(37)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

11. AUTHORITIES OF THE ENGINEER IN CHARGE‟S REPRESENTATIVE :

The duties of the representative of the Engineer-in-charge are to watch and supervise

the work and test and examine any material to be used or workmanship employed in

connection with the works. The Engineer-in-charge may from time to time, in writing

delegate to his representative any powers and authorities vested in the Engineer-in-

charge and shall furnish to the contractor a copy of all such delegations of powers and

authorities. Any written instructions of approval given by the representative of the

Engineer-in-charge to the contractor within the terms of such delegations (but not

otherwise) shall bind the contractor and the department as though it had been given by

the Engineer-in-charge, provided always as follows.

Failure of the representative of the Engineer-in-charge to disapprove any work or

materials shall not prejudice the power of the Engineer-in-charge thereafter to

disapprove such work or materials and so order the putting down, removal or breaking

up thereof.

12. CO-ORDINATION :

When several agencies for different sub-works of the project are to work simultaneously

on the project site, there must be full co-ordination and co-operation between different

contractors to ensure timely completion of the whole project smoothly. The scheduled

dates for completion specified in each contract shall therefore be strictly adhered to.

Each contractor may make his independent arrangements for water, power, housing,

etc. If they so desire. On the other hand the contractors are at liberty to mutual

agreement in this behalf and make joint arrangements with the approval of the

Engineer. No single contractor shall take or cause to be taken any steps or action that

may cause distruption, discontent or disturbance to work, labour or arrangement etc. of

other contractors in the project localities. Any action by any contractor which the

Engineer in his unquestioned discretion may consider as infringment of the above code

would be considered as a breach of the contract conditions and shall be dealt with as

such.

In case of any dispute disagreement between the contractors the Engineer‟s decision

regarding the co-ordination, co-operation, and facilities to be provided by any of the

contractors shall be final and binding on the contractors concerned and such a decision

or decisions shall not vitiate any contract nor absolve the contractor (s) of his / their

obligations under the contract not consider for the grant for any claim or compensation.

13. ASSISTANCE IN PROCURING, PRIORITIES, PERMITS ETC.

The Engineer on a written request by the contractor will if in his opinion, the request is

reasonable and in the interest of work and its progress, assist the contractor in securing

the priorities for deliveries, transport~permits for controlled materials etc. where such

are needed. The Government will not however be responsible for the non availability of

such facilities or delay in this behalf and no claims on account of such failure or delays

shall be allowed by the Government.

Page 39: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(38)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

The contractor shall have to make his own arrangement for machinery required for the

work. However, such machinery conveniently available with the Department may be

spared as per the rules in force on recovery of necessary security Deposit and rent with

agreement in the prescribed form. Such an Agreement shall be independent of this

contract and the supply of machinery shall not form a ground for any claim or extension

of time limit for this work.

14. CONTRACT DOCUMENTS AND MATTERS TO BE TREATED AS CONFIDENTIAL:

14.1 All documents, correspondence, decisions and other matters concerning the

contract shall be considered as of confidential and restricted nature by the

Contractor and he shall not divulge or allow access thereto any unauthorised

persons.

15. ACCESS TO THE CONTRACTOR'S BOOKS :

15.1 Wherever it is considered necessary by the Engineer-in-charge to ascer tain the

actual cost of execution of any particular item of work or supply of plant or

material he shall direct the Contract to produce the relevant documents such as

pay rolls, records of personnel, invocies of materials, if any and all other data and

documents relevant to the item or necessary to determine its costs, etc. and the

Contractor shall, when so required, furnish information, pertaining to the aforesaid

items, in the mode and manner that may be specified.

16. BREACH ON PART OF GOVERNMENT NOT TO ANNUALCONTRACT :

16.1 Breach or non-observance on the part of the Government of any of the conditions

contained herein shall annual this contract or discharge the Contractor from the

observance and performance thereof or any part thereof, but on application by the

Contractor and in the unfettered discretion of the Engineer-in-charge an extension

of time may be given to the Contractor in respect of such breach or non-

observance by Government.

16.2 The contractor shall not however be entitled to consideration or any extension of

time for any item of work unless the Contractor shall have made an application in

writing to the Engineer-in-charge within one month of the arising of the cause

needing such extension, but the Engineer-in-charge, may at his descretion, which

shall be conclusive, waive the condition regarding this period of one month.

17. LOCAL LAWS

17.1 All local laws in force at the time of entering into the contract and those enacted

thereafter shall be binding on the Contractor and the Contractor shall abide by the

same.

Page 40: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(39)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

17.2 All royalties import and excise duties, sales tax, local panchayat tax and other

taxes shall be borne by the Contractor and they shall be deemed to the have

been covered by his quoted tender rates. There will be no reimbursement towards

it.

17.3 The contractor shall also be liable to all relevant provision of the Indian Income

Tax Act, which may be applicable to him from time to time.

18. SUNDAYS AND HOLIDAYS

18.1 No work shall be done on Sundays or on other Government Holidays duly

gazetted or on holidays observed by local usage without the prior sanction of the

Engineer-in-charge. Withholding of such sanction shall not form any grounds for

compensation or extension of time limit.

18.2 If, on the other hand, the Engineer-in-charge directs that the work shall be

proceeded with on such days and during hours otherwise not permissible under

this contract or forming any grounds for compensation or claim.

18.3 The Contractors shall in his dealing with labour, at all times, during the period of

this contract, have due regard to local festival religious and other customs.

19. DEATH, BANKRUPTCY, ETC.

If the Contractor shall die or commit any act of bankruptcy or being a corporation,

commences winding up except for reconstruction purposes or carry on its business

under receiver, the executors, successors, or any such representatives in law of the

estable of the Contractor or any such receiver, liquidation or any person in whom the

contract may become vested, shall forthwith give notice htereof in writing to

Government and shall , for one month, during which he shall take all reasonable steps

to prevent stoppage of work, have the option of carrying out his contract subject to his

or their providing such guarantee as may be required by Government but not exceeding

value of the work, for the time being, remaining, unexecuted in the event of stoppage of

work, the period of the option under this clause shall be fourteen days only. Should the

above option be not exercised, the contract may be terminated by Government by

notice in writing to the Contractor. The powers and provisions reser ved to the

Government in this contract of taking of work out of the Contractor's hand shall

immediately become operative.

Page 41: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(40)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

20. NOTICE : HOW TO BE GIVEN

Where any legal or other notice or other document or any order direction is to be given

/ to be served upon the Contractor it shall have been either delivered to him personally

or to his recognizsed agent ( including in the case of company, the Secretary of such

company) or delivered at, or sent through the post addressed to, the Contractor's office

on the site or sent through post addressed to last know place of business or adobe of

the post addressed to the last know place of business or abode of the Contractor or in

the case of a company, to its registered office, and in the case of firm of Contractor's a

notice or other documents which shall be so given to or so served on any one of the

partners in such firm, shall be deemed to have been given or served on all of them.

21. COMMUNICATIONS AND NOTICE BY CONTRACTOR :

All communications and / or notices pertaining to works and concerning matters such

as passing and approving of foundations, reinforcement and formwork, measurements

mark outs, etc. shall not be addressed by the Contractor to an officer below the

gazetted rank of the department. All such notices, communications etc. shall be

addressed in good times so as not to held up work.

22. NON-COMPLIANCE OF CONTRACT CONDITIONS :

If the Contractor fails to comply with the contract condition specified, such as

submission of progress, schedule programme of work, progress reports, labour reports,

analysis of tender rates, layout plan of his colonies, works layout plan etc. within

specified period for which other types of penal remedies have not been specified, the

Engineer-in-charge shall have the right to take the extreme action of withholding

running payment due to Contractor for work done in addition to other appropriate

actions which he may deem fit to take to force compliance. The Engineer-in-charge

shall issue a notice to the Contractor, giving therein specific reasons for the action

proposed to be taken, at least 10 days before the date on which Engineer-in-charge

decides to take action of withholding the running payments. No claim for compensation

of any sor t from Contractor will be entertained for withholding the running bills

indefinitely till specified requirements are completed by the Contractor.

23. PHOTOGRAPHS OF THE WORKS :

The contractor will not be allowed to take photographs showing field work or the

general location of the work. The Engineer may, however at his discretion allow a few

construction photographs to be taken for the purpose obtained in such cases and also

in case such photographs are to be exhibited in public literature and calendars etc. In

all such photographs are to be exhibited in public literature and calendars etc. In all

such cases negative of photos shall be submitted to the Engineer, after taking out

approved number of copies and the negative will become the absolute property of the

Irrigation Department of Government.

Page 42: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(41)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

24. QUARRIES :

24.1 No Quarries are available with this Department. The contractor (s) shall have to

arrange the same himself / themselves.

24.2 The quarrying operations shall be carried out by the contractor with proper

equipment such as compressors, jack hammers, drill bits, explosives etc. And

sufficient number of workmen shall be employed so as to get the required out-

turn.

24.3 The contractor shall carry out the works in the quarries in conformity with all the

rules and regulations already laid down or that may be laid down from time to time

by Government. Any cost incurred by Government due to non compliance of any

rules or regulations or due to damages by the contractor shall be the

responsibility of the contractor.

The Engineer-in-charge or his representative shall be given full facilities by the

contractor for inspection at all times of the working of the quarry, records

maintained, the stocks of the explosives and detonators etc. so as to enable him

to check that the working records and storage are all in accordance with the

relevant rules. The Engineer-in-charge or his representative shall at any time be

allowed to inspect the work, building, and equipment at the quarters.

24.4 The contractor shall maintain at his own cost the books, registers etc., required to

be maintained under the relevant rules and regulations and as directed by the

Engineer-in-charge. These books shall be open for inspection at all times by the

Engineer-in-charge or his representative and the contractor shall furnish the

copies or extracts of books or registers as and when required.

24.5 All quarrying operations shall be carried out by the contractor in organised and

expeditious manner, systematically and with proper planning, The contractor shall

engage licenced blaster and adopt electric blasting and / or any other approved

method which would ensure complete safety to all the men engaged in the quarry

and its surroundings. The contractor shall himself provide suitable magazines and

arrange to procure and store explosives etc., as required under the rules at his

own cost. The designs and the location of the magazine shall be got approved in

advance from the chief Inspector of Explosives and the rules and regulations in

this connection as laid down by the chief Inspector of Explosives from time to

time shall be strictly adhered to by the contractor. It is generally experienced that

it takes time to obtain the necessary licence for blasting and licence for storage of

material from the concerned authorities. The contractor must therefore take timely

advance action for procuring all such licences so that work progress may not be

hampered.

Page 43: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(42)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

24.6 The approaches to the quarrying place from the existing public roads shall have to

be arranged by the contractor at his own cost, and the approaches shall be

maintained by the contractor at his own cost till the work is over.

24.7 The quarrying operations shall be carried out by the contractor to the entire

satisfaction of the Engineer-in-charge and the development of the quarry shall be

made efficiently so as to avoid wastage of stones. Only such stones as are of the

required quality shall be used on the work. Any stone which is in the opinion of

the Engineer-in-charge, not in accordance with the specifications or of required

quality will be rejected at any time, at the quarry or at the site of work. The

rejected stones shall not be used on the work and such rejected materials shall

be removed to the place shown at the contractor‟s cost.

24.8 Since all stones quarried from Government quarry (if made available) by the

contractor including the excavated over burden are the proper ty of the

Government no stones or earth shall be supplied by the contractor to any other

agencies of works, are allowed to be taken away for any other works. All such

surplus quarrie materials not required for work under this contract shall be the

property of the Govt. and Shall be handed over by the contractor to Government

free of cost at quarry. Site duly heaped at the spots indicated by the Engineer- in-

charge. The contractor will be entitled to the refund of royalty if any, paid by him

for such quantity handed over to Govt. For which necessary certificate will be

issued by Executive Engineer as per usual procedure. If however, the

Government does not require such surplus material, the contractor may be

allowed to dispose off or use such material else where with prior written

permission of the Engineer-in-charge. Leaving off a quarry face or opening of a

new quarry face shall be done only on the approval of the Engineer-in-charge.

24.9 Quarrying permission will have to be directly obtained by the contractor, from the

collector of the District Concerned for which purpose the Department will render

necessary assistance. All quarry fees, royalty charges, octroi duties, ground rent

for stacking material etc., if any to be paid, shall be paid directly by the contractor

as per rules in force.

24.10 The contractor will be permitted to erect at his own risk and cost at the quarry site

if suitable vacant space in Government area is available for the purpose, his own

structures for stores, offices, etc., at places approved by the Engineer- in-charge.

On completion of the work the contractor shall remove all the structures erected

by him and restore the site to its original condition.

24.11 The contractor shall not use any land in the quarry either for cultivation or for any

other purpose except that required for breaking or stacking or transporting stones.

Page 44: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(43)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

25. COLLECTION OF MATERIALS : .

(i) Where suitable and approved Irrigation Department's quarries exist, the contractor

or piece worker will be allowed if otherwise there is no objection to obtain the

materials to the extent required for the work from the quarry. He will be however,

liable to pay compensation, if any damage is caused to the quarry either

deliberately or through negligence or for wastage of materials by himself or his

staff or labour. The contractor shall pay necessary royalty in advance and claim

refund according to rules. If admissible and shall submit detailed accounts

materials from quarries as directed.

(ii) Where no suitable Irrigation Department's quarries exist or when the quantity of the

material required cannot be obtained from a Irrigation Department quarry the

contractor or piece-worker shall make his own arrangements to obtain the material

from existing or a new quarry in Government waste land, private land or land

belonging to other states or talukas, etc., After opening the quarry but before

starting collection, the quarry shall be got approved by the Engineer-in-charge or

his representatives. The contractor or piece worker shall pay all royalty charges

compensation etc. No claims or responsibility on account of any of obstructions

caused to execution of the work by difficulties arising out of private owners of land,

will be entertained.

(iii) The rates in the tender include all incidental charges such as opening of a new

quarry, opening out a new portion in a existing quarry, removing top soil and the

unsuitable material, dewatering a quarry, cost of blasting powder and fuse, lift,

lead, repairs to existing cart tracks, making new cart tracks, control charges,

central / State Government or Municipal Taxes, Local Bodies Cess, etc.

(iv) The rates in the tender are for the delivery of approved material on road side,

properly stacked at the places specified by the Engineer-in-charge and are

inclusive of conveyance charges in respect of the leads and lifts. No claims on

account of changes in lead will be entertained.

(v) No material shall be removed from the land within the road boundary or from the

land touching it without the written permission of the Engineer-in-charge or his

authorised agent. If any material is unauthorisedly obtained from such places,

the contractor or piece worker shall have to make good the damages and pay such

compensation, in addition as may be decided by the Executive Engineer and will

have to stop further collection.

Page 45: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(44)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(vi) Any material that falls on any Dept. Road from the cart etc., during conveyance

shall be immediately picked up and removed by the contractor or piece worker,

failing which it will be got removed departmentally at his cost. No heap shall be left

prior to stacking even temporarily on the road surface or in any way so as to cause

any obstruction or danger to the traffic. The contractor or the piece worker shall be

liable to pay for any claims of compensation etc., arising out of any accident, etc.,

Any such materials causing obstruction or danger etc. Will be got removed

departmentally at his cost and no claims for any loss or damage to the material,

thus removed, will be entertained. The contractor shall also be responsible for the

damage or accident etc., arising out of any material that falls on the road or track,

not in charge of the Department and shall attend to any complaints which may be

received.

(vii) The materials shall not be stacked where it is liable to be damaged or lost due to

traffic passing over it, to be washed away by rain or floods, to be buried under the

land slide etc or the slip down an embankment or hill side etc. No claims for any

loss due to these and similar causes will be entertained.

(viii) Before stacking, the materials shall be free from all earth, rubbish, vegetable matter

and other extraneous substance and in the case of metal, screened to gauge, if so

directed. When ready, it shall be stacked entirely clear of the road way, on ground

which has been cleaned of vegetation and levelled. on high bank, ghat roads etc.

Where it may not be practicable to stack it entirely clear of the roadway, it may be

stacked with the permission of the Engineer-in-charge on terms in such a way as

to cause minimum danger and obstruction to the traffic or as may be directed by

him.

(ix) The size of the stacks for materials other than rubble shall be 1 m x 1 m x 0.5 m. or

such other size as may be directed by the Engineer-in-charge and all but one stack

in 200m shall be of the same uniform size and shall be uniformly distributed over

whole lengths. One stack (at the end) in each furlong may be of length different

from the rest in order to adjust total quantity to be required but its width and height

will be the same as those of the rest.

(x) The Sub-Divisional Officer shall supply the contractor with a statement showing

quantities that will be required and the order in which the collection is to be done.

No materials in excess of requirements in that furlong shall be stacked. Any excess

quantity shall be removed at the expenses of the contractor or piece worker to

where it is required before the material in that furlong is finally measured.

Page 46: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(45)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(xi) In stacking materials, the deposition shall commence at the end of the K.M. farthest

from the quarry and be carried continuously to the other end (unless otherwise

directed by the Executive Engineer). Stacking it one furlong shall be completed

before it is started in another unless directed otherwise in writing by the Executive

Engineer. Measurements of the materials stacked in the suitable interval will not be

recorded until the full quantity required has been stacked unless otherwise

authorised by Engineer in writing. Collecting and spreading shall not be carried out

at the same time one and the same K.M. or in two adjoining K.M. except with the

written permission of the Executive Engineer.

(xii) Unless otherwise directed, the materials shall be collected in the following order

according to availability of space : (1)Rubble (if included in tender) (2) Metal (3)

Soft murum and (4) Hard Murum shall be stacked on the side opposite to that on

which soft murum has been stacked. Similarly, metal collected for petty repairs

shall be stacked on the side opposite to metal for new layer. Where metal for two

layers has to be stacked as in the case of new roads, the metal for each layer shall

be stacked on the opposite sides of the road.

(xiii) All material shall be examined and measured before it is spread. The labour for

measurements (and check measurements wherever carried out) shall be

supplied by the contractor or piece worker. Immediately after the measurements

are recorded, the stacks shall be marked by the contractor or piece worker by

white wash or otherwise as may be directed by the Executive Engineer to prevent

any possibility of the same material being measured and recorded over again and

to prevent any unauthorised tampering with the stacks. If the contractor or the

piece worker fails to attend the measurements of materials after receiving the

notice from the sub-Divisional Officer or his subordinate starting date and time of

the intention to measure the work, the same shall be measured never-the-less and

no complaint in this respect will be entertained latter on. If the contractor or piece

worker fails so supply sufficient labour for the materials required at the time of

measurements or check measurements.

After due notice has been given to him, the expenses incurred on account of

employing departmental labour or material etc., shall be charged against his

account.

(xiv) No deduction will be made for voids.

26. TEMPORARY QUARTERS AND SITE OFFICE

(i) The contractor shall at his own expenses maintain sufficient experienced

supervisory staff etc. Required for the work and shall make his own arrangement,

provide housing for them with all necessary arrangements including fire

preventive measures etc as directed by the Engineer-in-charge.

Page 47: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(46)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(ii) The contractor shall provide, furnish, maintain and remove on completion of the

work, a suitable office on the work site for the use of Executive Engineer‟s

representative. The covered area exclusive of Varandha should not be less that 40

Sq.m. It may have bamboo matting walls and asbestos or corrugated iron roof,

;paved floor should be 4.5 c.m. above ground level. He should provide a basket

type latrines, urinals and keep them clean daily. This will be supposed to be

included in his rate.

27. TREASURE TROVE

In the event of discovery by the contractor or his employees, during the progress of the

work of any treasure, fossils, minerals or any other articles of value or interest, the

contractor shall give immediate intimation thereof to the Engineer and forthwith hand

over to the Engineer such treasure or things which shall be the property of

Government.

28. PATENTED DEVICES :

Whenever the contractor desires to use any designed devices, materials or process

covered by the letter of patent or copy right, the right for such use shall be secured by

suitable legal arrangement and agreement with patent owner and the copy of

their agreement shall be filled with the Engineer-in-charge if so desired by the later.

29. EXPLOSIVES:

The contractor shall at his own expense construct and maintain proper magazines .If

such are required for the storage of explosives for use in connection with the work and

such magazine being situated, constructed and maintained in accordance with the

Government rules applicable in that behalf. The Contractor shall at his own expenses

obtain such licence or licences as may be necessary for storing and using explosives.

Not with standing that the location etc. Or storage of explosives are approved by the

Engineer, The Government, shall not be incurring any responsibility whatsoever in

connection with storage and use of explosives on the site or any accident or occurrence

whatsoever in connection therewith all operations in or for which explosives are

employed being at the risk of the contractor and upon his sole responsibility and the

contractor hereby gives to the Government an absolute indemnity in respect thereof.

30. DAMAGE BY FLOODS OR ACCIDENTS :

The contractor shall take all precautions against damage by floods or five or from

accident etc No compensation will be allowed to the contractor on this account or for

correcting and repairing any such damage to the work during construction. The

contractor shall be liable to make good at his cost any plant or materials belonging to

the Government, lost or damaged by floods or from any other cause which is in his

charge.

Page 48: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(47)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

31. FOREST (CONSERVATION) ACT, 1980

31.1 The contractor shall abide by the provisions of Forest Conservation Act, 1980.

Any violation directly or indirectly will be at his cost and risk.

31.2 Adequate fuel arrangements should be made by Contractor for labour force

employed during construction of project to avoid destruction of vegetation cover in

the surrounding areas.

31.3 No forest areas other than those approved under forest ( conservation) Act.

1980 be utilised for work entrusted.

32. NO CLAIMS ON ACCOUNT OF DELAY DUE TO DEPARTMENT OR OTHER

CONTRACTOR'S WORKS :

Delay on account of holding up contract work due to geological reasons, supply of

drawings and delay in execution of the work like drilling and grouting, laying of pipes ofr

construction of sluice and pen-stock, erection of gates for the irrigation and power

outlets and other works being carried out simultaneously either by a department or any

other Contractor shall not be reasons for any claims by the Contractor.

33. ELECTRICAL POWER :

33.1 The Contractor will have to make his own arrangements for electric power at his

cost and this shall not constitute any reason for any claim in this behalf, the

Contractor will have to make his own arrangements to pay and maintain the

necessary distribution lines and wiring for the works at his cost. All wiring and

methods of constructions for overhead distribution lines and other lines should be

in accordance with the Indian Electricity Act, 1910 and Indian Electricity Rules

1956

33.2 The layout and method of laying the lines and wiring and the nature of connected

load shall have the prior approval of Engineer-in-charge.

33.3 In case electrical power is made available, it will be supplied to the Contractor at

the rates prevailing from time to time in addition to the duties and taxes applicable

from time to time as per M.S.E.B. tariff, and 10% (Ten percent) additional over

head charges. The Contractor shall however, have no claim for any

incoveniences and loss caused due to non availability of power or any interruption

or break down in supply.

33.4 The Contractor shall be and remain answerable and liable for any loss or damage

or injury to any person or any property of Govt. or other caused by or arising from

the failure of observance of Indian Electricity Act. 1910 and Indian Electricity

Rules, 1956.

33.5 Sufficient lighting arrangement as directed by the Engineer-in-charge shall be

provided by the Contractor at his cost and risk in the working areas and work

spot and in the ancillary areas.

Page 49: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(48)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

34. POLICE PROTECTION :

For the Special Protection of camp of the contractor‟s works, the Department will help

the contractor as far as possible to arrange for such protection with the concerned

authorised if so required by the contractor in writing. The full cost of such protection

shall be borne by the contractor.

35. TRAFFIC REGULATION FOR WORKS :

35.1 Unless separately provided for in the contract, the contractor shall have to make all

necessary arrangements for regulating traffic day and night during the period of

construction to the entire satisfaction of the Engineer. This includes the construction

and maintainance to diversions if necessary. The contractor shall have to provide

necessary caution boards, barricades, flags, lights and watchman etc. So as to comply

with the latest motor vehicles rules and regulation and for traffic safety and he shall be

responsible for all claims from accidents which may arise due to his negligence whether

in regulating the traffic or in stacking material on the roads, or due to any other reasons.

35.2 The contractor shall at all times carry out the work on the site in a manner creating least

Interference to the flow of traffic while consistant with the satisfactory execution of the

same. For all works involving improvements to the existing road, the contractor shall in

accordance with the directives of the Engineer-in-charge, provide and maintain during

the execution of work a passage for traffic, either along or part of the existing carriage

way under improvement, or along a temporary diversion constructed close to the road.

36. SUPERVISION AND INSPECTION OF WORKS AND QUALITY CONTROL :

36.1 SUPERVISION :

The contractor shall either himself supervise the execution of the works or shall appoint

the competent agent approved by the Engineer-in-charge to act on his behalf. If in the

opinion of the Engineer-in-charge, the contractor has himself no sufficient knowledge

and experience of receiving instructions or cannot give his full attention to the works,

the contractor shall at his own, expenses,employ as his accredited agent a qualified

Engineer approved by the Engineer-in-charge.

Orders given to the contractor‟s agent shall be considered to have the force as if these

had been given to the contractor himself. If the contractor fails to appoint suitable agent

as directed by the Engineer-in-charge , the Engineer-in-charge shall have full power to

suspend the execution of the work until such date a suitable agent is appointed and the

contractor shall be responsible for the delay so caused to the works and the contractor

shall not be entitled for any compensation on this behalf.

36.2 INSPECTION :

The contractor shall inform the Engineer-in-charge in writing when any portion of the

work is ready for inspection giving him sufficient notice to enable him to inspect the

same without affecting the further progress of the work. The work shall not be

Page 50: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(49)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

considered to have been completed in accordance with the terms of the contract untill

the Engineer-in-charge shall have certified in writing to that effect. Approval of materials

or workmanship or approval of part of the work during the progress of execution shall

not bind the Engineer-in-charge or in anyway affect him even to reject the work which is

alleged to be completed and to suspend the issue of his certificate of completion untill

such alteration and modifications or reconstruction have been effected at the cost of the

contractor as shall enable him to certify that the work has been completed to his

satisfaction.

The contractor shall provide at his cost necessary ladders and such arrangements as to

provide necessary facilities and assistance for proper inspection of all parts of the work

at his own cost.

37. INITIAL MEASUREMENTS FOR RECORD :

Where for proper measurement of the work, it is necessary to have an initial set of

levels or other measurements taken the same as recorded in the authorised field book

or measurement book of Government by the Engineer or his authorised representative

will be signed by the contractor who will be entitled to have a true copy of the same

made at his cost. Any failure on the part of the contractor to get such levels etc.

recorded before starting the work, will render him liable to accept the decision of the

Engineer as to the basis of taking measurements. Likewise the contractor will not cover

any work which will render its subsequent measurements difficult or impossible without

first getting the same jointly measured by himself and the author ised representative of

the Executive Engineer. The record of such measurements on the Government side

will be signed by the Contractor and he will be entitled to have a true copy of the same

made at his cost.

38. SIGNING FIELD BOOKS, LONGITUDINAL SECTIONS AND CROSS SECTIONS

AND MEASUREMENTS BOOKS.

38.1 Before starting the work for intermediate payments and at the end before the work

is covered, levels for plotting the longitudinal section, along the axis as decided by

the Engineer-in-charge or his authorised representative, and cross sections of the

portion of the work shall be taken by the Engineer-in-charge or his authorised

representative in the presence of the Contractor or his duly authorised agent who

shall have to sign the field books, and plans showing L- section and Cross

Section of the portion of the work in token of acceptance. If the Contractor fails to

sign them, the levels recorded by the Engineer-in-charge or his representative in

the authorised books shall be final and binding on the Contractor. For this

purpose suitable date or dates shall be fixed by the Engineer- in-charge and

intimated to the Contractor at least three days in advance. If the Contractor or his

duly authorised agent fails to attend the appointed date or dates, the levels and

longitudinal sections and cross sections based thereon

shall be final and binding on the Contractor.

Page 51: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(50)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

39. SAMPLES AND TESTING OF MATERIALS :

i) All materials to be used on work shall be got approved in advance from the

Engineer-in-charge and shall pass the test and / or analysis required by him which

will be :

(a) as specified in the specification for the items concerned and/or

(b) I.S.I. Specifications (Whichever and wherever applicable) or

(c) such recognised specifications acceptable to Engineer-in-charge as

equivalent there to or in absence of such authorised specification.

(d) such requirement test and/or analysis as may be specified by the Engineer-

in-charge in order of precedence given above.

(ii) The contractor shall at his risk and cost make all arrangement and/or shall provide

for all such facilities as the Engineer-in-charge may require for collecting preparing

required number of samples for tests or for analysis at such time and to such place

or places may be directed by the Engineer and bear all charges and cost of testing.

Such samples shall also be deposited with the Engineer-in-charge.

(iii) The contractor shall if and when required submit at his cost the samples of

materials to be tested or analysis and if, so directed, shall not make use of or

incorporate in the work any materials represented by the samples until the required

tests or analysis have been made and the materials, finally accepted by the

Engineer-in-charge.

(iv) The contractor shall not be eligible for any claim or compensation either arising out

of any delay in the work of due to any corrective measures required to be taken on

account of and as a result of testing of the materials.

(V) The contractor or his authorised representative will be allowed to remain present in

the departmental laboratory while testing samples furnished by him. However the

results of aIl the tests carried out in the depart mental laboratory in the presence or

absence of the contractor or his authorised representative will be binding on the

contractor.

(vi) The contractor shall at his own cost set up laboratory to carry out the routine tests

of materials which are to be used on the work. The tests will have to be carried out

either in his field laboratory or in an approved laboratory. In case tests are carried

out in field laboratory, at least 50% tests should be carried out in nearest quality

control laboratory of the Department.

Page 52: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(51)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(vii) In case of material procured by the contractor, testing as required by the codes and

specifications shall be arranged by him at his own cost. Testing shall be done in

the presence of authorised representative of the Engineer-in-charge at the nearest

approved laboratory . If additional testing other than as required by specification is

ordered, the testing charges, shall be borne by the Department. If the test results

are satisfactory and by the contractor if the same are not satisfactory. The R.A. bill

without test result will not be paid fully.

(viii) In case of materials supplied by the Government, if the contractor demands certain

testing, the charges thereof shall be paid by the contractor if the testing results are

satisfactory and by the Department if the same are not satisfactory.

40. MISCELLANEOUS

40.1 Rate shall be inclusive of S.T., General tax and other taxes etc. :

40.2 In case it becomes necessary for the due fulfilment of contract for the Contractor

to occupy Land outside Department limits, the Contractor will have to make his

own arrangements with the land owners and to pay such rents if any as are

payable as mutually agreed between them. The Depar tment will afford the

Contractor all the reasonable assistance to enable him to obtain Government,

land for such purpose on usual terms and conditions as per rules of

Government, if such land is available.

40.3 The special provision in detailed specifications or wording of any item shall gain

precedence over corresponding contradictory provision (if any) in the standard

specifications or P.W.D. Hand Book where reference to such specifications is

given without reproducing the details in contract.

40.4 Suitable separating Barricades and enclosures shall be provided to separate

material brought by contractor and material issued by Government to contractor

under schedule “A” same applies for the material obtained from difference

sources of supply.

40.5 The stacking and storage of construction material at site shall be in such a

manner as to prevent deterioration or intrusion of foreign matter and to ensure

the preservation of their quality, properties and fitness for the work, Suitable

precautions shall be taken by the Contractor to protect the material against

atmospheric actions, fire and other hazards. The materials likely to be carried

away by wind shall be stored in suitable stores or with suitable barricades and

where there is likely; -hood of subsidence of soil, such heavy materials shall be

stored on approved platforms.

40.6 For Road and Bridge works the contractor shall in addition to the specifications

cited here, comply with requirements of relevant I.R.C Code Practice.

Page 53: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(52)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

40.7 The Contractor shall be responsible for making good the damages done to the

existing property during construction by his men.

40.8 If it is found necessary from safety point of view to test any part of the structure,

the test shall be carried out by the Contractor with the help of the Department at

his own cost.

40.9 Defective work is liable to be rejected at any stage. The contractor, on no

account can refuse to rectify the defects merely on reasons that further work has

been carried out. No extra payment shall be made for rectification.

40.10 In the Schedule „B‟ the work has been divided into sections but notwithstanding

this, every part of it shall be deemed supplementary to and complementary of

every other part.

40.11 General directions or detailed description of work, materials and items coverage

of rates given in the specification are not necessarily repeated in the Bill or

Quantities. Reference is, however, drawn to the appropriate section clause (s) of

the General specifications in accordance with which the work is to be carried

out.

40.12 In the absence of specific directions to the contrary, the rates and prices inserted

in the items are to be considered as the full inclusive rates and prices for the

finished work described there under and are to cover all labour, materials,

wastage, temporary work, plant overhead charges and profits, as well as the

general liabilities, obligations and risks arising out of the General Conditions of

contract.

40.13 The quantities set down against the item in the Schedule „B‟ are only estimated

quantities of each kind of work included in the Contract and are not to be taken

as a quarantine that the guarantee scheduled will be carried out or required or

that they will be exceeded.

40.14 All measurements will be made in accordance with the methods indicated in the

specification and read in conjunction with the General Conditions of Contract.

40.15 The details shown on drawings and all other information pertaining to the work

shall be treated as indicative and provisional only and are liable to variation as

found necessary while preparing working drawing which will be supplied by the

Government during execution. The Contractor shall not, on account of such

variation be entitled to any increase over the ones quoted in the tender which

are on quantity basis.

40.16 The recoveries if any due from contractor will be effected as arrears of land

revenue through the Collector of the District.

Page 54: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(53)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

40.17 All material used in the construction shall conform to the requirement of

Specification Clause under Section - 1000 “Materials for structures” of

Specification of Road and Bridge Works , M.O.S.T.& H. New Delhi, August 2001

Edition (Fourth revision).

40.18 Extraneous materials and steps to minimise dust nuisance during construction

shall be as per Clause 111 of M.O.S.T.& H. Fourth Revision, August 2001

Specification.

40.19 Material used for work should satisfactory as per requirement given in the latest

standard specification.

41 PROTECTION OF UNDERGROUND TELEPHONE CABLE AND AERIAL

TELEPHONE WIRES AND POLES, TRANSMISSION TOWERS, ELECTRIC CABLES

AND WATER SUPPLY LINES.

During the execution of work, it is likely that the contractor may meet with telephone

cable, electrical cables, water supply lines etc. It will therefore be the responsibility of

the contractor to protect them carefully. All such cases should be brought to the notice

of the Engineer-in-charge by the contractor and also to the concerned Department. Any

damage what-so-ever done to these cables and pipe lines by the Contractor shall be

made good by him at his cost.

MEDICAL AND SANITARY ARRANGEMENTS TO BE PROVIDED FOR LABOUR

EMPLOYED IN THE CONSTRUCTION BY THE CONTRACTOR.

(a) The contractor shall provide an adequate supply of portable water for the use of

labourers on work and in Camps.

(b) The contractor shall construct trench or semi permanent latrines for the use of the

Labourers, Separate latrines shall be provided for men and women.

(c) The contractor shall build sufficient number of huts on a suitable plot of land for use of the Labourers according to the following specifications.

(1) Huts of Bamboos and Grass may be constructed.

(2) A good site not liable to submergence shall be selected on high ground remote

from jungle but well provided with trees, shall be chosen wherever it is available.

The neighbourhood of tank, jungle, grass or woods should be particularly avoided,

camps should not be established close to large cuttings of earth work.

(3) The lines of huts shall have open spaces of at least ten Yards between rows. When

a good natural site cannot be procured, particular attention should be given to the

drainage

(4) There should be no over crowding. Floor space at the rate of 30 sq. Ft. Per head

shall be provided. Care should be taken to see that the huts are kept clean and in

good order.

Page 55: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(54)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(5) The Contractor must find his own land and if he wants Government land, he should

apply for it and pay assessment for it, if made available by Government.

(6) The contractor shall construct a sufficient number of bathing places. Washing

places should also be provided for the purpose of washing clothes.

(7) The contractor shall make sufficient arrangements for draining away the surface

and sullage water as well as water from the bathing and washing places and shall

dispose off this waste water in such way as not to cause any nuisance.

(d) The contractor shall engage a Medical Officer with a traveling dispensary for a Camp

containing 500 or more persons if there is no Government or other private dispensary

situated within 8 kilometers from the Camp. In case of emergency the contractor shall

arrange at his cost for transport for quick medical help to his sick worker.

(e) The contractor shall provide the necessary staff for effecting a satisfactory drainage

system and cleanliness of the camp to the satisfaction of the Engineer. At least one

sweeper per

200 persons should be engaged.

(f) The Assistant Director of Public Health shall be consulted before opening a labour

camp and his instruction on matters such as water supply, sanitary conveniences, the

camp site accommodation and food supply shall be followed by the contractor.

(g) The contractor shall make arrangements for all anti-malaria measures to be provided

for the labour employed on the work. The anti-malaria measure shall be provided as

directed by the Assistant Director of Public Health.

42 SAFETY CODE :

Suitable scaffolds shall be provided for workmen for all works that can not safely be

done from the ground or from solid construction except such short period work as can

be done safely from ladders. When ladder is used, an extra mazdoor shall be engaged

for holding the ladder and if the ladder is used for carrying materials as well, suitable

foot holds and handholds shall be provided on the ladder and the ladder shall be given

an inclination not steeper than 1 to 4. ( 1 horizontal and 4 vertical).

Scaffolding or staging more than 3.25 meters above the ground or floors, swing or

suspended from an overhead support or errected with stationery supports shall have a

guard rail properly attached, bolted, braced and otherwise assured at least one meter

high above the floor or platform of such scaffolding or staging and extending along the

entire length of the outside and ends thereof with only such openings as may be

necessary for the delivery of materials. Such scaffolding or staging shall be so fastened

as to prevent it from swaying from the building or structure.

Page 56: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(55)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Working platform, gangways and stairways shall be so constructed that they do not sag

unduly or is more than 3.25 meters above ground level or floor level. It shall be closely

boarded, have adequate width and suitably fenced as described in 2 above.

Every opening in floor of the building or in a working platform shall be provided with

suitable protection to prevent fall of persons or materials by providing suitable fencing

or railing with minimum height of 1 meter.

Safe means of access shall be provided to all working platform and other working

places. Every ladder shall be securely fixed. No portable single ladder shall be over 9

meters in length, width between side rails in a rung ladder shall in no case be less than

30 cms for ladders upto and including 3 m in length. For longer ladders this width shall

be increased atleast 6 mm for each additional 30 cms of length. Uniform step spacing

shall not exceed

30 cms.

Adequate precautions shall be taken to prevent danger from electrical equipment. No

materials on any of the site shall be stacked or placed as to cause danger or

inconvenience to any person or the Public. The contractor shall provide all necessary

fencing and lights to protect public from accident and shall be bound to bear expenses

of defence of every suit, action or other proceedings of law that may be brought by any

person for injury sustained owing to neglect of the above precaution and to pay any

damages and costs which may be awarded in any such suit action or proceedings to

any such person or which may with the consent of the contractor, to be paid to

compromise any claim by any such persons.

EXCAVATION AND TRENCHING :

All trenches, 1.5 meters or more in depth, shall at aIl times be supplied with atleast one

ladder for each 30 meters in length or fraction thereof. Ladder shall be extended from

bottom of trench to at least 1 meter above surface of the ground. Sides of a trench

which is 1.5 meters or more in depth shall be stepped back to give suitable slope, or

security held by timber bracing, so as to avoid the danger of sides collapsing.

Excavated materials shall not be placed within 1.3 metres of edge of trench or half of

depth of trench whichever is more. Cutting shall be done from top to bottom under no

circumstances shall undermining or undercutting be done.

43. EXCAVATED MATERIALS

43.1 All the materials available from the items of excavation included in this contract

will be the property of the Government and shall be disposed off as directed by

the Engineer-in-charge. The materials of approved quality may be used by the

Contractor in the schedule of prices or for ancillary works at free of cost.

However, necessary royalty charges shall have to be paid to the appropriate

authority of the Revenue Department.

Page 57: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(56)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

43.2 Prior approval of the Engineer-in-charge for such use shall however be taken. The

contractor shall make proper arrangements for sorting out the stacked materials

of approved quality that he proposes to use as aforesaid the Government will be

free to make use of other materials not required or not likely to be required for use

by the Contractor as will be determined by the Engineer-in-charge.

43.3 The excavated materials not used by the Contractor as above or stacked for his

use but remaining unused at site after completion of works shall be desposed off

by the Contractor at his cost in a manner as and where the Engineer may direct.

44. ADVANCE ON CONSTRUCTION MATERIALS

For imperishable materials brought on site by the contractor and meant to be

incorporated or consumed in work, secured advance at 75% (Seventy five percent) of

the cost assessed by the Engineer-in-charge shall be paid provided that such materials

are not in excess of the requirements of the work. The recovery of such advance shall

be made from each succeeding work's bill, at the rates the materials get consumed in

the relevant finished items.

45. HIRE OF CONSTRUCTION EQUIPMENT AND DEPARTMENTAL

45.1 Contractors are specifically requested to note that department machinery is not

likely to become available to the Contractor on hire and hence Contractor must

plan his work form his own machinery.

45.2 Hence, only the Contractor who has enough machinery available at hand and can

mobilise the same immediately on the work tendered may quote for the work.

45.3 However, whenever in case if some of the Government machinery is available, the

same can be made available on hire basis to the Contractor on his written indent

at the discretion of the Engineer-in-charge, subject to the conditions, and the hire

charges laid down by the Government from time to time during the currency of the

tender and as per rules and conditions prescribed by the Government from time

to time. The Contractor will have to sign an agreement in the prescribed form

laying down these terms and conditions and the rates of hire before machinery is

actually handed over to him, such hire charges will be recovered immediately

from the Contractor's running account bills and final bill.

45.4 The machinery so hired as per the availability shall be entirely in the custody of the

department. It shall be issued to the Contractor at the yard where they are

stationed. The machinery will not be allowed to leave work site or area on any

account . All the machinery so hired will be entirely operated and maintained by

the department in consideration of the hire charges to be paid by the Contractor.

Page 58: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(57)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

45.5 If any equipment is to be used in excess of 8 (eight) hours per day, permission of

the Engineer-in-charge shall be obtained in advance. Reckoning of working hours

will start from the time the machinery leaves the Government yard, where it has to

return daily and in other cases when the machinery actually starts working.

Closing time will be reckoned when it returns to the Government yard or actually

ceases working for the day respectively.

45.6 Log books shall be maintained by the Engineer-in-charge or his authorised

representative for each pieces of equipment in the form laid down by the

Engineer- in-charge. The contractor or his duly authorised agent should verify and

sign in the logbook or on the machinery duty slip in lieu thereof daily. If the

Contractor's representative fails to sign the log book, the entries made by the

Department's representative shall be binding on the Contractor. Any complaint or

representation regarding the recorded working hours must be submitted in writing

within 24 (Twenty four) hours of the close of the shigt. The Engineer's decision

regarding such disputes pertaining to working hours shall be final and binding on

the Contractor Complaints or representation made after lapse of 24 (Twenty

four) hours limit shall not be considered. The logbooks shall form the basis of

raising debits against the Contractor.

45.7 All expenses in respect of oil, fuel, grease, cotton waste etc. of machinery given on

hire by the Govt. shall be borne by the Government. Crew for operating the

equipment shall be provided by the Government.

45.8 All minor and major repairs shall be carried out by the department to keep the

equipment in working condition. However in case any breakages, damages, slips,

etc. which may occur due to negligence of the Contractor's labour, equipment or

staff or by any other reason for which departmental personnel are not

responsible, the cost of such damages shall be recovered from the Contractor .

The decision regarding fixing of responsibility of any damages shall rest with the

Engineer-in-charge and decision given by him shall be binding on the contractor.

45.9 Equipment shall be given on hire only when these can be spared. No claim on

account of sickness or non-availability of machinery shall be entertained.

45.10 The contractor shall also pay security deposit at 4 % ( four percent) of the book

value of class I & II (a) equipments and / or as prescribed by the Government

from time to time. Out of this 1 % (one percent) shall be recovered immediately in

cash and remaining 3 ( three percent) by deduction from R.A.bills at the rates of

2% (two percent) in each successive bills. For equipments of class II(b) and III, he

shall have to pay security deposit at 10 (ten percent) of their book value and as

prescribed by the Government from time to time. Out of which 3% (three percent)

shall be recovered in cash and remaining 7% (seven percent) by deduction from

R.A.bills at the rate of 1%(one percent) in each successive R.A.bill.

Page 59: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(58)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

45.11 In case of damage to equipment during haulage to site of works from department

stores or servicing yard, full cost of repairs, shall be recovered from the

Contractor when damages is due to rough handling or haulage roads. Damages

to trucks due to bad haulage roads will also be recovered from the Contractor.

Decision of the Engineer-in-charge regarding cost of repairs and cause of

damage shall be final and binding on the Contractor.

45.12 The Engineer-in-charge will have option to withdraw the machinery from the

Contractor's work by giving him a week's notice (a) if the machinery is required for

some other Government work (b) if the Contractor is not using the machinery

properly and with care, (contractor) if the Contractor is not making proper and full

utilization of machinaries spared, (d) if the rates of hire and supervision charges

are increased after the Contractor was informed of them initially and if the

Contractor has not accepted the revised rates and charges, (e) for any other

deemed to be sufficient by the Engineer-in-charge, for withdrawing the machinery

.

46. PAYMENTS :-

46.1 WORK DONE BUT NOT MEASURED

Advance payment limited to 75% (seventy percent) of the work done as roughly

assessed but not measured may be grantd on the basis of a certificate of the

Engineer-in-charge, regarding the extent of work executed. The recoveries for

materials issued under Schedule "A" and used on work shall be effected from

such payments also. Further, Engineer-in-charge shall have unfettered descretion

to reduce the amount of the advance herein above specified.

46.2 Generally the department will pay two running bills in a month provided the

progress is sufficient to justify such two payments out of which one shall be a

measured bill while the other may be as an advance payment. The recoveries for

various advances shall be effected from the monthly measured bills. For payment

of running and final bills, Contractor should submit the bill sufficiently in advance

to enable proper checking and scrutiny.

46.3 Measurement of work, in case of excavation items, shall be based on trapezoidal

formula while that for concrete and masonry items shall be based on prismoidal

formula unless otherwise specified or in a particular situation under relevant

specifications

(a) Running Bills :-

One payments in a month will be made by the Engineer-in-charge if the progress is

satisfactory. Contractor should submit bills to the Engineer-in-charge in appropriate

forms.

Page 60: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(59)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(b) Final Bill :-

The contractor should submit final bill within one month after completion of the work and

the same will be paid within 3 months or as per availability of funds . Disputed item and

claims if any shall be excluded from the final bill and settled separately later on.

47. HANDING OVER OF WORK :

All the work and materials before finally taken over by Government, will be the entire

liability of the contractor for guarding ,maintaining and making good and making good

any damages of any magnitude. Interim payments made for such work will not alter this

position. The handing over by the contractor and taking over by the Execuvive Engineer

or his authorised representative will be always in writing of which copies will go to the

Executive Engineer or his authorised representative and the contractor, it is, however

understood that before taking over such work Government will not put it into regular use

as distinct from causal or incidental one. Except as specifically mentioned elsewhere in

this contract. Or as mutually agreed to.

48. CLAIMS :

Bills for extra work or for any claim shall be paid separately apart form the interim bills

for the main work. The payment of bills for the main work shall not be with held for want

of decision on the extras or claims not covered in the appendices. Claims for extra

work shall be registered within 30 days of occurance of the event However,bills for

these claims including supporting data / details may be submitted subsequently.

49. MAINTAINANCE :

49.1 The contractor shall maintain the finished surface of the work for a period of Twelve

months after the completion of work without any extra cost to Government irrespective

of the designs, standards and specifications 5 % amount of the total work done shall

be withheld from running account bills for Twelve months from the date of actual

completion of work as maintenance charges of maintaining and keeping the work in

good condition. This 5 % Percent amount with held towards maintainance charges be

allowed to be replaced with bank guarantee or other recognised forms at intermediate

stage, if so desired in writing, This maintenance charges shall be in addition to security

deposit.

49.2 On completion of the work in all respects, necessary cer tificates will be issued by the

concerned Executive Engineer and the defects liability period will be counted from the

date of issue of such certificate.

49.3 All damages during execution shall be made good by the contractor at his cost. He will

be respon sible for any damages to the work site including B.T.surface in rainy seasons

and during construction and guranteed maintainance period and no saperate payment

will be made for restoring such damages

49.4 Defective work is liable to be rejected at any stage. The contractor on no account can

refuse to rectify the defects merely on reasons that further work has been carried out.

No extra payment shall be made for such rectification.

Page 61: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(60)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

GENERAL NOTE

1. DESCRIPTION & SCOPE OF THE TENDERED PROJECT:

Wadgaon Shinde Kolhapur Type Weir was constructed on river Indrayani near

village Wadgaon Shinde in Taluka Haveli Dist Pune of Maharashtra State.This Project

is situated in Krishna Basin. The construction of K.T.Weir was completed in the year 19

. The brief salient features of the project are as under

Catchment area 864.00 sq.Km

Total storage capacity 1.66 Mcum..

Design irrigation potentional 656.00 ha

Total length of KT weir 125 m .

Total No. of piers 41 piers

The condition of this K.T.Weir is not satisfactory, hence for restoring the irrigation

potential this K.T. Weir requires major repairs. It will also increase the ground water

recharging capacity, cultivation and domestic use by the local peoples.

2. CLIMATIC CONDITIONS

The climate of this region is dry. The work site is situated in draughprown area. The

annual rainfall in the area is 566.00 mm. The rainy seasons commences generally

from 7th June and lasts generally upto 15th October. The summer season is from

March to May & temperature is high occasionally exceeding 400 C. The winter is

moderate & min temperature is at 120 C. in December.

3. INFORMATION REGARDING WORKSITE

3.1 General

1. Location of work - About 30 Km. from District Place Pune.

30 Km. from Taluka Place Haveli (Pune)

10 Km. from nearest Village Lohagaon

2. Nearest railway Station - Pune, Tal.Haveli, Dist. Pune

Central Railway 30 Km. away.

3. Road - Approachable by Asphalt Road 4. Nearest Telephone - At KäääÒsuldharan which is 10 Km. away

5. Nearest petrol & diesel - At buldharan which is 10 Km. away.

6. Land Acquisition - Not required.

Page 62: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(61)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

FORM B-1

Page 63: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(62)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

OPENED BY ME

FORM B-1

EXECUTIVE ENGINEER

PERCENTAGE RATE TENDER AND

CONTRACT FOR WORKS

DEPARTMENT : WATER RESOURCES DEPARTMENT.

REGION : CHIEF ENGINEER, W.R.D., PUNE.

CIRCLE : PUNE IRRIGATION CIRCLE, PUNE

DIVISION : PUNE IRRIGATION DIVISION, PUNE.

General Rules and Directions for the Guidance of contractors.

All works proposed to be executed by contract shall be notified in a form of invitation to

tender pasted on a board hung up in the office of the Executive Engineer and signed by

the Executive Engineer.

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

opening tenders and the time allowed for carrying out the work, also the amount of

earnest money to be deposited with the tender and the amount of security deposit to be

deposited by the successful tenderer, and the percentage, if any, to be deducted from

bills., It will also state whether a refund of a quarry fees, royalties, dues and ground

rents will be granted. Copies of the specifications, designs and drawings, estimated

rates, scheduled rates and any other document required in connection with the work

shall be signed by the Executive Engineer for the purpose of indentification and shall

also be open for inspection by contractors at the office of the Executive Engineer during

office hours.

Where the works are proposed to be executed according to the specifications

recommended by a contractor and approved by a competent authority on behalf of the

Governor of Maharashtra such specifications with designs and drawings shall form part

of the accepted tender.

2. In the Event of the tender being submitted by a firm, it must be signed by each partner

thereof, and in the event of the absence of any partner, it shall be signed on his behalf

by a person holding a power of attorney authorising him to do so.

Page 64: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(63)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

2.(A) i) The contractor shall pay alongwith the tender the sum of Rs. 47000/- ( Rupees fourty

seven thousand Only ) as and by way of earnest money. The contractor may pay the

said amount by forwarding alongwith the tender Treasury challan/call deposit receipt or

short term deposit receipt for a period of one year of any Scheduled bank for the like

amount in favour of the Executive Engineer, Pune Irrigation Division, Pune. The

said amount of earnest money shall not carry any interest what so ever.

ii) In the event of his tender being accepted, subject to the provisions of sub-clause (iii)

below, the said amount of earnest money shall be appropriated towards the amount of

security deposit payable by him under conditions of General Conditions of Contract.

iii) If, after submitting the tender, the contractors withdraws his offer, or modifies the

same or if after the acceptance of his tender the contractor fails or neglects to furnish

the balance of security deposit without prejudice to any other rights and powers of the

Government, here under, or in law, Government shall be entitled to forfeit the full

amount of the earnest money deposited by him.

iv) In the event of his tender not being accepted, the amount of the earnest money

deposited by the contractor shall, unless it is prior thereto forfeited under the provisions

of sub- clause (iii) above, be refunded to him on his passing receipt therefor.

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

also be signed by all the partners except where the contractors are described theirin as

a firm, in which case the receipt shall be signed in the name of the firm by one of the

partners, or some other person having authority to give effectual receipts for the firm.

● Strike out which is not required.

4. Any person who submits a tender shall fill up the usual printed form stating at

what percentage above or below the rates specified in Schedule „B‟ ( memorandum

showing items of work to be carried out) he is willing to undertake the work. Only one

rate or such percentage on all the estimated rates/ Schedule rates shall be named.

Tenders which propose any alteration in the works specified in the said form of

invitation to tender, or in the time allowed for carrying out the work, or which contain

any other conditions, of any sort will be liable to rejection. No printed form of tender

shall include a tender for more than one works but if contractor who wish to tender for

two or more works, they shall submit separate tender for each. Tenders shall have the

name and number of the work to which

they refer, written outside the envelope.

Page 65: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(64)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

5. The Executive Engineer or his duly authorised Assistant shall open tenders in the

presence of contractors who have submitted tenders or their representatives who may

be present at the time. and he will enter the amounts of the several tenders in a

comparative statement in a suitable form. In the event of tender being accepted, the

contractor shall for the purpose of identification, sign copies of the specifications and

other documents mentioned in Rule

1. In the event of tender being rejected. The Competment officer shall authorise the

Treasury Officer concerned to refund the amount of earnest money deposited to the

contractor making the tender, on his giving a receipt for the return of the money.

6. The officer competment to dispose off the tenders shall have the right of rejecting all or

any of the tenders.

7. No receipt for any payment alleged to have been made by a contractor in regard to any

matter relating to this tender or the contract shall be valid and binding on Government

unless it is signed by the Executive Engineer.

8. The memorandum of work to be tendered for the schedule of materials to be supplied

by the Department and their rates shall be filled in and completed by the office of the

Executive Engineer before the tender form is issued. If a form issued to an intending

tenderer has not been so filled in and completed he shall request the said office to have

this done before he completes and delivers his tender.

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

customs of the Department and their rates shall be without reference to any local

custom.

10. Under no circumstances shall any contractor be entitled to claim enhanced rates for

items in this contract.

11. Every registered contractor should produce alongwith his tender valid certificate of

registration as approved contractor in the appropriate class and renewal of such

registration with date of expiry.

12. All corrections and additions or pasted slips should be initialled.

13. The measurements of work will be taken according to the usual methods in use in the

Department and no proposals to adopt alternative methods will be accepted. The

Executive Engineer‟s decision as to what is the usual method in use in the Department

will be final.

14. The tendering contractor shall furnish a declaration alongwith the tender showing all

works for which he has already entered into contract, and the value of work that

remains to be executed in each case on the date of submitting the tender .

Page 66: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(65)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

15. Every tenderer shall furnish alongwith the tender, information regarding the income-tax

circle or ward of the district in which he is assessed to income Tax the reference to the

number if assessment and the assessment year and Income Tax compliance

documents as mentioned in detailed tender notice under tendering procedure.

(Envelope 1)

16. In view of the difficult position regarding the availability of foreign exchange no foreign

exchange would be released by the Department for the purchase of plant and

machinery required for the execution of the work contracted for. (GCB/PWD/CFM/1058-

62517 dt.26-9-59)

17. The contractor will have to construct shed for storing controlled and valuable materials

issued to him under Schedule „A‟ of the agreement, at the work site, having double

locking arrangement. The materials will be taken for use in the presence of the

Departmental person. No materials will be allowed to be removed from the site of

works.

18. The contractors shall also give a list of machinery in their possession and which they

propose to use on the work in the form of statement No. II.

19. Every contractor should furnish along with tender a statement showing previous

experience and technical staff employed by him, in the form of statement No. V.

20. Successful tenderer will have to produce to the satisfaction of the accepting authority a

valid and current licence issued in his favour under the provision of Contract Labour

(Regulation and Abolition Act, 1973) before starting work, failing which acceptance of

the tender will be liable for withdrawal and earnest money will be forfeited to

Government.

21. The contractor shall comply with the provision of the Apprentices Act 1961 and the

rules and orders issued there under from time to time. If he fails to do so, his failure will

be a breach of the contract and the Superintending Engineer, may in his discretion

cancel the contract. The contractor shall also be liable, for any pecuniary liability arising

on account of any violation by him of the provisions of the Act.

Page 67: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(66)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

*In figures as well as

in words.

(a) If several sub-

works are included

they should be

detailed in a separate

list

(c) The amount of

earnest money to be

deposited shall be in

accordance with the

provisions of paras

204 and 205 of the

M.P.W. Manual.

(d) This deposit shall

be in accordance

with the paras 211

and 212 of the

M.P.W. Manual.

TENDER FOR WORKS

1. I/We hereby tender for the execution, for the Governer of Maharashtra. (hereinbefore and hereinafter referred to as „Government‟) of the work specified in the under written memorandum within the time specified in such memorandum. at* ................................... percent below / above the estimated rates

entered in Schedule „B‟ (memorandum showing items of work to be

carried out) and in accordance in all respects with the specifications,

designs, drawings and instructions in writing refeffed to in Rule 1

hereof and in clause 12 of the annexed conditions of the contract and

agree that when materials for the work are provided by the

Government, such materials and the rate to be paid for them shall be

as provided in Schedule „A‟ hereto.

MEMORANDUM

(a) General Description : R.R.R. to K.T. Weir @

Wadgaon Shinde Tal. Haveli,

Dist. Pune.

(b) Estimated cost ... Rs. 4621335.00

(c) Earnest Money 1% ... Rs. 47000.00

(d) Security Deposit 5% ... Rs. 231100.00

i) Cash (not less than the 2.5% ..Rs.115550.00

initial security)

ii) To be deducted from 2.5% ... Rs. 115550.00

current bills.

Total Rs. 231100.00

Page 68: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(67)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(e) Percentage, if any to be deducted

from bills so as to make up the total

amount required as security

deposit by the time, half the work.

as measured by the cost, is done. 5 % (Five Percent)

(f) Time allowed for the work from the

date of written order to commence. 12 (Twelve)

Calender Months

(including Monsoon)

2. I/We agree that the offer shall remain open for acceptance for

a minimum period of 90 days from the date fixed for opening the

same and thereafter unit it is withdrawn by me/us by notice in writing

duly addressed to the authority opening the tenders and sent by

registered post AD or otherwise delivered at the office of such

authority. Treasury - Bank Challan No. and date or Deposit at call

receipt No. and date or term deposit receipt for a period of one year

receipt No. Date ________________ in respect to the sum of Rs.

________ in words _____________________________

________ representing the earnest money is herewith forwarded.

The amount of earnest money shall not bear interest and shall be

liable to be forfeited to the Government, should I/We fail to (i) abide

by the stipulation to keep the offer open for the Engineer and furnish

the security deposit as specified in item (d) of the memorandum

contained in paragraph 1 above within the time limit laid down in

clause (1) of the annexed General Conditions of contract. The amount

of earnest money may be adjusted towards the security deposit or

refunded to me/us if so desired by me/us in writing, unless the same

or any part thereof has been forfeited as aforesaid.

(e) This percentage

where no security

deposit is taken, will

vary from 5 percent

according to the

requirement of the

case where security

deposit is taken see

note 1 to clause 1 of

conditions of contract.

(f) Give Schedule

where necessary

showing dates by

which the various

items are to be

completed.

Page 69: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(68)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

* Amount to be

specified in words

and figures.

* Strike out (a)

if no cash

security deposit

is to be taken.

3. I/We have secured exemption from payment of earnest money

after executing the necessary bond in favour of the Govt. a true copy

of which is enclosed herewith, should any occasion for forefiure of

earnest money for this work arise due to failure on my/our part to (i)

abide by the stipulations to keep the offer open for the period

mentioned above or (ii) sign and complete the contract documents

and furnish the security deposit as specified in item (d) of the

Memorandum contained in paragraph Conditions of contract, the

amount payable by me/us may, at the option of the Engineer, be

recovered out of the amount deposited in lumpsum for securing

exemption in so far as the same may extend in terms of the said

bond and in the event of the deficiency out of any other moneys

which are due or payable to me/us by the Government under any

other contract or transaction of any nature whatsover or otherwise.

4. Should this tender be accepted I/We hereby agree to abide by

and fulfill all the terms, and provisions of the conditions of contract

annexed hereto so far as applicable, and in default thereof to forfeit

and pay to Government the sums of money mentioned in the said

conditions.

Receipt No. __________________ date ______________

from the Government Treasury or Sub-Treasury at Pune in respect of

the sum of Rs. 34396.00 is herewith forwarded representing the

earnest money (a) the full value of which is to be absolutely forfeited

to Government should I/We not deposit the full amount of security

deposit specified in the above memorandum, in accordance with

clause 1 (A) of the said conditions of the contract, otherwise the said

sum or Rs. ________________ shall be refunded.

Page 70: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(69)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Contractor #

Address

# Signature of Contractor

before submission of

tender.

Date the Day of 20

(Witness)

Address

Signature of witness to

contractor‟s signature.

(Occupation)

The above tender is hereby accepted by me for and on behalf of the

Governor of Maharashtra, at percent above / below / par

the estimated cost put to tender.

* Signature of the Officer Dated Day of 20

by whom accepted

Executive Engineer,

..............................................

* Signature of the Officer

by whom accepted.

Page 71: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(70)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

security deposit

P.W.D. Resolution

No. CAT/1087/ CR-

94/ Bidg

dt. 14-6-

89

CONDITIONS OF CONTRACT

Clause 1 - The person/persons whose tender may be accepted

(hereinafter called the contractor, which expression shall unless

excluded by or repugnant to the context include his heirs, executors,

administrators, and assigns) shall (A) within 10 days (which may

be extended by the Superintending Engineer concerned upto 15 days

if the Superintending Engineer thinks fit to do so) of the receipt by him

of the notification of the acceptance of his tender deposit with the

Executive Engineer in cash or Govt. securities endorsed to the

Executive Engineer (if deposited for more than 12 months) of sum

sufficient which will made up to full security deposit specified in the

tender or (B) (Permit Government at the time of making any payment

to him for work done under the contract to deduct such as will amount

to*5 % percent of all moneys so payable such deductions to be held

by Government by way of security deposit.) Provided always that in

the event of the contractor depositing a lump sum by way of security

deposit as contemplated at (A) above, then and in such case, if the

sum so deposited shall not amount to 5 % percent of the total

estimated cost of the work, it shall be lawful for Government at the

time of making any payment to the contractor for work done under the

contract to make up the full amount of *5 % percent by deducting a

sufficient sum from every such payment as last aforesaid until the full

amount of the sufficient sum from every such payment as last

aforesaid until the full amout of security deposit is made up. All

compensation or other sums of money payable by the contractor to

Government under the terms of this contract may be deducted from or

paid by the sale of sufficient part of his security deposit or from the

interest arising there from, or any sums which may be due or may

become due the Government to the contractor under any other

contract or transaction of any nature on any account whatsoever and

in the event of his security deposit being reduced by reason of any

such deduction or sale as aforesaid, the contractor shall, within ten

days thereafter, make good in cash or Government securities

endorsed as aforesaid any sum or sums which may have been

deducted from or raised by sale of his security deposit or any part

thereof. The security deposit referred to, when paid in cash may, at

the cost of the depositor, be converted into interest bearing securities

provided that the depositor has expressly desired this in writing.

Page 72: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(71)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

The security deposit will not be accepted in forms of Insurance

company bonds as per Government orders contained in No. CCM/

PWD/CAT/4250 Dt. 27/2/1956. If the amount of the security deposit to

be paid in a lump sum within the period specified at (A) above is not

paid the tender/contract, already accepted shall be considered as

cancelled and legal steps taken against the contractor for

recovery of the amount. The amount of the security deposit lodged by

a contractor shall be refunded alongwith the payment of the final bill, if

the date upto which the contractor has agreed to maintain the work in

good order is over. If such date is not over, only 50% amount of

security deposit shall be refunded alongwith the payment of final bill.

The amount of security deposit retained by the Government shall be

released after expiry of period upto which the contractor has agreed

to maintain the work in good order is over. In the event of the

contractor failling or neglecting to complete rectification work within

the period upto which the contractor has agreed to maintain the work

in good order then subject to provisions of clauses 17 and 20 hereof

the amount of Security Deposit retained by Government shall be

adjusted towards the excess cost incurred by the department on

rectification work.

Note : {*This will be the same percentage as that in the tender at (E)

on Page No. 60}

Clause 2 - The time allowed for carrying out the work as entered in

the tender shall be strictly observed by the contractor and shall be

reckoned from the date on which the order to commence work is

given to the contractor.

The work shall through the stipulated period of the contract be

proceeded with, with all due diligence (time being deemed to be the

essence of the contract on the par t of the contractor) and the

contractor shall pay as compensation an amount equal to one percent

or such smaller amount as the Superintending Engineer (whose

decision in writing shall be final) may decide, of the amount of the

estimated cost of the whole work as shown in the tender for everyday

that the work remains uncommenced or unfinished after the proper

dates. And further to ensure good progress during the execution of the

work, the Contractor shall be bound, in all cases in which the time

allowed for any work exceeds one month to complete part work in

specified times slice as per the programme given in para ____ of

Additional General Condition & specifications of Contract.

compensation for

delay

Page 73: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(72)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

If the Contractor has not achieved the target as per physical

programme of all items with respect to time then the compensation will

be recovered with prior notice to the Contractor till the achievement

of par ticular target as decided by the Engineer-in- charge.

In the event of the Contractor failing to comply with this conditions he

shall be liable to pay as compensation an amount equal to one

percent or such smaller amount as the Superintending Engineer

(Whose decision in writing shall be final) may decide of the said

estimatedcost of the whole work for every day that the due quantity of

work remains incomplete : Provided always that the total amount of

compensation to be paid under the provisions of this clause shall not

exceed 10 percent of the estimated cost of the work as shown in the

tender Superintending Engineer should be the final authority in this

respect.

Action when whole

of security deposit

is forfeited.

Clause - 3 In any case in which under any clause of this contract the

contractor shall have rendered himself liable to pay compensation

amounting to the whole of his security deposit whether paid in one

sum or deducted by instalments or in the case of abandonment of the

work owing to serious illness or death of the contractor or any other

cause the Engineer, on behalf of the Governor of Maharashtra, shall

have power to adopt any of the following courses, as he may deem

best suited to the interest of Government.

(a) To rescind the contract (for which rescission notice in writing to

the contractor under the hand of Executive Engineer shall be

conclusive evidence) and in that case the security deposit of the

contractor shall stand forefeited and be absolutely at the disposal of

Government.

(b) To carry out the work or any part of the work departmentally

debiting the contractor with the cost of the work, expenditure incurred

on tools and plant, and charges on additional supervisory staff

including the cost of work charged establishment employed for getting

the un-executed part of the work completed and crediting him with the

value of the work done departmentally in all respects in the same

manner and at the same rates as if it had been carried out by the

contractor under the terms of his Contract. The Certificate of the

Executive Engineer as to the costs and other allied expenses so

incurred and as to the value of the work so done departmentally shall

be final and conclusive against the contractor.

Page 74: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(73)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(c) To order that the work of the contractor be measured up and to

take such part thereof as shall be unexecuted out of his hands, and to

give it to another contractor to complete, in which case all expenses

incurred on advertisement for fixing a new contracting agency,

additional super visory staff including the cost of work charged

establishment and the cost of the work executed by the new contract

agency will be debited to the contractor and the value of the work done

or executed through the new contractor shall be credited to the

contractor in all respects and in the same manner and at the same

rates as if it had been carried out by the contractor under the terms of

his contract. The cer tificate of the Executive Engineer as to all the

cost of the work and other expenses incurred as aforesaid for or in

getting the unexcuted work done by the new contractor and as to the

value of the work so done shall be final and conclusive against the

contractor.

In case the contract shall be rescinded under clause (a) above the

contractor shall not be entitled to recover or be paid, any sum for any

work therefor actually performed by him under this contract

unless and until the Executive Engineer shall have certified in writing

the performance of the such work and the amount payable to him in

respect thereof and he shall only be entitled to be paid the amount so

certified. In the event of either of the courses referred to in clause (b) or

(c) being adopted and the cost of the work executed departmentally or

through a new contractor and other allied expenses exceeding the

value of such work credited to the contractors the amount of excess

shall be deducted from any money due to the contractor, by Gover

nment under the contr act or otherwise howsoever or from his

security deposit or the sale proceeds thereof provided, however, that

contractor shall have no claim against Go ver nment even if the cer

tified value of the w or k done departmentally or through a new

contractor exceeds the certified cost of such work allied expenses,

provided always that whichever of the three courses mentioned in

clause (a), (b) or (c) is adopted by the Executive Engineer, the

contractor shall have no claim to compensation for any loss sustained

by him by reason of his having purchased or procured any materials,

or entered into any engagements, or made any advance on account

of or with a veiw to the execution of the work or the performance of the

contract.

Page 75: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(74)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Action when the

progress of any

particular portion of

the work in

unsatisfactory.

Contractor remains

liable to pay

compensation if action

not taken under

clauses 3 and 4

Power to take

possession of or

require removal of or

sell contractor‟s plant.

Clause 4 - If the progress of any particular portion of the work is

unsatisfactory the Executive Engineer shall not withstanding that the

general progress of the work is in accordance with the conditions

mentioned in clause 2, be entitled to take action under clause 3 (b)

after giving the contractor 10 day‟s notice in writing. The contractor

will have no claim for compensation, for any loss sustained by him

owing to such action.

Clause 5 - In any case in which any of the powers conferred upon the

Executive Engineer by clause 3 and 4 hereof shall have become

exercisable and the same shall not have been exercised the non-

exercise thereof shall not constitute a waiver of any of the conditions

hereof and such powers shall not with standing be exercisable in the

event of any future case of default by the contractor for which under

any clause hereof he is declared liable to pay compensation

amounting to the whole of his security deposit and the liability of the

contractor for past and future compensation shall remain unaffected.

In the event of the Executive Engineer taking action under sub-clause

(a) or (c) of clause 3, he may, if he so desires, take possession of all

or any tools and plant, materials and stores in or upon the work of the

site thereof or belongings of the contractor, or procured by him and

intended to be used for the execution of the work or any par t thereof

paying or allowing for the same in account at the contract rates, or in

the case of contract rates not being applicable at current market rates

to be cer tified by the Executive Engineer whose cer tificate thereof

shall be final, In the alternative the Executive Engineer may, after

giving notice in writing to the contractor or his clerk of the work,

foreman or other authorised agent require him to remove such tools

and plant, materials, or stores from the premises within a time to be

specified in such notice, and in the event of the contractor failing to

comply with any such requisition, the Executive Engineer may remove

them at the contractor‟s expense or sell them by auction or private

sale on account of the contractor and at his risk in all respects and the

certificate of the Executive Engineer as to the expense of any such

removal and the amount of the proceeds and expense of any such

sale shall be final and conclusive against the contractor.

Page 76: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(75)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Clause 6 - If the contractor shall desire an extension of the time for

completion of work on the ground of his having been unavoidably

hindered in its execution or on any other ground he shall apply in

writing to the Executive Engineer before the expiration of the period

stipulated in the tender or before the expiration of 30 days from the

date on which he was hindered as aforesaid or on which the cause for

asking for extension occured, whichever is earlier and the Executive

Engineer, or in the opinion of Superintending Engineer, or Chief

Engineer as the case may be if in his opinion, there were reasonable

grounds for granting any extension, grant such extension as he thinks

necessary or proper. The decision of the Executive Engineer in this

matter shall be final.

Clause 7 - On the completion of the work the contractor shall be

furnished with a certificate by the Executive Engineer (hereinafter

called the Engineer-in-charge) of such completion, but no such

certificates shall be given nor shall the work be considered to be

complete until the contractor shall have removed from the premises

on which the work shall have been executed, all scaffolding, surplus

materials and rubbish, and shall have cleaned off, the dirt from all

wood work, doors, windows, wall, floor or other parts of any building in

or upon which the work has been executed or of which he may have

had possession for the purpose of executing the work, nor until the

work shall have been measured by the Engineer-in-charge or where

the measurements have been taken by his subordinates until they

have received approval of the Engineer-in-charge, the said

measurements being binding and conclusive against contractor. If the

contractor shall fail to comply with the requirements of this clause as

to the removal of scaffolding surplus materials and rubbish and

cleaning of dirt on or before the date fixed for the completion of the

work the Engineer-in-charge may at the expense of the contractor.

remove such scaffolding surplus materials and rubbish, and dispose

off the same as he thinks fit and clean off such dirt as aforesaid and

the contractor shall forthwith pay the amount of all expenses so

incurred, but shall have no claim in respect of any such scaffolding or

surplus materials as aforesaid except for any sum actually realised by

the sale thereof.

Extension of time

Final certificate

Page 77: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(76)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Payment on

intermediate

certificate to be

regarded as

advances.

Payment at

reduced rates on

account of items of

work not accepted

as completed, to

be at the discretion

of the Engineer-in-

charge.

Clause 8 - No payment shall be made for any work estimated to cost

less than rupees one thousand till after the whole of work shall have

been completed and a certificate of completion given. But in the case

of works estimated to cost more than rupees one thousand the

contractor shall on submitting a monthly bill therefor be entitled to

receive payment propor tionate to the par t of the work then approved

and passed by the Engineer-in-charge, whose certificate of such

approval and passing of the sum so payable shall be final and

conclusive against the contractor. All such inter mediate payments

shall be regarded as payments by way of advance against the final

payments only and not as payments for work actually done and

completed and shall not preclude the Engineer-in-charge from

requiring any bad, unsound imperfect or unskillful work to be removed

or taken away and reconstructed or re-erected nor shall any such

payment be considered as an admission of the due performance of

the contract or any part thereof in any respect or the occuring of any

claim nor shall it conclude, determine of affect in any other way the

powers of the Engineer-in-charge as to the final settlement and

adjustment of the accounts or otherwise, or in any other way vary or

affect the contract. The final bill shall be submitted by the contractor

within one month of the date fixed for the completion of the work,

otherwise the Engineer-in-charge's certificate of the measurements

and of the total amount payable for the work shall be final and binding

on all parties.

Clause 9 - The rates for several items of work estimated to cost more

than Rs. 1000 agreed to within, shall be valid only when the item

concerned is accepted as having been completed fully in accordance

with the sanctioned specifications. In cases where the items of work

are not accepted as so completed by the Engineer-in- charge he may

make payment on account of such items at such reduced rates as he

may consider reasonable in the preparation of final or on account bills.

Page 78: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(77)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Clause 10 - A bill shall be submitted by the contractor each month on

or before the date fixed by the Engineer-in-charge for all work

executed in the previous month, and the Engineer-in-charge shall take

or cause to be taken the requisite measurement for the purpose of

having the same verified and the claim, so far as it is admissible shall

be adjusted, if possible, within ten days from the presentation of the

bill. If the Contractor does not submit the bill within the time fixed as

aforesaid, the Engineer-in-charge may depute a subordinate to

measure up the said work in the presence of the contractor or his duly

authorised agent whose countersignature to the measurement list

shall be sufficient warrant, and Engineer-in-charge may prepare a bill

from such list which shall be binding on the contractor in all respects.

Clause 11 - The contractor shall submit all bills on the printed forms

to be had on application at the office of the Engineer-in-charge. The

charges to be made in the bills shall always be entered at the rates

specified in the tender or in the case of any extra work ordered in

pursuance of these conditions, and not mentioned of provided for in

the tender at the rates hereinafter provided for such work.

Clause 12 - If the specifications or estimate of the work provides for

the use of any special description of materials to be supplied from the

store of the Dept. or if it is required that the contractor shall use

certain store to be provided by the Engineer-in-charge. (such material

and stores and the prices to be charged therefor as hereinafter

mentioned being so far as practicable for the convenience of the

contractor but not so as in any way to control the meaning or effect of

this contract specified in the schedule or memorandum hereto

annexed) the contractor shall be supplied with such materials and

stores as may be required form time to time to be used by him for the

purpose of the contract only, and value of the full quantity of the

materials and stores so supplied shall be set off or deducted from any

sums then due, or thereafter to become due to the contractor under

the contract, or otherwise, or from the security deposit or the proceeds

of sale thereof if the security deposit is held in Government securities.

the same or a sufficent portion thereof shall in that case be sold for

the purpose. All materials supplied to the contractor shall remain the

absolute property of Government and shall on no account

Bill to be

submitted

monthly.

Bills to be on

printed forms

Stores suppled

by Government.

Page 79: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(78)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Works to be

executed in

accordance

with

specifications,

drawings,

orders, etc.

Alternations in

specifications

and designs

not to invali-

date contracts.

be removed from the site of the work, and shall at all times be open

for inspection by the Engineer-in-charge. Any such materials used

and in perfectly good condition at the time of completion or

termination of the contract shall be returned to the Departmental

store if the Engineer-in-charge so requires by a notice in writting given

under his hand but the contractor shall not be entitled to return any

such materials except with consent of the Engineer-in-charge and he

shall have no claim for compensation on account of any such

material supplied to him as aforesaid but remaining unused by him or

for any wastage in or damage to any such materials.

Clause 12 (A) - All stores of controlled materials such as cement,

steel etc. supplied to the contractor by Government should be kept by

the contractor under lock and key and will be accessible for

inspection by the Executive Engineer or his agent at all the times.

Clause 13 - The contractor shall execute the whole and every part of

the work in the most substantial and workman like manner, and both

as regard materials and every other respect in strict accordance with

specifications. The contractor shall also conform exactly, fully and

faithfully to the designs, drawings and instructions inwriting relating to

the work signed by the Engineer-in-charge and lodged in his office

and to which the contractor shall be entitled to have access for the

purpose of inspection at such office, or on the site of the work during

office hours. The contractor will be entitled to receive three sets of

contract drawing and working drawings as well as one certified copy

of the accepted tender along with the work order free of cost. Further

copies of the contract drawings and working drawings if required by

him, shall be supplied at the rate of Rs. 1000.00 per set of contract

Drawings and Rs. 500.00 per working drawing except where

otherwise specified.

Clause 14 - The Engineer-in-charge shall have power to make any

alteration in or additions to the original specifications, drawings,

designs and instructions that may appear to him to be necessary or

advisable during the progress of the work and the contractor shall be

bound to carry out the work in accordance with any instructions in this

connection which may be given to him in writing signed by the

Engineer-in-charge and such alteration shall not invalidate the

contract, and any additional work which the contractor may be

directed to do in the manner above specified as part of the work

Page 80: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(79)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

shall be carried out by the contractor on the same conditions in all

respects on which he agreed to do the main work, and at the same

rates as are specified in the tender for the main work, And if the

additional and altered work includes any class of work for which no

rate is specified in this contract, then such class of work shall be

carried out at the rates entered in the Schedule of Rates of the

Division or at the rates mutually agreed upon between the Engineer-

in-charge and the contractor, whichever are lower. If the additional or

altered work for which no rate is entered in the schedule of Rates of

the Division is ordered to be carried out before the rates are agreed

upon then the contractor shall within seven days of the date of receipt

by him of the order to carry out the work, inform the Engineer-in-

charge of the rate which it is his intention to charge for such class of

work. And if the Engineer-in-charge does not agree to this rate he

shall by notice in writing be at liberty to cancel his order to carry out

such class of work and arrange to carry out in such manner as he may

consider advisable provided always that if the contractor shall

commence work or as lastly hereinbefore mentioned, then in such

case he shall only be entitled to be paid in respect of the work carried

out or expenditure incurred by him prior to the date of the

determination of the rates as aforesaid according to such rate or rates

as shall be fixed by the Engineer -in-charge. In the event of a dispute

the decision of the Superintending Engineer of the Circle will be final.

Where, however, the work is to be executed according to the designs,

drawings and specifications recommended by the contractor and

accepted by the competent authority the alterations above referred to

shall be within the scope of such designs, drawings and specifications

appended to the tender.

The time limit for the completion of the work shall be extended in the

proportion that increase in its cost occasioned by alterations or

additions bears to the cost of the original contract work and the

certificate of the Engineer-in-charge as to such proportion shall be

conclusive.

Clause 15 - (1) If at any time after the execution of the contract

document the Engineer shall for any reason what-so-ever (other than

default on the part of the contractor for which the Government is

entitled to rescind the contract) desires that the whole or any part of

Rates for works

not entered in

estimate or

schedule of rate of

the district.

Extension of time

in consequence of

additions or

alterations.

No claim to any

payment or

compensation for

alteration in or

restriction of work.

Page 81: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(80)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

the work specified in the tender should be suspended for any period

or that the whole or part of the work should not be carried out, at all he

shall give to the contractor a notice in writing of such desire and upon

the receipt of such notice the contractor shall forthwith suspend or

stop the work wholly or in part as required, after having due regard to

the appropriate stage at which the work should be stopped or

suspended so as not to cause any damage or injury to the work

already done or endanger the safety thereof provided that the

decision of the Engineer as to the stage at which the work or any part

of it could be or could have been safely stopped or suspended shall

be final and conclusive against the contractor. The contractor shall

have no claim to any payment or compensation whatsoever by reason

of or in pursuance of any notice as aforesaid, on account of any

suspension, stoppage or cur tailment except to the extent specified

hereinafter.

(2) Where the total suspension of work ordered as aforesaid

continued for a continuous period exceeding 90 days the contractor

shall be at liberty to withdraw from the contractual obligations under

the contract so far as it pertains to the unexecuted part of the work by

giving a 10 days notice prior to 90 day, of such intention and requiring

the Engineer to record the final measurements of the work already

done and to pay final bill. Upon giving such notice the contractor shall

be deemed to have been discharged from his obligations to complete

the remaining unexecuted work under his contract. On receipt of such

notice the Engineer shall proceed to complete the measurements and

make such payment as may be finally due to the contractor within a

period of 90 days from the receipt of such notice in respect of the work

already done by the contractor. Such payment shall not in any manner

prejudice the right of the contractor to any further compensation

under the remaining provisions of this clause.

(3) Where the Engineer required the contractor to suspend the

work for a period in excess of 30 days at any time or 60 days in the

aggregate, the contractor shall be entitled to apply to the Engineer

within 30 days of the resumption of work after such suspension for

payment of compensation to the extent of pecuniary loss suffered by

him in respect of working machinery rendered idle on the site or

on account of his having had to pay the salary or wages of labour

Page 82: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(81)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

engaged by him during the said period of suspension provided always

that the contractor shall not be entitled to any claim in respect of any

such working machinery, salary or wages for the first 30 days whether

consecutive or in the aggregate of such Suspension or in respect or

any suspension whatsoever occasioned by unsatisfactory work or

any other default on his part. The decision of the Engineer in this

regard shall be final and conclusive against the contractor.

(4) In the event of --

(i) Any total stoppage of work on notice from Engineer under

Sub clause (1) in that behalf.

(ii) Withdrawl by the contractor from the contractual

obligations complete the remaining unexecuted work

under sub-clause (2) on account of continued suspension

of work for a period execeeding 90 days.

Or

(iii) Cur tailment in the quantity of item or items orginally

tendered on account of any alteration., ommission or

substitution in the specification,drawings, designs or

instruction under clause (14) 1 where such curtailment

exceeds 25% in quantity and the value of the quantity

curtailed beyond 25 percent at the rates for the item

specified in the tender is more than Rs. 5000/-

It shall be open to the contractor, within 90 days from the service of (i)

the notice of stoppage of work or (ii) the notice of withdrawal from the

contractual obligations under the contract on account of the continued

suspension of work or (iii) notice under clause 14 (1) resulting in such

curtailment to produce to the Engineer satisfactory documentary

evidence that he had purchased or agreed to purchase material for

use in the contracted work, before receipt by him of the notice of

stoppage, suspension or cur tailment and require the

Government to take over on payment such material at the rates

determined by the Engineer, provided, however, such rates shall in no

case exceed the rates at which the same was acquired by the

contractor. The Government shall thereafter take over the material so

offered, provided the quantities offered, are not in excess of the

requirements of the unexecuted work as specified in the accepted

tender and are of quality and specifications approved by the Engineer.

No claim to

compensation on

account of loss due

to delay in supply of

material by

Government.

Page 83: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(82)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

No claim to

compensation on

account of loss

due to delay in

supply of mateiral

by Government.

Time limit for

unforseen claims.

Action and

compensation

payable in

case of bad work.

PWD. Resolution

No. CAT- 1087/CR-

94/Bldg - 2

dt. 14-6-89

Clause 15 A - The contractor shall not be entitled to claim any

compensation from Government for the loss suffered by him on

account of delay by Government in the supply of materials entered in

Scheduled A where such delay is caused by

(i) Difficulties relating to the supply of railway wagons.

(ii) Force majeure.

(iii) Act of God.

(iv) Act of enemies of the State or any other reasonable cause

beyond the control of Government.

In the case of such delay in the supply of materials,

Government shall grant such extension of time for the completion of

the work as shall appear to the Executive Engineer to be reasonable

in accordance with the circumstances of the case. The decision of the

Executive Engineer as to the extension of time shall be accepted as

final by the contractor.

Clause 16 - Under no circumstance whatsoever shall be contractor be

entitled to any compensation from Government on any account unless

the contractor shall have submitted a claim in writing to the Engineer-

in-charge within one month of the cause of such claim occurring.

Clause 17 - If any time before the security deposit or any part thereof

is refunded to the contractor it shall appear to the Engineer-in-charge

or his subordinate in charge of the work, that any work has been

executed with unsound, imperfect or unskillful workmanship or with

materials of inferior quality, or that any materials or articles provided

by him for the execution of the work are unsound, or of a quality

inferior to that contracted for, or are otherwise not in accordance with

the contract, it shall be lawful for the Engineer-in-charge to intimate

this fact in writing to the contractor and then not withstanding the fact

that the work, materials or articles complained of may have been

inadvertently passed, certified and paid for, the contractor shall be

bound forthwith to rectify, or remove and reconstruct the work so

specified in whole or in part, as the case may require or if so required,

shall remove the materials or articles so specified and provide other

proper and suitable materials or articles at his own charge and cost

and in the event of his failing to do so within a period to be specified

by the Engineer-in-charge in the written intimation aforesaid, the

Page 84: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(83)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

contractor shall be liable to pay compensation at the rate of one per

cent on the amount of the estimate for every day not exceeding ten

days, during which the failure so continues and in the case of any

such failure the Engineer-in-charge may rectify or remove and re-

execute the work or remove, and replace or remove and replace the

materials or articles complained of as the case may be at the risk and

expense in all respects of the contractor, Should the Engineer- in-

charge consider that any such inferior work or materials as described

above may be accepted or made use of it shall be within his discretion

to accept the same at such reduced rates as he may fix therefor.

Clause 18 - All works under or in course of execution or executed in

pursuance of the contract shall at all times be open to the inspection

and supervision of the Engineer-in-charge and his subordinates, and

the contractor shall at all times during the usual working hours, and at

all other times at which reasonable notice of the intention of the

Engineer-in-charge and his subordinate to visit the work shall have

been given to the contractor, either himself be present to receive

orders and instructions or have responsible agent duly accredited in

writing present for that purpose, Orders given to the contractor‟s duly

authorised agent shall be considered to have the same force and

effect as if they had been given to the contractor himself.

Clause 19 - The contractor shall give not less than five days notice in

writing to the Engineer-in-charge or his subordinate in charge of the

work before covering up or otherwise placing beyond the reach of

measurement any work in order that the same may be measured and

correct dimensions thereof taken before the same is so covered up or

placed beyond the reach of measurements and shall not cover up or

place beyond the reach of measurements any work without the

consent in writing of the Engineer-in-charge or his subordinate in

charge of the work, and if any work shall be covered up or placed

beyond the reach of measurement, without such notice having been

given or consent obtained the same shall be uncovered at the

contractor‟s expenses, and in default thereof no payment or

allowence shall be made for such work or for the materials with which

the same was executed.

Work to be open

to inspection.

Contractor or

responsible

agent to be

present.

Notice to be

given before

work is covered

up.

Contractor liable for damage done and for imperfections.

Page 85: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(84)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

PWD Resolution

No. CAT-1087/CR-

94/Bldg-2

dt. 14-6-89

Contractor to

supply plant.

ladder,

scaffolding etc.

Clause 20 - If during the period of 12 month from the date of

completion as certified by the Engineer-in-charge pursuant to Clause-

7 of the contract or 12 month after commissioning the work,

whichever is earlier in the opinion of the Executive Engineer, the said

work is defective in any manner whatsoever, the contractor shall for

thwith on receipt of notice in that behalf from the Executive Engineer,

duly commence execution and completely carry out at his cost in

every respect all the work that may be necessary for rectifying

& setting right the defects specified therein including dismantling and

reconstruction of unsafe portions strictly in accordance with and in the

manner prescribed and under the supervision of the Executive

Engineer. In the event of the contractor failing or neglecting to

commence execution of the said rectification work within the period

prescribed by the said notice and/or to complete the same as

aforesaid as required by the said notice, the Executive Engineer may

get the same executed and carried out departmentally or by any other

agency at the risk on account and at the cost of the contractor. The

contractor shall forthwith on demand pay to the Govt. the amount of

such cost. Charges and expenses sustained or incurred by the

Government of which the certificate of the Executive Engineer shall be

final and binding on the contractor. Such costs, charges and expenses

shall be deemed to be arrears of land revenue and on the event of the

contractor failing or neglecting to pay the same on demand as

aforesaid without prejudice to any other rights and remedies of the

Government, the same may be recovered from the contractor as

arrears of land revenue. The Government shall also be entiltled to

deduct the same from any amount which may then be payable or

which may thereafter become payable by the Government to the

contractor either in respect of the said work or any other work

whatsoever or from the amount of security deposit retained by

Government.

(The defect liabilities period in particular for water proofing treatment

(Building works) shall be 10 years.)

Clause 21 : The contractor shall supply at his own cost all material

(except such special materials if any as may in accordance with the

contract, be supplied from the Department), plant, tools, appliances,

implements, ladders, cordage, tackle, scaffolding and temporary

works requisite or proper for the proper execution of the work,

Page 86: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(85)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

whether, in the original, altered or substitued form, and whether

included in the specification or other documents forming part of the

contract or referred to in these conditions or not and which may be

necessary for the purpose of satisfying or complying with the

requirements of the Engineer-in-charge as to any matter as to which

under these conditions he is entitled to be satisfied, or which he is

entitled to require together with the carriage therefor to and from work.

The contractor shall also supply without charge the requisite number

of persons with the means and materials necessary for the purpose of

setting out works and counting., weighing and assisting in the

measurement or examination at any time and from time to time of the

work or the materials, failing which the same may be provided by the

Engineer-in-charge at the expense of the contractor and the

expenses may be deducted from any money due to the contractor

under the contract or from his security deposit or the proceeds of sale

thereof or of a sufficient portion thereof. The contractor shall provide

all necessary fencing and lights required to protect the public from

accident and shall also be bound to bear the expenses of defence of

every suit, action or other legal proceeding that may be brought by

any person for injury sustained owing to neglect of the above

precautions and to pay any damages and cost which may be awarded

in any such suit action or proceedings to any such person or which

may with consent of the contractor be paid for compromising any

claim by any such person.

List of machinery in contractor‟s possession & which they

propose to use on the works should be submitted along with the

tender.

Clause 21 A - The contractor shall provide suitable scaffolds and

working platforms gangways and stairways and shall comply with the

following regulations in connections herewith -

(a) Suitable scaffolds shall be provided for workmen for all works

that can not be safely done from a ladder or by other means.

(b) A scaffold shall not be constructed, taken down or substantially

altered except.

(i) Under the supervision of a competent and responsible person

and

And is liable for

damages arising

from non provisions

of light, fencing etc.

Page 87: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(86)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(ii) as far as possible by competent workers possessing adequate

experience in this kind of work.

(c) All scaffolds and appliances connected there with and ladders

shall -

(i) Be of sound material.

(ii) Be of adequate strength having regard to the loads and strains to

which they will be subjected, and

(iii) Be maintained in proper condition.

(d) Scaffolds shall be so constructed that no part thereof can be

displaced in consequence of normal use.

(e) Scaffolds shall not be over-loaded-and so far as practicable the

load shall be evenly distributed.

(f) Before installing lifting gear on scaffolds special precautions

shall be taken to ensure the strength and stability of the scaffold.

(g) Scaffolds shall be periodically inspected by the competent

person.

(h) Before allowing a scaffold to be used by his workmen the

contractor shall whether the scaffold has been erected by this

workmen or not take steps to ensure that in complies fully with

the regulations here-in-specified.

(i) Working platform, gangways stairways shall -

(i) Be so constructed that no part thereof can sag unduly or

unequally.

(ii) Be so constructed and maintained having regard to the prevailing

conditions as to reduce as far as practicable risks or persons

tripping or slipping and

(iii) Be kept free from any unnecessary obstruction.

(j) In the case of working platform, gangways, working places and

stairways at the height exceeding 3 meters. (to be specified)

(i) Every working platform and every gangways shall be colsely

boarded unless other adequate measures are taken to ensure

safety.

(ii) Every working platform and gangway shall have adequate width

and

(iii) Every working platform, gangway, working place and stairway

shall be suitably fenced.

Page 88: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(87)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(k) Every opening in the floor of a building or in a working platform

shall except for the time and to the extent required to allow the

excess of persons or the transport or shifting of materials be

provided with suitable means to prevent the fall of persons of

materials.

(l) When persons are employed on roof where there is a danger of

failing from a height exceeding 3 meters suitable precautions

shall be taken to prevent the fall of persons or materials (to be

prescribed)

(m) Suitable precautions shall be taken to prevent persons being

struck by articles which might fall from scaffold or other working

places.

(n) Safe means of access shall be provided to all working platforms

and other working places.

(o) The contractor(s) will have to make payments to the labourers as

per minimum Wages Act.

Clause 21 B - The contractor shall comply with the following

regulations as regards the Hoisting Appliances to be used by him

:-

(a) Hoisting machine and tackle, including their attachments,

anchorages and support shall -

(i) Be of good mechanical construction, sound material and

adequate strength and free from patent defect, and

(ii) Be kept in good repair and in good working order.

(b) Every rope used in hoisting or lowering material or as a means of

suspension shall be of suitable quality and adequate strength

and free from patent defect.

(c) Hoisting machine and tackle shall be examined and adequately

tested after erection on the site and before use and be re-

examined in position at intervals to be prescribed by the

Government.

(d) Every chain, ring, hook shackle swivel and pulley block used in

hoisting or lowering materials or as a means of suspension shall

be periodically examined.

(e) Every crane driver or hoisting appliance operator shall be

properly qualified.

Page 89: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(88)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Measure for

prevention

of fire.

Liability of

contractor for any

damage done in

or outside work

area.

(f) No person who is below the age of 18 years shall be in control

of any hoisting machine, including any scaffold which, or give

signals to the operator.

(g) In the case of every hoisting machine and of every chain, ring,

hook, shackle, swivel pulley block used in hoisting or lowering or

as means of suspension, the safe working load shall be

ascertained by adequate means.

(h) Every hoisting machine and all gear referred to in preceding

regulation shall be plainly marked with the safe working load.

(i) In the case of hoisting machine having a variable safe working

load each safe working load, and the conditions under which it is

applicable shall be clearly indicated.‟

(j) No part of any hoisting machine or of any gear referred to in

regulation (g) above shall be loaded beyond the safe working

load except for the purpose of testing.

(k) Motors, gearing transmissions, electric wiring and other

dangerous part or hoisting appliances shall be provided with

efficient safeguards.

(l) Hoisting appliances shall be provided with such means as will

reduce to minimum and the risk of the accidental descent of the

load.

(m) Adequate precaution shall be taken to reduce to a minimum the

risk of any part of a suspended load becoming accidentally

displaced.

Clause 22 - The contractor shall not set fire to any standing jungle,

trees, brushwood or grass without a written permit from the Executive

Engineer, When such permit is given, and also in all cases when

destroying cut or dug up trees brushwood, grass etc. by fire, the

contractor shall take the necessary measure to prevent such fire from

spreading to or otherwise damaging surrounding property. The

contractor shall make his own arrangements for drinking water for the

labour employed by him.

Clause 23 - Compensation for all damages done intentionally or

unintentionally by contractor‟s labour whether in or beyond the limits

of Government property including any damage caused by the

spreading of fire mentioned in clause 22 shall be estimated by the

Engineer-in-charge or such other officer as he may appoint and the

Page 90: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(89)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

estimate of the Engineer-in-charge subject to the decision of the

Superintending Engineer on appeal shall be final and the contractor

shall be bound to pay the amount of the assessed compensation on

demand, failing which the same will be recovered from the contractors

as damages in the manner prescribed in clause 1 or deducted by the

Engineer-in-charge from any sums that may be due or become due

from Government to contractors under this contract or otherwise.

The contractor shall bear the expenses of defending any action or

other legal proceeding that may be brought by any persons for injury

sustained by him owing to neglect of precautions to prevent the

spread of fire and he shall pay any damages and cost that may be

awarded by the court in consequence.

Clause 24 - The employment of female labour on works in neighbour-

hood of soldier‟s barracks should be avoided as far as possible.

The contractor shall employ the labour with the nearest employment

exchange.

Clause 25 - No work shall be done on a Sunday without the sanction

in writing of the Engineer-in-charge.

Clause 26 - The contract shall not be assigned or sublet without the

written approval of the Engineer-in-charge. And if the contractor shall

assign or sublet his contract, or attempt so to do, or become insolvent

or commence any proceeding to get himself adjudicated and insolvent

or make any composition with his creditors, or attempt so to do or if

bribe gratuity, gift, loan, perquisite, reward or advantage, pecuniary or

otherwise, shall either directly or indirectly be given promised or

offered by the contractor, or any of his servants or agents to any

public officer or person in the employ of Government in any way

relating to his office or employment, or if any such officer or person

shall become in any way directly or indirectly interested in the

contract. the Engineer-in-charge may there-upon by notice in writing

rescind the contract. and the security deposit of the contractor shall

thereupon stand forefeited and be absolutely at the disposal of

Government, and the same consequences shall ensure as if the

contract had been rescinded under Clause 3 hereof and in addition

the contractor shall not be entitled to recover or be paid for any work

therefor actually performed under the contract.

Employment

of female

labour.

Work on sunday. Work not to sublet. Contract may be

rescinded and

security deposit

for feited for

subletting in

without approval

or for bribing a

public officer or if

contractor becomes

insolvent.

Page 91: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(90)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Sum payable by

way of

compensation to

be considered as

reasonable

compensation

without reference

to actual loss.

Changes in the

constitution of firm

to be notified.

Direction and

control of the

Superintendin

g Engineer.

Clause 27 - All sums payable by a contractor by way of

compensation under any of these conditions shall be considered as a

reasonable compensation to be applied to the use of Government

without reference to the actual loss or damages sustained, and

whether any damage has or has not been sustained.

Clause 28 - In the case of tender by partners any change in the

constitution of a firm shall be forthwith notified by the contractor to the

Engineer-in-charge for his information.

Clause 29 - All works to be executed under the contract shall be

executed under the direction and subject to the approval in all

respects of the Superintending Engineer of the Circle, for the time

being, who shall be entitled to direct at what point or points and in

what manner they are to be commenced and from time to time carried

on.

Clause 30 (1) - Except where otherwise specified in the contract and

subject to the powers delegated to him by Government under the

Code, rules then in force the decision of the Superintending Engineer

of the circle for the time being shall be final, conclusive, and binding

on all parties to the contract upon all question relating to the meaning

of the specifications, designs, drawings and instructions hereinbefore

mentioned and as to the quality or workmanship or materials used on

the work or as to any other question, claim, right, matter or thing

whatsoever, if any way arising out of, or relating to the contract,

designs, drawings, specification, estimate, instructions, orders, or

these conditions, or otherwise concerning the work, or the execution,

or failure to execute the same, whether arising during the progress of

the work, or after the completion or abandonment thereof.

Clause 30 (2) - The contractor may within thirty days of receipt by him

of any order passed by the Superintending Engineer of the Circle as

aforesaid appeal against it to the Chief Engineer concerned with the

contract, work or project provided that -

(a) The accepoted Value of the Contract exceeds Rs. 10 Lakhs (Rs.

Ten Lakhs).

(b) Amount of claim is not less than Rs. 1.00 Lakh

(Rupees one Lakh).

Page 92: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(91)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Clause 30 (3) - If the contractor is not satisfied with the order passed

by the Chief Engineer as aforesaid the contractor may, within thirty

days of receipt by him of any such order, appeal against it to the

concerned Secretary, Irrigation Depar tment / who if convinced that pr

ima-facia the contractor‟s claim rejected by Super intending Engineer

/ Chief Engineer is not frivolous and that there is some substance in

the claim of the contractor as would merit a detailed examination and

decision by the Standing Committee, shall put up to the Standing

Committee at Government level for suitable decision.

(vide PW Circle No. CAT - 1086 - CR - 110/Bldg-2 dt. 7-5-86)

Clause 31 - The contractor shall obtain from the Departmental store,

all stores and articles of European or American manufacture which

may be required for the work, or any part thereof or in making up any

articles required there of or in connection therewith unless he has

obtained permission in writing from the Engineer-in-charge to obtain

such stores and articles elsewhere. The value of such stores and

articles as may be supplied to the contractor by the Engineer- in-

charge will be debited to the contractor in his account at the rates

shown in the schedule, in Form A attached to the contract, and if they

are not entered in the said schedule, they shall be debited to him at

cost price which for the purpose of this contract shall include the cost

of carriage and other expenses whatsoever, which shall have been

incurred in obtaining delivery of the same at the stores aforesaid.

Clause 32 - When the estimate on which a tender is made includes

lump sums in respect of parts of the work, the contractor shall be

entitled to payment in respect of the items of work involved or the part

of the work in question at the same rates as are payable under this

contract for each item, or if the part of work in question is not in the

opinion of the Engineer-in-charge capable of measurement, the

Engineer-in-charge may at his discretion pay the lump sum amount

entered in the estimate and the certificate in writing of the Engineer-

in-charge shall be final and conclusive against the contractor with

regard to any sum or sums payable to him under the provision of this

clause.

Stores of European

American

manufacture to be

obtained from the

Government.

Lumpsums in

estimates.

Page 93: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(92)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Actions where no

specifications.

Defination of work

Contractor's

percentage whether

applied to net or

gross amount of bill.

Payment of quarry

fees, and Royalties.

Compensation

under workmen's

Compensation Act.

Clause 33 - In the case of any class of work for which there is no

such specification as is mentioned in rule 1 such work shall be carried

out in accordance with the Divisional specifications, and in the event

of there being no Divisional specification, then in such case the work

shall be carried out in all respects in accordance within all instructions

and requirements of the Engineer-in-charge

Clause 34 - The expression „works‟ or „work‟ where used in these

conditions, shall unless there be something in the subject or context

repugnant to such construction, be constructed to mean the work or

works contracted to be executed under or in virtue of the contract.

whether temporary or permanent and whether original altered

substituted or additional.

Clause 35 - The percentage referred to in the tender shall be

deducted from/added to the gross amount of the bill before deducting

the value of any stock issued.

Clause 36 - As per Government of Maharashtra, Revenue and Forest

Departments Notification No. Gaukhani-10/2006/DC-57/Kh(1) dated

15th Dec. 2006, royalty charges of Rs. 200/Brass, i.e. Rs. 70.67 /

cum., are included in the respective all items and of Supply of natural

minerals i.e. Rubble, Metal, Sand, Murum etc. in the D.S.R. Agency

will have to produce documentary evidence to the concerned

Executive Engineer, as regards payments made by Agency to

Revenue Department towards royalty charges. If such documentary

evidence is not produced the component of Royalty charges as

contemplated in the item shall not be paid to Agency. However the

rates prescribed by Revenue and Forest Department time to time. The

difference may be considered, while preparing estimate.

Clasue 37 - The contractor shall be responsible for and shall pay any

compensation to his workmen payable under the Workmens

Compensation Act, 1923 (VII of 1923). (hereinafter called the said

Act) for injuries caused to the workmen. If such compensation is

payable is paid by Government as principle under Sub-section (1) of

section 12 of the said Act on behalf of the contractor, it shall be

recoverable by Government from the contractor under sub-section (2)

of the said section. Such compensation shall be recovered in the

manner laid down in Clause 1 above.

Clause 37 A - The contractor shall be responsible for and shall pay

the expenses of providing medical aid to any workmen who may

suffer a bodily injury as a result of an accident. If such expenses are

incurred by Government the same shall be recoverable from the

contractor forthwith and be deducted without prejudice to any other

remedy of Government from any amount due or that may become due

to the contractor.

Page 94: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(93)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Clause 37 B - The contractor shall provide all necessary personal

safety equipment and first aid apparatus available for the use of the

persons employed on the site, and shall maintain the same is

condition suitable for immediate use at any time and shall comply

with the following regulations in connection therewith.

(a) The workers shall be required to use the equipment so provided

by the contractor and the contractor shall take adequate steps to

ensure proper use of the equipment by those concerned.

(b) When work is carried on in proximity to any place where there is a

risk of drowning all necessary equipment shall be provided and kept

ready for use and all necessary steps shall be taken for the prompt

rescue of any person in danger.

(c) Adequate provision shall be made for prompt first-aid treatment of

all injuries likely to be substained during the course of the work.

Clause 37 C - The contractor shall duly comply with the provision of

„The Apprentices Act. 1961‟ (III of 1961) the rules made there under

and the orders that may be issued from time to time under the Act the

said rules and on his failure or neglect to do so, he shall be subject to

all the liabilities and penalties provided by the said Act and said Rules.

Clause 38 (1) - Quantities in respect of the several items shown in the

tender are approximate and no revision in the tendered rate shall be

permitted in respect of any of the items so long as, subject to any

special provision contained in the specifications prescribing a different

percentage of permissible variation the quantity of the item does not

exceed the tender quantity by more than 25% and so long as the

value of the excess quantity beyond this limit at the rate of the item

specified in the tender is not more than Rs. 5000.

(2) The contractor shall if ordered in writing by the Engineer so to do,

also carry out any quantities in excess of the limit mentioned in sub

clause (1) hereof on the same conditions as and in accordance with

the specifications in the tender and the rate (i) derived from the rates

entered in the current schedule of rates and in the absence of such

rates, (ii) at the rate prevailing in the market, the said rates being

increased or decreased as the case may be by the percentage which

the total tendered amount bears to the estimated cost of the work as

put to tender based upon the schedule of rates applicable to the year

in which the

(Govt. Circular

No. PWD 11D.

CAT-

6076/3336

(400) Bldg.-2.

dated 16-2-85

Claim for

quantities

entered in the

tender on

estimates.

Page 95: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(94)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

tenders were invited, For the purpose of operation of this clause, this

cost shall be worked out at current Schedule of Rate for ......................

............................... Rs. 4621335/- (in words :fourty six lakhs

twenty one thousand three hundred thirty five only.)

Employment of

famine labour etc.

Claim for

compensation for

delay in starting of

work.

Claim for

compensation for

delay in execution

of work.

Entering upon or

commencing any

portion of work.

(3) Claims arising out of reduction in the tendered quantity of any

item beyond 25 % will be governed by the provision of clause 15 only

when the amount of such reduction beyond 25 percent at the rate of

the item specified in the tender is more than Rs. 5000/-

(4) This clause in not applicable to extra items.

(5) There is no change in the rate if the excess is more than 25% of

the tendered quantity, but the value of the excess work at the

Tendered rates does not exceed Rs. 5000/-

(6) The quantities to be paid at tenderd rate shall include :-

(a) Tendered quantity plus.

(b) 25% excess of the Tendered quantity or the excess quantity

of the value of Rs. 5000/- at the Tendered rates whichever is more.

Clause 39 - The contractor shall employ any famine, convict or other

labour of a particular kind or class if ordered in writing to do so by the

Engineer-in-charge.

Clause 40 - No compensation shall be allowed for any delay caused

in the starting of the works on account of acquisition of land or in the

case of clearance works, on account of any delay in according to

sanction of estimates.

Clause 41 - No compensation shall be allowed for any delay in the

execution of the work on account of water, standing in borrow pits or

compar tments. The rates are inclusive for hard or cracked soil,

excavation in mud, soil, water standing in borrow pits and no claim for

an extra rate shall be entertained, unless otherwise expressly

specified.

Clause 42 - The contractor shall not enter upon or commence any

portion of work except with the written authority and instructions of the

engineer-in-charge or of have no claim to ask for measurements of or

payment for work.

Page 96: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(95)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Clause 43 - (i) No contractor shall employ any person who is under

the age of 18 years.

(ii) No contractor shall employ donkeys or other animals with

breeching of string or thin rope. The breeching must be at least three

inches wide and should be of tape (Newar).

(iii) No animal suffering from sores, lameness or emaciation or which

is immature shall be employed on the work.

(iv) The Engineer-in-charge or his agent is authorised to remove from

the work any person or animal found working which does not satisfy

these conditions and no responsibility shall be accepted by

Government for any delay caused in the completion of the work by

such removal.

(v) The contractor shall pay fair and reasonable wages to the workmen

employed by him, in the contract undertaken by him. In the event of any

dispute arising between the contractor and his workmen on the grounds

that the wages paid are not fair and reasonable, the dispute shall be

referred without delay to the Executive Engineer, who shall decide the

same. The decision of the Executive Engineer shall be conclusive and

binding on the contractor but such decision shall not in any way affect the

conditions in the contract regarding the payment to be made by

Government at the sanctioned tender rates.

(vi) Contractor shall provide drinking water facilities to the workers

similar amenities shall be provided to the workers engaged on large

work in urban areas.

(vii) Contractor to take precaution against accidents which takes place

on account of labour using loose garments while working near

machinery.

(viii) All facilities provided in the contract labour (Regulation &

Abolition Act 1971). The Maharashtra Contract Labour Regulation &

Abolition Rule 1971) should be provided.

Clause 44 - Payment to contractors shall be made by cheque drawn

on any treasury within the division convenient to them, provided the

amount exceeds Rs. 10/- Amounts not exceeding Rs. 10/- will be paid

in cash.

Clause 45 - Any contractor who does not accept these conditions

shall not be allowed to tender for works.

Minimum age of

persons employed

the employment of

donkeys and/or

other animals and

the payment of fair

wages.

Method of

payment.

Acceptance of

conditions

complusory before

tendering for work.

Page 97: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(96)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Employment of

scarcity labour.

Clause 46 - If Government declares a state of scarcity or famine to

exist in any village situated within 10 miles of the work, the contractor

shall employ upon such parts of the work as are suitable for unskilled

labour any person certified to him by the Executive Engineer, or by

any person to whom the Executive Engineer may have delegated this

duty in writing to be in need of relief and shall be bound to pay to such

person wages not below the minimum which Government may have

fixed in this behalf. Any disputes which may arise in connection with

the implementation of this clause shall be decided by the Executive

Engineer whose decision shall be final and binding on the contractor.

Clause 47 - The price quoted by the contractors shall not in any case

exceed the control price, if any. fixed by Govt. or reasonable price

which it is permissible for him to charge a private purchaser for the

same class and description, of goods under provisions of Hoarding

and Profiteering Ordinances, 1948 as amended from time to time, If

the price quoted exceeds the controlled price or the price permissible

under Hoarding and the Profiteering Prevention Ordinance, the

contractor will specifically mention this fact in his tender along with the

reasons for quoting such higher prices. The purchaser at his

discretion will in such case exercise the right of revising the price at

any stage so as to conform with the controlled price on the

permissible under the Hoarding and Profiteering Prevention

Ordinance. This discretion will be exercised without prejudice to any

other action that may be taken against the contractor.

Clause 47 A - The tender rates shall be inclusive of all taxes, rates

and cesses.

Clause-47 B - "The tender rates are inclusive of all taxes, rates,

cesses and are also inclusive of the leviable tax in respect of sale by

transfer of property in goods involved in the execution of a work

contract under the provision of Rule 58 of Maharashtra Value Added

Tax Act 2005, for the purpose of levy of Tax."

Clause 48 - The rates to be quoted by the contractor must be

inclusive of sales tax No extra payment on this account will be made

to the contractor.

Page 98: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(97)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Clause 49 - In case of materials that may remain surplus with the

contractor from those issued for the work contracted for the date of

ascertainment of the material being surplus will be taken as the date

of sale for the purpose of sales tax and the sales tax will be recovered

on such sale.

Clause 50 - The contractor shall employ the unskilled labour to be

employed by him on the said work only from locally available labours

and shall given perferance to those persons enrolled under

Maharashtra Government Employment and Self Employment

Department‟s Scheme.

Provided, however, that if the required unskilled labours are not

available locally, the contractor shall in the first instance employ such

number of persons as is available and thereafter may with previous

permission, in writing of the Executive Engineer-in-charge of the said

work, obtain the rest of the requirement of unskilled labour from

outside the above scheme.

Clause 51 - Wages to be paid to the skilled and unskilled labourers

engaged by the contractor.

The contractor shall pay the labourers skilled and unskilled

according to the wages prescribed by the Minimum Wages Act of

1948 applicable to the area in which the work of the Contractor is in

Progress.

The contractor shall comply with the provisions of the

Apprentices Act. 1961, and the rules and orders issued there under

from time to time, If he fails to do so, his failure will be a breach of the

contract and Superintending Engineer, may in his discretion cancel

the contract. The contractor shall also be liable, for any pecuniary

liability arising on account of any violation by him of the provision of

the Act.

The contractor shall pay the labourers skilled and unskilled

according to the wages prescribed by the Minimum Wages Act of

1948 applicable to the area in which the work of the Contractor is in

Progress.

Clause 52 - All amounts whatsoever which the contractor is liable to

pay to the Government in connection with the execution of the work

including the amount payable in respect of (i) materials and or stores

supplied/issued hereunder by the Government to the contractor (ii)

hire charges in respect of heavy plant. machinery and equipment

given on hire by the Government to the contractor for execution by

him of the work and / or on which advances have been given by the

Page 99: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(98)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Government Circular

No. CAT 1284 (120)

Building 2

Maharashtra Mumbai

400032 Dt. 14-8-85

Government to the contractor shall be deemed to be arrears of the

Land Revenue and the Government may without prejudice to any

other rights and remedies of the Government recover the same from

the contractor as arrears of Land Revenue.

Clause 53 - The contractor shall duly comply with all the provisions of

the Contract Labour (Regulation and Abolition) Act, 1970 (37 of

1970) and the Maharashtra Contract Labour (Regulation and

Abolition) Rules, 1971 as amended from time to time and all other

relevant statutes and statutory provisions concerning payment of

wages particularly to workmen employed by the Contractor and

working on the site of the work. In particular the rates prescribed

under the Maharashtra Contract Labour (Regulation and Abolition)

Rules, 1971. If the Contractor fails or neglects to pay wages at the

said rates or makes short payment and the Government makes such

payment of wages in full or part thereof less paid by the Contractor as

the case may be the amount so paid by the Government to such

workers shall be deemed to be arrears of Land Revenue and the

Government shall be entitled to recover the same as such from the

Contractor or deduct same from the amount payable by the

Government to the contractor hereunder or from any other amount‟s

payable to hm by the Government.

Clause 54 - The Contractor shall engage apprentices such as brick

layer, car penter. wiremen. plumber as well as black smith as

recommended by the State Apprentice Ship Advisor Director of

Technical Education, Dhobi Talav, Bombay - 1. In the construction

work (As per Government of Maharashtra, Education Department No.

TSA/5170/T/56689, dated 7-7-72.)

Clause 55 - (Government of Maharashtra P.W.D. Resolution No. CAT-

1086/CR-243/K/Bldg.32 Dt. 11-9-1987.)

CONDITIONS FOR MALARIA ERADICATION ANTI MALARIA AND

OTHER HEALTH MEASURES

a) The anti-malaria and other health measures shall be as directed

by the Joint Director (Malaria and Filaria) of Health Services,

Pune.

b) The Contractor shall see that mosquitogenic conditions are not

created so as to keep vector population to minimum level.

c) The contractor shall carry out anti-malaria measures in the area

as per guidelines prescribed under National Malaria Eradication

Programme and as directed by the Joint Director (Malaria and

Filaria) of Health Services, Pune.

Page 100: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(99)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

d) In case of default in carrying out prescribed anti-malaria measures

resulting in increase in malaria incidence. Contractor shall be liable

to pay to Government the amount spent by the Government on

anti-malaria measures to control the situation in addition to fine.

e) RELATION WITH PUBLIC AUTHORITIES

The contractor shall make sufficient arrangements for draining

away the sewerage water as well as water coming from the bathing and

washing places and shall dispose off this water in such a way as not to

cause any nuisance. He shall also keep the premises clean by employing

sufficient number of sweepers. The contractors shall comply with rules,

regulations bye-laws and directions given from time to time by any local

or public authority in connection with this work and shall pay fees or

charges which are leviable on him without any extra cost to Government.

Clause 56 - CONDITION RELATING TO INSURANCE OF CONTRACT

WORKS

The Contractor shall take out necessary Insurance Policy / Policies

(viz. Contractor's All Risks Insurance Policy Erection. All Risks Insurance

Policy etc. as decided by the Directorate of Insurance) so as to provide

adequate Insurance cover for execution of the awarded contract work for

total contract value and complete contract period Compulsorily from the “

Directorate of Insurance, Maharashtra State, Mumbai only its Postal

address for Correspondence is “ 264, Mhada, First Floor, Opposite

Kalanagar, Bandra, (East), Mumbai-400051” (Telephone Nos. 022-

26590403 / 26590690 and Fax No. is 022-26592461 /

26590403) Similarly, all workmen‟s appointed to complete the contract

work are required to insure under workmen‟s compensation Insurance

policy. Insurance policy/policies taken out from any other company will

not be accepted. If any contractor has not taken out the Insurance policy

from the "Directorate of Insurance, Maharashtra State, Mumbai" or

has effected Insurance with any Insurance Company, the same will not

be accepted and 1% of the tender amount or sush amount of

premium calculated by the Government Insurance Fund will be

recovered directly from the amount payable to the Contractor for the

executed contract work and paid to the Directorate of Insurance Fund,

Maharashtra State, Mumbai, The Director of Insurance reserves the right

to distribute the risks of Insurance among the other Insurers.

Clause-57 - ¨É½þÉ®úɹ]Åõ ¶ÉɺÉxÉ - =tÉäMÉ , =VÉÉÇ ´É EòɨÉMÉÉ®ú ʴɦÉÉMÉ ¨ÉÆjÉɱɪÉ, ¨ÉÖƤÉ<Ç

ªÉÉÆSÉä {ÉjÉ Gò. ¤ÉÒVÉÒB - (<¨ÉÉ®úiÉ) 2009 / |É.Gò. 108 / EòɨÉMÉÉ#É®ú-7+ Ênù.

3/7/2010 ´É ¶ÉɺÉxÉ ºÉÉ.¤ÉÉÆ.ʴɦÉÉMÉ, ¨ÉÆjÉɱɪÉ, ¨ÉÖƤÉ<Ç ªÉÉÆSÉäEòb÷Ò±É VÉÉ.Gò. ºÉÆEòÒhÉÇ

10/09/ |É.Gò. 277/<¨ÉÉ®úiÉÒ-2 Ênù. 17/8/2010 +x´ÉªÉä <¨ÉÉ®úiÉ ´É <iÉ®ú ¤ÉÉÆvÉEòɨÉ

EòɨÉMÉÉ®ú Eò±ªÉÉhÉ ={ÉEò®ú +ÊvÉÊxÉªÉ¨É 1996 ¨ÉvÉÒ±É iÉ®úiÉÖnùÓSªÉÉ +xÉÖ¹ÉÆMÉÉxÉä

®úÉVªÉɨÉvªÉä BEò ]õCEòÉ ={ÉEò®ú JÉÉVÉMÉÒ ´É ¶ÉɺÉEòÒªÉ ¤ÉÉÆvÉEòɨÉÉSªÉÉ BEÚòhÉ

¨ÉÖ±ªÉÉxÉÖºÉÉ®ú (VÉʨÉxÉÒSÉä ¨ÉÖ±ªÉ ´ÉMɳÚýxÉ) iɺÉäSÉ ºÉƤÉÆÊvÉiÉ +ɺlÉÉ{ÉxÉäxÉä EòɨÉMÉÉ®úÉÆxÉÉ

ËEò´ÉÉ iªÉÉÆSªÉÉ xÉÉiɱÉMÉÉÆxÉÉ EòɨÉMÉÉ®úÉƺÉÉ`öÒ xÉÖEòºÉÉxÉ ¦É®ú{ÉÉ<Ç +ÊvÉÊxÉªÉ¨É 1923

¨ÉvÉÒ±É iÉ®úiÉÖnùÒxÉÖºÉÉ®ú EòÉähÉiªÉɽþÒ |ÉEòÉ®úSÉÒ ¦É®ú{ÉÉ<Ç Ênù±Éä±ÉÒ +ºÉä±É iÉÒ ®úCEò¨É

´ÉMɳÚýxÉ =´ÉÇÊ®úiÉ ¤ÉÉÆvÉEòÉ¨É ¨ÉÖ±ªÉÉ´É®ú 1 ]õCEòÉ ={ÉEò®ú ´ÉºÉÚ±É Eò®úɴɪÉÉSÉÉ +ɽäþ.

Page 101: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(100)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Clause 58 - Where the workers are required to work near machine

and liable to accident, they should not be allowed to wear loose

clothes like Dhoti, Jhabba etc.

Clause 59 - The contractor shall comply with the provision of

Apprentices act 1951 and the rules and order issued thereunder from

time to time. If he fails to do so, his failure will be a breach of the

contract and the Superintending Engineer may in his discretion cancel

the contract and shall also be liable for any pecuniary liability arising

on account of any violation by the provision of the Act.

Clause 60 - The work is likely to be progress departmentally and

quantity put to tender shall be reducted to the extent of the work is

done by the department upto the date of starting the work by the

contractor. No claims due to deduct on in quantity on this account will

be entertained.

Clause 61 -

¶ÉɺÉxÉÉSªÉÉ ºÉÆMÉÒEÞòiÉ ={ÉGò¨ÉÉSªÉÉ ºÉƤÉÆvÉÉiÉÒ±É EÆòjÉÉ]õnùÉ®úÉSªÉÉ ºÉÆnù¦ÉÉÇiÉ EòɨÉMÉÉ®ú

¦ÉʴɹªÉ ÊxÉ´ÉÉǽþ ÊxÉvÉÒ +ÊvÉÊxÉªÉ¨É iÉ®úiÉÖnùÒxÉÖºÉÉ®ú EÆòjÉÉ]õnùÉ®úɱÉÉ xÉÉånùhÉÒEÞòiÉ +ºÉhÉä

VÉ°ü®úÒSÉä +ɽäþ. iɺÉäSÉ EòɨÉMÉÉ®ú ¦ÉʴɹªÉ ÊxÉ´ÉÉǽþ ÊxÉvÉÒiÉ +ɴɶªÉEò iÉÉä ¦É®úhÉÉ Eäò±Éä±ÉÉ

+ɽäþ ËEò´ÉÉ EòºÉä ªÉɤÉɤÉiÉ ºÉIÉ¨É +ÊvÉEòÉ­ªÉÉSÉä +ɴɶªÉEò iÉä |ɨÉÉhÉ{ÉjÉ ºÉÉnù®ú Eò®úhÉä

VÉ°ü®úÒSÉä +ɽäþ.

Page 102: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(101)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

SCHEDULE “A”

Page 103: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(102)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

SCHEDULE “A”

Schedule showing (approximately) the materials to be supplied from the Departmental

stores for work contracted to be executed and preliminary and ancillary works and the rates

at which at they are to be charged for

particulars

Quantity

Rates at which the material will be charged to the contractor

Place of delivery Unit In

figure In words

- - - - N I L - - - -

Note :- 1) The Person or firm submitting the tender should see that the rates in the

above schedule are filled up by the Executive Engineer-in-charge on issue of the

form

prior to the submission of the tender.

Page 104: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(103)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

CONDITIONS FOR SCHEDULE „A‟

Note :

1) The person or firm submitting the tender should see that the rates in the above

schedule are filled up by the Engineer-in-charge, on the issue of the form prior to

the submission of tender.

2) The cost of cement shown above is inclusive of cost of empty cement bags. The

empty cement bags need not be returned to the Corporation by the Contractor.

3) The charge for conveyance of the materials from the place of delivery to site of

work will be borne by the Contractor. All the materials shall be made available for

delivery on working days during the office hours.

4) The quantities in Schedule „A‟ are approximate and may vary according to the

actual and bonafide use in this work.

5) All the materials mentioned in Schedule „A‟ required for the work shall be taken

from the Corporation only. The materials from the outside source in lieu of materials

from the outside sources in Schedule „A‟ shall not be allowed to use except under

writing permission from the Executive Engineer. The sample of such material shall

be tested at contractors cost. The materials not conforming to the required standard

shall be removed by the Contractor at once from the site of the work at his cost.

6) The materials viz. cement, steel etc. lying unused with the Contractor after

completion of the work and if they are not returned, the Contractor shall pay for

such materials at double the rate at which the materials were issued to him.

Recovery of S.T. and G.T. on the cost of surplus materials which are not returned

by the Contractor will be lived as applicable and as per rules.

7) The Contractor will have to construct a shed with double locking arrangement at his

own cost.

8) The Contractor shall submit an account of all material issued to him from time to

time and whenever demanded and before final bill is produced. Material that cannot

be accounted for shall be recovered from him at penal rates as may be decided by

Executive Engineer.

9) Claim for extra payment on delay in supply of these materials will not be entertained.

10) Proper account of day to day consumption of materials issued as per Schedule „A‟

shall be maintained by the Contractor or his authorised representative on site and it

shall be checked by the Corporation Officer every day in token of its correctness.

Page 105: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(104)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

SCHEDULE “B”

Page 106: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(105)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Name of work : R.R.R. to K.T. Weir @ Wadgaon Shinde, Tal. Haveli, Dist. Pune.

SCHEDULE-B Quantity Item of work Unit. Unit Amount in

Rs.

In Figures In Words

Item No.1: 325.65 Dismantling stone

masonary in lime or cement including stacking the material as directed with all laeds & lifts etc.complete.

133.10

Rs.One hundred thirty three & Paise

ten only

Cum. 43344.00

345785.00 Item No.2:

388.00 Drilling 35 mm dia holes for anchoring in rock and fixing 25mm dia steel anchor

891.25 Rs.Eight hundread ninety one &

Paise twenty five only

Rmt.

578.00 Item No.3: 1647.80 952428.00 Providing & fixing guide

frame for piers etc.complete.

Rs.One thousand six hundred fourty

seven & Paise eighty only.

Rmt

Page 107: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(106)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Quantity Item of work Rate Rs. Unit Amount in Rs. In Figures In Words

8.83 Item No.4:

Providing M.S.Reinfocement including cutting,bending,hooking, laying in position & tying M.S.bars for reinfocement of R.C.C.work as per detailed drawing etc. complete.

56749.90 Rs.Fifty six thousand seven hundred fourty nine & Paise

ninety only

MT 501101.00

Item No.5:

388.46 Providing & laying in situ Cement concrete of grade M-20 (20 MSA) of trap/granite/graded metal compacting,curing including royalty of material etc.complete with all leads & lifts & Providing errecting & laying formwork for Plain & curved surfaces and making surface suitable for concreting including dismantling etc. complete. ( excluding cost of steel )

4435.10 Rs.Four thousand Four hundread Thirty

Five & Paise Ten only

Cum 1722858.00

Item No.6:

189.00 Construction of embankment for casing zone with selected material from barrow area including transporting the material with all leads & lifts laying in .layers,spreading levelling breaking clods & dressing the bankwork including watering & consoldation etc complete.(As cofferdam )

190.60 Rs.One hundread ninety

& Paise sixty only

Cum. 36023.00

134.00 Item No.7: Providing & constructing coffer dam of gunny poly bags filled with approved soil and each bag

373.50 Rs.Three hundred seventy three & Paise

fifty only

Rmt 50049.00

Page 108: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(107)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

properly fastened to stop spiling of its contents including placement of the bags for coffer dam section as per drawing design and or as directed with all leads & lifts for soil.handing soil filled bags with all leads & lifts etc. complete.

825.35 Item No.8: Providing cement plaster 20 mm thick in two coats in c.m.(1:3) without neeru finish to stone surface in all position including scaffolding curing etc complete with all leads and lifts etc. complete.

308.50 Rs.Three hundred eight & Paise Fifty only

Sqm 254620.00

215.66 Item No.9: Providing pointing with cement mortor 1:2 for stone masonry including racking joints, scaffolding, curing including royalty of material etc. complete.

61.80 Rs. Sixty one & Paise Eighty

only

Sqm 13327.00

242.00 Item No.10: Providing railing of mild steel angle post 2 M centre to centre of section 75 mm x 75 mm x 10 mm or equivalent I/ Channel section of height 1.05 above bridge surface with minimum anchor length of 30 cm including hold fast of 25 mm dia. M.S> bar welded at the bottom and concreting of 1:3:6 of size 30 cm x 30cm x 30cm with 3 rows of 40 mm „B‟ class G.I.Pipe provided at 30 on centre to centre including scaffolding and with one coat of anto corrosive paint over it two coats of oil painting, curing of concrete etc. complete.

2900.00 Rs. Two thousand nine hundread only

Rmt. 701800.00

Total Rs. 4621335.00

Total Price (In figures) Say Rs. 4621335.00

(In Words) Rs. Fourty Six Lakhs twenty one Thousand three Hundred thirty five Only.

Page 109: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(108)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Prepared By M. M. Ransing

Sub Divisional Officer Khadakwasla Canal Sub Dn. 2,

Pune.

Shri.V.B.Funde ( Sect. Engr )

Executive Engineer

Technically Checked By Pune Irrigation Division

Pune.

Shri.H.S.Muttepawar ( Sect. Engr )

Pune

Page 110: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(109)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

CONSTRUCTION PROGRAMME

SHEET

Page 111: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(110)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Name of work : R.R.R. to K.T. weir @ Wadgaon Shinde , Tal - Haveli, Dist. Pune.

Work Programme

Qty Item of work Unit Rate in

Rs

Total

Amount Month

1 2 3

Qty Amt Qty Amt Qty Amt

325.65 Item No.1: Dismantling stone masonary

Cum

133.10 43344.00 108.55 14448.01 108.55 14448.01 108.55 14448.01

388.00 Item No. 2 :Drilling 35 mm dia holes for anchoring

Rmt 891.20 345785.00 194.00 172892.80 194.00 172892.80

578.00 Item No. 3 :Providing & fixing guide frame for piers

Rmt 1647.80 952428.00

8.83

Item No.4 : Providing M.S.Reinfocement including cutting,bending,hooking

MT

56749.9

0 501101.00 4.42 250550.81

388.46

Item No.5: Providing & laying in situ Cement concrete of grade M-20 (20 MSA)

Cum

4435.10 1722858.00 97.12 430714.74

189.00

Item No 6;- Construction of embankment for casing zone

Cum

190.60 36023.00

134.00

Item No. 7 :- Providing & constructing coffer dam of gunny poly bags

Rmt 373.50 50049.00 134.00 50049.00

825.35

Item No.8 : - Providing cement plaster 20 mm thick in two coats in c.m.(1:3)

Sqm

308.50 254620.00

215.66

Item No.9 : Providing pointing with cement mortor 1:2 for stone masonry

Sqm

61.80 13327.00

242.00 Item No.10 : Providing railing of mild steel angle post

Rmt 2900.00 701800.00

Total Rs. 4621335.00 64497.01 187340.81 868606.35

Say Rs. 4621335.00 64497.00 187340.00 868606.00

Page 112: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(111)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Qty Item of work Unit Rate in

Rs

Total

Amount Month

4 5 6

Qty Amt Qty Amt Qty Amt

325.65 Item No.1: Dismantling stone masonary

Cum 133.10 43344.00

388.00 Item No. 2 :Drilling 35 mm dia holes for anchoring

Rmt 891.20 345785.00

578.00 Item No. 3 :Providing & fixing guide frame for piers

Rmt 1647.80 952428.00 289.00 476214.20

289.00

476214.2

0

8.83

Item No.4 : Providing M.S.Reinfocement including cutting,bending,hooking

MT

56749.9

0 501101.00 4.42 250550.81

388.46

Item No.5: Providing & laying in situ Cement concrete of grade M-20 (20 MSA)

Cum 4435.10 1722858.00 97.12 430714.74 97.12

430714.74

97.12 430714.74

189.00

Item No 6;- Construction of embankment for casing zone

Cum 190.60 36023.00 189.00 36023.40

134.00 Item No. 7 :- Providing & constructing coffer dam of gunny poly bags

Rmt 373.50 50049.00

825.35

Item No.8 : - Providing cement plaster 20 mm thick in two coats in c.m.(1:3)

Sqm 308.50 254620.00

215.66

Item No.9 : Providing pointing with cement mortor 1:2 for stone masonry

Sqm 61.80 13327.00

242.00 Item No.10 : Providing railing of mild steel angle post

Rmt 2900.00 701800.00

Total Rs. 4621335.00

1157479.75 906928.94

466738.14

Say Rs. 4621335.00

1157479.00 906928.00

466738.00

Page 113: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(112)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Qty Item of work Unit Rate in

Rs

Total

Amount Month

7 8 9

Qty Amt Qty Amt Qty Amt

325.65 Item No.1: Dismantling stone masonary

Cum

133.10 43344.00

388.00 Item No. 2 :Drilling 35 mm dia holes for anchoring

Rmt 891.20 345785.00

578.00 Item No. 3 :Providing & fixing guide frame for piers

Rmt 1647.80 952428.00

8.83

Item No.4 : Providing M.S.Reinfocement including cutting,bending,hooking

MT

56749.9

0 501101.00

388.46

Item No.5: Providing & laying in situ Cement concrete of grade M-20 (20 MSA)

Cum

4435.10 1722858.00

189.00

Item No 6;- Construction of embankment for casing zone

Cum

190.60 36023.00

134.00

Item No. 7 :- Providing & constructing coffer dam of gunny poly bags

Rmt 373.50 50049.00

825.35

Item No.8 : - Providing cement plaster 20 mm thick in two coats in c.m.(1:3)

Sqm

308.50 254620.00 412.68 127310.24

412.68

127310.24

215.66

Item No.9 : Providing pointing with cement mortor 1:2 for stone masonry

Sqm

61.80 13327.00 215.

66 13327.79

242.00 Item No.10 : Providing railing of mild steel angle post

Rmt 2900.00 701800.00

80.6

7 233933.33

Total Rs. 4621335.00

127310.24

127310.24

247261.12

Say Rs. 4621335.00

127310.00

127310.00

247261.00

Page 114: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(113)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Qty Item of work Unit Rate in

Rs

Total

Amount Month

10 11 12

Qty Amt Qty Amt Qty Amt

325.65 Item No.1: Dismantling stone masonary

Cum 133.10 43344.00

388.00 Item No. 2 :Drilling 35 mm dia holes for anchoring

Rmt 891.20 345785.00

578.00 Item No. 3 :Providing & fixing guide frame for piers

Rmt 1647.80 952428.00

8.83

Item No.4 : Providing M.S.Reinfocement including cutting,bending,hooking

MT 56749.90 501101.00

388.46

Item No.5: Providing & laying in situ Cement concrete of grade M-20 (20 MSA)

Cum 4435.10 1722858.00

189.00

Item No 6;- Construction of embankment for casing zone

Cum 190.60 36023.00

134.00

Item No. 7 :- Providing & constructing coffer dam of gunny poly bags

Rmt 373.50 50049.00

825.35

Item No.8 : - Providing cement plaster 20 mm thick in two coats in c.m.(1:3)

Sqm 308.50 254620.00

215.66

Item No.9 : Providing pointing with cement mortor 1:2 for stone masonry

Sqm 61.80 13327.00

242.00 Item No.10 : Providing railing of mild steel angle post

Rmt 2900.00 701800.00 80.67 2339333 80.67

233933.33

Total Rs. 4621335.00

233933.33 233933.33

0.00

Say Rs. 4621335.00

233933.33 233933.33

0.00

Page 115: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(114)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Specifications

Page 116: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(115)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

INDEX

SCHEDULE SHOWING ITEMS OF WORKAND APPLICABLE SPECIFICATIONS

Sr.

No

.

Section No.

Particular

s

Page No.

1)

2)

3)

4)

5)

6)

7)

8)

9)

10)

11)

12)

13)

14)

15) 16)

Section 1

Section 2

Section 3

Section 4

Section 5

Section 6

Section 7

Section 8

Section 9

Section 10

Section 11

Section 12

Section 13

Section 14

Section 15

Section 16

General Specifications

Removal of Grass shurb Kubabul

Embankment

Dismantling

Cement Concrete

Pointing

Formwork

Steel Reinforcement

Back Filling Railing

Dewatering & Cofferdam

Guide Frames for K.T. Weir Piers

Plaster

Anchor Bars with Grouting

Drilling

Drilling & Water Intake Test

120

130

131

152

158

162

184

187

188

192

200

202

206

208

Page 117: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(116)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

1 - GENERAL SPECIFICATION

1.0.0 Scope

1.1.0 Work and site conditions

1.1.2 Climatic conditions

1.1.3 Labour availability

1.1.4 Location

1.1.5 Rail routes\

1.1.6 Roads

1.1.7 Water supply

1 .2.0 Electric power

1.3.0 Telephone and telegrams

1.4.0 Colony-Establishement of colony

1.4.1 Sanitation and up-keep of colony

1.4.2 Camp regulations, medical aid, General

1.5.0 Materials

1.5.1 Petrol oil and lubricants

1.5.2 Stone for rubble masonry and for metal

1.5.3 Sand

1.5.4 New quarry leads

1.6.0 Precautions during the floods

1.7.0 Contract drawings working drawings and specifications

1.8.0 Embedded Items

1.9.0 Signing the Field Books, Longitudinal sections, Cross section and

Measurement Books

1.10.0 Material (Cement)

1.11.0 Steel

1. 12.0 Supply of Corporation Materials other than those given

In the Schedule „A‟ of Tender.

1.13.0 Royalties

1 .14.0 Advance on Construction materials.

1:15.0 Payments

1 .16.0 No Interest on money due to the contractor

1.17.0 Difficulties in land Acquisitions

1.18.0 Handing over of completed reaches, and letting out water for Irrigation.

Page 118: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(117)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

1 - GENERAL SPECIFICATION

1.0.0 SCOPE :

The general specifications shall apply to all the items of Schedule „B‟ under this Tender.

1.1.0 GENERAL DESCRIPTION OF THE PROJECT :

The information is given in Annex „A‟ to Section I - Detailed Tender Notice.

1.1.1 WORK AND SITE CONDITION :

It shall be presumed that the Contractor has fully informed himself as to the nature and

locations of works, general and local conditions and particularly those having bearing on

approaches to the site, location of stone and sand quarries, availability and transport of

material, tools and plants machinery, disposal areas, availability of labour, weather

conditions and river stages etc. and has estimated his cost accordingly. Government will

bear no responsibility for any lack of such acquaintance with site conditions on the part of

the contractor and the consequences thereof to the contractor. The information and data

about site conditions shown in the drawings and mentioned herein is furnished as a

rough guide only but Government will not be responsible for the accuracy thereof or for

any deductions interpretations and conclusions drawn there from by the contractor.

1.1.2 Results of trial pits and exploratory bores taken along the canal axis are as shown in the

drawings. The Government does not accept any responsibility for any variation in strata

classifications found in actual excavations.

1.1.3 CLIMATIC CONDITIONS:

The information is given in Annex „A‟ to Section I - Detailed Tender Notice.

1.1.4 LABOUR AVAILABILITY:

Some local unskilled labour may be available during non agricultural season but skilled

labour may not be available Contractor must however make his own enquiries.

1.1.5 LOCATION:

The information is given in Annexure „A‟ to SECTION I - Detailed Tender Notice.

1.1.6 RAIL ROUTE:

The information is given in Annexure „A‟ to SECTION - I of Detailed Tender Notice.

1.1.7 ROADS:

The information is given in Annexure ‟A‟ to SECTION I-Detailed tender Notice.

Page 119: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(118)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

1.1.8 WATER SUPPLY:

The Contractor will have to make his own arrangements for the water supply required for

his work, staff and labour. He will have to provide all arrangement for making water

potable and safe for drinking by his staff, labourers and other dependents on

Contractor‟s services. Disinfection of all drinking water by chlorination will be obligatory,

on the part of Contractor.

Fresh and potable drinking water shall be made available by the Contractor to all

persons working at work spots in clean and hygienic earthen or other pots at all working

places and in sufficient quantity.

1.2.0 ELECTRIC POWER:

Electric power, if required shall be arranged by the contractor at his own efforts and cost

and he shall have to make his own arrangements for laying, installation maintaining the

power lines etc. He should observe all requirements of the Indian Electricity Act. 1910,

1948. Indian Electricity Rules 1956, and rules in existence and framed from time to time,

failure to which Government accepts no responsibility for any damage, injury or

compensation.

1.3.0 TELEPHONE AND TELEGRAMS :

Nearest telephone and telegraph facilities are available at the places indicated In Annexure „A‟ to SECTION - I of Detailed Tender Notice.

1.4.0. COLONY:

ESTABLISHMENT OF COLONY:

The Contractor shall be allowed to construct his own colony for his workers and

supervisory staff within the limits of Government land, if available.

The land used by the Contractor for his staff and labour colony shall be handed over

back to the Government within three months after the physical completion of work or

termination of the contract whichever is earlier duly cleared and fairly brought to the

original condition. No structures or constructions shall be left on the land at the time of

vacating it without the specific approval of the Engineer-in-charge. The Contractor

shall prepare and submit his proposed plan of colony layout and get it approved from the

Engineer-in-charge before establishing any colony either for the labourers or for the

supervisory staff. The Contractor shall have to construct and maintain all access and

approach roads etc. in his colony areas at his own cost. Any modifications, changes and

alterations suggested by the Engineer-in-charge in respect of area of cotony, layout of

roads etc. will be binding on the Contractor and shall have to be done at his cost.

1.4.1 SANITATION AND UP-KEEP OF COLONY:

The Contractor shall be responsible for maintaining satisfactory water supply and

sanitary facilities in his labour camp and for his other staff.-He will take precautions not

to allow

Page 120: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(119)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

any unhealthy and insanitary conditions in his camp. The Engineer-in -charge shall have

the right to inspect the Contractors colonies at any time and to suggest improvement,

modifications etc. with special regards to cleanliness and sanitation, sullage water and

garbage disposal, any other nui sance, and proper layout, which shall be binding on the

Contractor. The Contrac tor shall provide adequate number of portable chemical closets

for use, and urinals and water dosets, and make proper lighting and scavenging

arrangements to the satisfaction of Engineer-in-charge. Separate arrangements should

be made for female labour.

1.4.2 CAMP REGULATIONS :

The Contractor shall be responsible for maintaining law and order in his camp and on his

work and to that end shall employ such officers, watchmen labour etc. as required.

Unauthorised and undesirable persons shall be expelled from the camp and from the

works. If in the opinion of Engineer-in-charge any employee or agent of the Contractor

misbehaves or causes obstruction in proper execution of work or otherwise makes

himself undesirable, the Contractor shall on receipt of instruc tions from the Engineer-

in-charge remove him from premises.

MEDICAL AID :

The Contractor shall arrange all the necessary medical facilities for his staff and labour

at his own cost and to the satisfaction of the Engineer-in-charge.

GENERAL:

The cost of sanitation and supply of drinking water is deemed to have been included in

the unit rates of items of work.

1.5.0 MATERIALS:

1.5.1 PETROL OIL AND LUBRICANT:

The Contractor shall have to install his own supply for petrol and diesel at the site. The

location of pumps shall have to be got approved from the Engineer-in-charge and usual

precautions which are necessary, for such installation will have to be taken.

1.5.2 STONE FOR RUBBLE MASONRY AND FOR METAL :

The Contractor shall make his own investigation regarding locations of quarries, quality

of stone and adequacy of the various sources of stone in quarry areas known to him.

Excavated material of hard rock excavation has been dumped on the canal site.

Contractor can make use of this material. Material has to be sorted out by Contractor at

his cost and should be got approved from the Engineer-in-charge before its use in the

work. However it is for Contractor to investigate the quarries which will yield stone in

sufficient quantities and of required quality. Over burden on quarry shall have to be

removed by the Contractor at his own cost.

Page 121: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(120)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

The locations of quarries have to be such that they do not affect permanent structures

and should not be near the existing or proposed habitations. The locations and size of

the quarries shall be subjet to the approval of the Engineer-in-charge. However, if a

quarry location, approved by the Engineer-in-charge, on „it‟s opeining does not yield

adequate or suitable stone, no claims can be raised against the Government. In that

case other quarries will have to be established by the Contractor at his own cost and risk

and the stone got approved from the Government for it‟s quality before using it in the

work.

If the quarries located- are in private properties, the Contractor shall negotiate with

the respective owners and shall attend to legal rights and attend to payments etc. to the

concerned parties for operation of these quarries at his own cost. Similary, he shall make

arrangements for roads leading to and from the stone quarries to the work site at his own

cost.

1.5.3 SAND:

The Contractor is advised to make his own enquiries regarding adequacy, proper quality

and cost of sand, approaches to quarries etc. The sand quarry to be used and any

change in location shall have prior approval of the Engineer-in-charge.

The Contractor shall, however, obtain permission from Revenue and other authoirities

before removing the material and shall pay royalty and other taxes. Octori duty, escort

fee, if any, for sand which shall not be reimbursed. The Contractor shall have to make

his own enquiries regarding legal rights and attend to the aspect of payments due etc.

for the operation of the quarries.

The extent of annual replenishment of the sand sources is unknown. The Contractor

may, therefore choose to collect the sand in advance of its use for the work.

The Contractor shall make his own arrangements for quarrying and transport of sand

from the quarries to the work site. Approach roads to the quarries shall also be

constructed and maintained by the Contractor at his own cost.

All the cost of transport of sand shall be borne by the Contractor and no claims on this

account will be entertained,

Use of crushed sand conforming to the required gradation and specifications can be

permitted with specific approval of the Engineer-in-charge.

1.6.0 PRECAUTIONS DURING THE FLOODS :

It shall be the responsibility of the Contractor to preserve and maintain in safe condition

all materials, machinery and tools from floods and rain and no compensation whatsoever

will be payalbe to him on account of loss due to floods, rain and any other causes.

Page 122: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(121)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

1.7.0 CONTRACT DRAWING WORKING DRAWING AND SPECIFICATIONS :

On acceptance of the tender, sets of copies of contract conditions and drawings to a

maximum of three, will be supplied to the Contractor free of charge. On request by the

Contractor and in the discretion of the Engineer-in-charge, the Contractor may be

supplied additional copies of contract documents and drawing to be charged at the rate

of Rs.1500/- (Rupees One Thousand Five Hundred Only) per set.

The drawings which form part of this contract, show the work to be done in such details

as is possible to do for the present. They will be supplemented or superseded by such

additional detailed working drawings as may be necessary as the work progresses. The

Contractor shall carry out the work in accordance with these additional or revised

working drawings, as the case may be and at the applicable rates as per the contract.

The Contractor shall be supplied a maximum number of four copies of each of all such

working drawings free of charge. Should the Contractor require any additional copy for

his use the same may be supplied at the discretion of the Engineer-in-charge and the

Contractor will be charged Rs. 100/- (Rupees One Hundred Only) for each of additional

copy of each drawing.

The Contractor shall check all drawings carefully and advise the Engineer-in-charge

immediately of any errors or omissions discovered. The Contractor shall not take

advantage of any kind of errors or omissions in the drawings supplied.

1.8.0 EMBEDDED ITEMS:

Before placing concrete and or masonry care shall be taken to see that all embedded

items are firmly and securely fastened in place as indicated on the drawings or as

directed. All embedded items shall be cleaned free from all foreign matter such as scale,

rust, oil paint etc.

The Contractor shall be responsible for correctly embedding the parts as directed without

any charge, the cost of such embedding being deemed to have been included in the item

of concrete and or masonry as the case may be. No extra payment will be made for the

installations of this embedded work or for delays, or for interruptions arising therefrom.

1.9.0 SIGNING THE FIELD BOOKS, LONGITUDINAL SECTIONS, CROSS SECTIONS AND

MEASUREMENT BOOKS :

Before starting the work for intermediate payments and at the end before the work is

covered, levels for plotting the longitudinal section (along the axis as decided by the

Engineer-in-charge or his authorised representative) and cross sections of the portion of

the work shall be taken by the authorised engineer of the contractor in the presence of

Engineer-in-charge or his duly authorised representative. The contractor or his

authorised engineer shall have to sign the field books and plans showing tongtudinal

sections and cross sections of the portion of the work in token of accep tance. If the

Contractor fails to sign them, the levels recorded by the Engineer-in-charge or his

representative in the

Page 123: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(122)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

authorised books shall be final and binding on the Contractor. If the Contractor or his

duly authorised agent fails to attend, the levels shall be taken in his absence and such

levels and longitudinal sections and cross sections based thereon shall be final and

binding on the Contractors. The levels will be taken on such alignments and cross

sections as will be useful for reference permanently and will be in harmony with the

mode of the measurements for payments as described under Specifications. The point

locations for the levels will depend upon the ruggedness of the area and will also be at

least in conformity with the requirements of Specifications.

1.10.0 CEMENT AND STEEL SUPPLIED BY GOVERNMENT :

No material will be issued by the Government on Schedule „A‟. The Contractor, is

responsible for all materials including cement, steel, explosives, hume pipes etc.

However, for the works for which the estimated cost put to tender is less than Rs. 100

lakhs, cement and steel will be supplied by the Government as shown in Schedule „A‟.

1.10.1 CEMENT PROCURED BY CONTRACTOR :

A) The Contractor shall procure Cement 43 grade conforming to IS 269 of 1976 from

recognised manufacturers such as L & T, A.C.C., Narmada, CCI, Rajashree, Manikgarh

etc. as per para 14 of Special Conditions of Contract in standard packing of 50 kg. per

bag from the authorised manufactures. The Contractor shall make necessary

arrangement at his own cost to the satisfaction of Engineer-in-charge for actual

weighment or random sample from the available stock and shall conform with the

specifications laid down by the Bureau of Indian Standards (vide their specifications No.

IS 43 grade) or higher in quality as per para 17.0.2. Cement shall be got tested in the

laboratory under Quality Control Circle, Pune. In case of any dispute about the results,

the cement shall betested in M.E.R.I., Nashik where decision will be final. The cement

bags brought and kept at site godown shall be tested for all the tests as directed by the

Engineer-in-charge atleast one month in advance before actual use of cement.

Cement brought on site shall be as fresh as possible to the satisfaction of the Engineer-

in-charge. The old stock, if rejected, shall be immediately removed from the site at the

Contractor‟s cost.

Cement bags required for testing shall be supplied by the Contractor free of cost.

However, the testing charges for cement will be borne by the employer. If the tests

prove unsatisfactory then the charges will be borne by the Contractor.

B) The use of admixtures and agents shall be made as per instructions of the Engineer-in-

charge. The cost of cartage / storing / handling / batching / mixing shall be borne by the

Contractor and shall be included by them in unit prices tendered for concrete.

C) The Contractor should maintain throughout the tenure of the work adequate stock of the

cement (min 30 days requirement) so as to ensure that, at no time, work is stopped for

want of cement. At the same time, no cement of age older than 60 days from the date of

Page 124: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(123)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

despatch from the manufacturing unit shall be used on the work. No cement shall be

removed from the site without the permission of the Engineer-in-charge.

The Contractor shall forthwith remove from the works area any cement that the

Engineer- in-charge may disallow lor use on account of failure to meet with the required

quality and standard.

Cement stock of ONE months requirement shall be kept on site atleast one month in

advance. Samples for testing of the cement brought to the she shall be given free of cost

by the contractor, as and when required.

D) The Contractor will have to construct sheds for storing cement having capacity not less

than the cement required for 90 days use at approved locations along the canal. The

Engineer-in-charge or his representative shall have free access to such stores at all

times.

E) The Contractor shall further, at all times satisfy the Engineer-in-charge on demand, by

production of records and books or by submission of returns and other proofs as

directed, that the cement is being used as tested and approved by the Engineer-in-

charge for the purpose and the Contractor shall at all times keep his records up-to-date

to enable the Engineer-in-charge to apply such checks as he may desire.

F) Any consignment of cement which does not comply with specifications shall not be used

in the works.

G) Special cement to be used on works shall be confirming to IS 8112.

1.11.0 STEEL : (Procured by Contractor)

A) The Contractor shall procure steel from the market. The Contractor shall make

necessary arrangement at his own cost for sample from the available stock and shall

conform with the specifications laid down by the Bureau of Indian Standards (vide their

Specifications NOS. I.S. 432 (Part 1) of 1966, 1139-1966, 1786-1979).

B) The Contractor should store the steel of 60 days requirement at Ieast one month in

advance.

C) The Contractor will have to construct sheds for storing steel having capacity not less

than the steel required for 90 days use at approved locations along the canal. The

Engineer-in-charge or his representative shall have free access to such stores at all

times.

D) The Contractor shall further, at all times satisfy the Engineer-in-charge on demand, by

production of records and books or by submission of returns and other proofs as directed

that the steel is being used as tested and approved by the Engineer-in-charge for the

purpose and the Contractor shall at all times keep his records uptodate to enable the

Engineer-in-charge to apply such checks as he may desire.

Page 125: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(124)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

E) Local Contractors shall procure the steel from main producer such as SAILS, TISCO,

ISCO. Rerolled steel will not be acceptable. They should bring the test certificate of steel

procured by them from the manufacturers.

F) The steel procured should conform to standard specification of Bureau Indian Standards

I. S. No. 1786 of 1979 for Tor Steel and I. S. 432 of 1966 for mild steel.

G) Steel samples required for testing shall be supplied by Contractor free of cost. However

the testing charge for steel will be borne by the employer. If the test proves

unsatisfactory then the charges will be borne by the Contractor.

1.12.0 ROYALTIES :

The contractor shall arrange for the materials from approved quarries. It is necessary for

the Contractor to obtain permission from Revenue Authorities or other relevant

authorities before removing the materials & pay all quarry fees, royalties, octroi dues &

ground rent for stacking material, if any.

1.13.0 ADVANCE ON CONSTRUCTION MATERIALS :

For imperishable materials brought on site by the Contractor and meant to be

incorporated or consumed in work, secured advance at 75 percent (Seventy five

percent) of the cost as assessed by the Engineer-in-charge shall be paid provided that

such materials are not in excess of the requirement of the work. The Contractor shall

furnish indenture bond for the amount of the advance in the form prescribed by

Government for the same. The recovery of such advances shall be made from each

succeecding work bill, at the rates the material have been consumed in the relevant

finished item.

1.14.0 PAYMENT:

1.14.1 Generally, the Government will pay two running bills in a month, i.e. on 10th and 25th

day of each month provided that the contractor submits his bills by these dates. The

recoveries for various advances shall be effected from these bills. The total recovery on

all accounts shall be limited to 50 percent (Fifty percent) of the gross bill and the balance

if any, shall be recovered from the succeeding monthly bills.

1.15.0 NO INTEREST ON MONEY DUE TO THE CONTRACTOR :

No omission by the Engineer-in-charge to pay the amount due upon measurements or

otherwise shall vitiate or make void, the contract, nor shall Contractor be entitled to get

interest on any guarantee bond or payment in arrears nor on any balance which may, on

the final settlement of his account be found due to him.

1.16.0 If due to difficulties in land acquisition, land does not become available, the same cannot

be handed over to the Contractor. In such a situation the Contractor shall not be entitled

to any claim. If the lands do not become available upto 50 percent of the time limit of the

tender, the execution of the quantities of works under various items pertaiing to such,

lengths shall be optional.

Page 126: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(125)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

1.17.0 HANDING OVER OF COMPLETED REACHES AND LETTING OUT WATER FOR

IRRIGATION :

1.17.1 On the request of the Contractor the continuous completed reaches of Distributory and

Minors including Sub-Minors would be taken over by the Government provided if it fulfils

the conditions specified below :

1.17.2 The term “completed” under 1.17.1 above should be deemed to be inclusive of structures

and selective lining and ready to receive flow of water for irrigation.

i) The unit for taking over of Distributory will be in stages with a completed minimum

length of not less than 500 Mtr. only at a stretch from head reach (or starting point of

contract length) and continuous in length.

ii) The unit for taking over of completed Minors and Sub-Minors will be one complete

Minor with its Sub-Minors from Head reaches (or starting point of contract length) taking

off from completed distributory lengths as described in sub-para (i) above Reaches of

canal in continuous length as specified in (i) and (ii) above may be taken over by

recording final measurements. In case silting of canal takes place or scouring damages

due to the flow of rain water/flood water entered through incomplete reaches, it would

be the responsibility of the Contractor to rectify it.

1.17.3 Water is likely to be let out in Distributory and Minors including Sub-Minors In the

completed reaches handed over to the Government for Irrigation purpose. However In

reaches not handed over to the Government maintenance liability of the Contractor

would continue to be for the entire period of contract with maintenance period of Six

months after completion, while for reaches handed over the maintenance period of Six

months would commence from the date of taking over by the Government irrespective of

whether water is let out for Irrigation or not.

1.17.4 Water is available free of cost for use on works when water is let out in the Distributory/

Minor for irrigation purpose. However, during closure periods the Contractor has to make

his own arrangements for storage of water for use in works. In case Distributory / Minors

are closed for intervals the Contractor has to make his own arrangement of water at his

cost. No claim of any kind will be entertained on this account.

1.18.0 The measurements for the work shall be taken by Contractor‟s authorised engineer in

the presence of Engineer-in-charge or his authorised representative and recorded in

the authorised books. The contractor shall obtain the signature of Engineer-in-charge or

his authorised representative on such recorded measurements in token of acceptance. If

the contractor fails to take such measurements, then the Engineer-in-charge will

cause to record the measurements which will be final and binding on the contractor.

This para is applicable to all items.

Page 127: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(126)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

2 - REMOVAL OF GRASS, SHRUBS, KUBABHUL 2.1.0 SCOPE

The Item shall include clearing and cutting grass, shrubs, thorney shrubs, Kubabhul and

depositing as specified including all leads & lifts

2.2.0 The removal of grass, shrubs, thorney shrubs, Kubabhul shall be cleared of to their root

depth without damages to canal lining, bank work or any structures on canal.

2.3.0 In the event of damages to canal lining, bank work or any structures on canal shall be

rectified by the contractor at his own cost. If the contractor fails to rectify the damages,

the cost of rectification will be recovered from his bill.

2.4.0 The materials obtained from removal of such clearance shall be the property of the

Water Resources Deptt. and shall be stacked as directed by the Engineer in charge, so

as not to cause obstruction to canal flow, service road or Inspection path.

2.5.0 Before starting the work, the contractor shall have to sign the measurements of such

removal of grass, shrubs, thorney shrubs, Kubabhul etc. that he has to tackle. If the

contractor fails to sign them within three days of being called upon to do so, the

measurements as recorded by Engineer-in-charge or his assistant will be final and

binding on the contractor.

2.6.0 For the points which are not covered by these specifications, the instructions given by

the Engineer in charge shall be final and binding on the contractor.

2.7.0 SCOPE OF WORK

Removal of grass, shrubs, thorney shrubs, Kubabhul and its disposal in a manner as

specified and dressing it to the specified line and level. The rate is also inclussive of.

i) Necessary protection to labours, materials and equipments to ensure, safety and

protection against risk or accident

ii) Supply of facilities for inspection and measurements at any time to the concerned

Water resources Departments Officials

iii) Compensation for injury to life and damage to property if any, caused by contractor‟s

operations connected with these item.

2.8.0 MODE OF MEASUREMENT & PAYMENT

The measurements shall be based on surface area cleared and dressed to the proper

line and level.

Page 128: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(127)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

3 - EMBANKMENT

3.0.0 Embankment

3.1.0 Scope of work

3.1.1 Clearance of Site

3.1.2 Materials

3.1.3 Zoning of embankment Soil Core/Hearting Material Murum Casing

3.1.4 Stretches of embankment

3.2.0 Allowance for settlement

3.2.1 In Height

3.3.0 Use of excavated materials

3.4.0 Borrow pits

3.4.1 Locations

3.5.0 Depositing of material

3.5.1 Definition of lead and lift

3.6.0 Watering and compaction

3.6.3 Tamping

3.6.5 Dressing

3.7.0 Testing

3.7.2 Field density

3.8.0 Deduction in sectional measurements

3.9.0 Providing pervious material having CNS properties

for Sub-grade behind lining.

Page 129: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(128)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

3 - EMBANKMENT

3.0.0 EMBANKMENT

3.1.0 SCOPE OF WORK:

The item shall include contractors own material brought upto site of work, deposition

spreading in final position and consolidations as hereinafter specified. Wherever the

embankment is formed by utilising excavated stuff from the excavation. The item also

includes rehandling and picking up of the excavated stuff and its sorting wherever

necessary.

3.1.1 CLEARANCE OF SITE :

Before commencing the embankment, the site should be cleared of stones, sand, shrub,

vegetation etc. without any charges. If the soil on which the bank is to be placed is not

suitable for laying banks, the whole or the portion of the same should be stripped off as

directed in writing by the Engineer-in-charge and materials so stripped if suitable shall be

utilised for bank work or filling of the stripped up portion, as directed by Engineer-in-

charge.

3.1.2 MATERIALS :

The embankment shall be constructed of contractor‟s own soil, hard murum of approved

quaility as approved by the Engineer-in-charge and also laid as directed in the

appropriate zones of the section, approved by the Engineer-in-charge. Materials harder

than soft rock shall not be used for casing except with the written permission of the

Engineer- in-charge who may allow hard rock partly to be used on outer slopes of the

bank.

3.1.3 ZONING OF EMBANKMENT :

The embankment shall consist of :

1) Soil core

2) Murum casing as shown in the drawing.

SOIL CORE/HEARTING MATERIALS :

The zone shall be formed with selected impervious soil as approved by the Engineer-in-

charge available from excavation specified in para No. 2.7.1, 2.8.0 (a) and 2.9.0 or

availble from borrow pits as the case may be. Earth for hearting zone shall be free from

roots and vegetate or other organic matter. All clods and lumps upto 5 cm. cubes shall

be broken up as the work proceeds. The earth to be used for hearting shall be from the

contractor‟s own quarry approved by the Engineer-in-charge.

Page 130: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(129)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

MURUM CASING :

Casing shall be of pervious soils consisting of murum of approved quality to the desired

section.

Materials for casing shall be free from roots and vegetable mounds or other organic

matter. All clods and lumps upto 10 cm. cubes shall be broken up as the work proceeds.

The material to be incorporated in the casing zone shall begot classified from the

Engineer- in-charge with regard to its suitability before being used in bank work.

3.1.4 STRETCHES OF EMBANKMENT :

The embankment shall be made of 150 to 250 metre in lengths and not in small bits.

3.2.0 ALLOWANCE FOR SETTLEMENTS :

32.1 IN HEIGHT :

The banks will be made to extra height at a rate of 5 cm. per metre of designed height to

allow for probable settlement of banks. The widths at base and top in this case remain

unchanged. The extra work so done will be measured and paid for under the respective

items of banking after deductions of specified shrinkage aIIowance.

3.3.0 USE OF EXCAVATED MATERIALS :

3.3.1 All the materials required for the construction of the appropriate zones of the canal

embankment shall come from following sources in order of priority.

1) The materials obtained from the excavation of canal and approved for use in the

embankment by the Engineer-in-charge.

2) After utilising the materials obtained as above the remaining materials required for

construction of embankment shall be taken from the approved borrow areas of the

contract. The materials so obtained from the borrow area should also be got approved

prior to its use.

The material already excavated and stacked along side the cuts in the reaches will be

permitted to be used free of cost in the respective zones of the embankment In respect

of suitability of use of such materials, decision of Engineer-in-charge shall be final. The

rate of this item includes cost of sorting out of material for casing from the spoil bank.

3.3.2 The quantity of earth work from borrow area mentioned above will be worked out by

deducting the total usable soils of excavation In the appropriate zones whether actually

used or not. 10 percent wastage for utilisation will be allowed in excavation quantities.

The utilisation of the excavated materials should be so planned that these materials shall

be used directly in the embankment with the minimum lead. No charges will be paid for

rehandling or if material is used with a longer lead when it can be used within a shorter

lead. The quantities to be deducted for the utilisation in embankment in appropriate

zones as detailed above will be arrived on the basis of the following conversion table.

Page 131: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(130)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Sr.

No. Type of material Excavation

measured in place

i.e. direct

measurements of

cut

Converted

compacted banks

measurements for

the purpose of

reduction

1.

All soft material for hearting

1 cubic metre

0.9 cubic metre

2. Hard material for casing 1 cubic metre 1.0 cubic metre

3. soft rock 1 cubic metre 1.2 cubic metre

4

Hard rock

1 cubic metre

1.4 cubic metre

3.4.0 BORROW PITS :

No borrow pits shall be allowed in the Corporation land aquired for the canal, branches,

minors and sub-minors.

3.5.0 DEPOSITION OF MATERIAL :

All materials obtained from excavation or contractor‟s own material shall be laid in

regular layers not exceeding 23 cm. thickness loose. The layers of earth shall have a

slight slope towards to centre of bund which shall be formed by dumping earth from the

sides towards the centre. During monsoon, a small crown shall be maintained at the

middle of the bank work to facilitate easy drainage of rain water. The material shall be

laid to the section inclusive of pride. The profiles shall show the total heights and slopes

including allowances for settlement. The bank is to be constructed evenly to the full

section of the set out. The finished bank work shall be dressed neatly to the sections

and slopes shown by the profile.

3.6.0 WATERING AND COMPACTION :

3.6.1 Compaction of bank shall be done by 8 to10 tonnes rollers. Before consolidation, the

layer will be moistened with adequate quantity of water to bring the percentage of

O.M.C. with variation of 2 percent of O.M.C. The rate of the item includes charges for

rolling and for providing sprinkling water with all leads and lifts required for the purpose.

Before laying the next layer the previous layer shall be scrapped and picking done if

required so as to ensure good bond with the new layer. Subsequent layer shall only be

allowed after the first layer is satisfactorily consolidated. If Contractor fails to

giverequired compaction, the Corporation shall employ additional rollers at Contractor‟s

cost. The hearting and casing shall be raised simultaneously in order that the whole

embankment may be raised evenly.

3,6.2 The compaction will have lo be uniform overthe full width of the bank. The roller should

be made to travel over the entire design section of each layer so that the earth is fully

consolidated and leaves no visible marks on the surface or as directed by the

Page 132: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(131)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Engineer-in-charge. Where, smooth rollers are used, the surface of each layer of

compacted material shall be roughned with a borrow and throughly borrowed or raked

before depositing the succeeding layer of material and care shall be exercised to avoid

the occurance of horizontal seams. Earth work should be continuous from day to day. In

case of break in consolidation exceeding four days, the dried surface shall be well

watered and borrowed before a fresh layer of earth is laid on it.

The spreading of the next layer shall be carried out only after the whole underlaying

layer has been properly consolidated. -

The Contractor shall arrange for the water required tor the work and no extra charges

will be allowed on this account. Water required to bring up the moisture content to its

optimum figure shall be sprinkled uniformly over the entire area and not poured in

ditches. The Contractor should give all facilities for the Corporation staff to conduct the

optimum moisture content and dry density tests at site.

3.6.3 TAMPING COMPATION :

In those parts of the embankment inaccessible to the specified rolling equipment

around and in account with structures and in proximity of structures where the rolling

equipment shall not be permitted to operate, compaction shall be accomplished either

with manual or mechanical tampers of approved type. Roller shall not be permitted to

operate within one metre of concrete or masonry structurers and all fill within this

distance shall be tamped by manual or mechanical tampers. All materials to be tamped

shall be spread in layers not over 8 cm. thick when loose. The moisture content of the

material may be + 2 percent water than O.M.C. and amount of tamping shall be such as

to produce a degree of compaction equal to the specified for rolled fill. Special care shall

be exercised to obtain a good contact and bond with surface of concrete and masonry

structures.

3.6.4 In order to achieve compaction uplo the edges of the embankment, the embankment

section shall be widened on inner side by minimum 30 cm or more to get width required

for rolling as directed by Engineer-in-charge. The pride so provided shall not be payable

under the item of excavation, initially. However the payment shall be made for removal of

material from pride under the item of excavation of soft strata under canal earthwork and

lining. The Contrac tor may use this material for raising of embankment in the zone

above free board, for which payment shall be made under the relevant item of

embankment.

Inner section of distributaries or minors (capacity less than 0.15 m3 /sec) and

approaches of structure on canal as directed by Engineer-in-charge shall be completely

filled and compacted with murum casing in layers. The quantity of this extra filling shall

be paid under the relevant item of embankment The removal of quantity of extra filled

material in the inner side of the section of canal, distributary or minor shall be paid under

the item of excavation for soft strata and the material so excavated shall be reused in the

embankment and shall be paid under the relevent item of embankment to be

constructed. This removal shall be done as per the instructions of Engineer-in-charge.

Page 133: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(132)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

3.6.5 DRESSING:

DRESSING OF BANK :

After completion of work, the bank including spoil shall be dressed evenly to the required

section as directed with no extra cost to Corporation.

3.6.6 The side slope shall be accurately dressed to required slope and section by stretching

string between the template faces. Dressing should be accompained by watering and

ramming, including replacing or refilling the murumy material. Dressing and removal of

inner side pride should be done just before commencing the lining as per direction of

the Engineer-in-charge.

3.7.0 LAYING AND TESTING :

3.7.1 The material placed in the embankment shall be laid in 15 cm layers if plain roller is used

and 22 cm layers if sheep foot roller is used and shall be properly watered and

compacted to attain dry density of not less than 95% of the proctor density for the

material under consideration. The soil shall be brought to + 2 percent of O.M.C. as

determined in the laboratoi by adding the required amount of water erther at the borrow

pits or on the embankment.

In case of canal embankment a dry density upto 90% of optimum dry density (Standard

proctor density) will be accepted but shall be paid at reduced rate to be approved by the

Superintending Engineer.

3.7.2 FIELD DENSITY :

The field density tests shall be conducted to ascertain lhal a density of 95 percent of the

proctor density is attained. The number of such tests .shall not be less than one for every

500 cubic metres of the rolled or compacted earth work per layer or two per day

whichever is more.

3.8.0 MODE OF MEASUREMENTS AND DEDUCTION IN SECTIONAL MEASURE-MENTS :

All measurements shall be taken on cross section of bank. For this purpose detailed

cross section of the ground shall be taken at the interval of 20m. or less as directed

before a embankment of a particular reach starts. The quantities of bank work shall be

worked out on the basis of areas and distances of !hese cross sections by prismoidal

formula. Deduction in quantities of bank work and C.N. S. bank shall be made for

shrinkage at the rate of 10 percent of intermediate measurements, 7 percent after one

monsoon and 5 percent for finel measurements of earthwork if the final measurements

are taken after two or more monsoons.

3.9.0 PROVIDING PERVIOUS MATERIAL HAVING C. N.S. PROPERTIES FOR SUB-

GRADE BEHIND LINING :

3.9.1 Most of the proposed embankment quantity under banking item is required for preparing

sub-grade behind lining in B. C. zone. As sub-grade in B.C. zone requires a good

foundation for good lining, special care will have to be taken for it.

Page 134: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(133)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

3.9.2 The thickness of bed and side sub-grade shall be as per design and drawing or as

directed by the Engineer-in-charge in writing.

3.9.3 Only approved quality of murum should be used Murum shall be laid in horizontal layers

of 15 to 23 cm. and the same shall be laid for bed first and latter for sides. Murum shall

be laid in long reaches at a stretch and in any case the reach shall not be less than 100

metre.

3.9.4 Each layer will be watered adequately and compacted as specified in this section.

Mechanical slope compactors shall be used for compaction, in small section where

mechanical device cannot be used. manual tamping is allowed provided that compaction

is done to the requirement.

3.9.5 Sub-grade will be inspected by the Engineer-in-charge or his field officer before the lining

work is started and certificate regarding the stipulated thickness and quality of sub-grade

will be recorded and kept on records. Testing shall be done as perpara

3.7.1 to 3.7.2 and test resuits shall conform to be standard requirement as stipulated in

above paras.

3.9.6 Payment will be for one cum. of work done quanity which will be computed by taking

actual measurement.

3.9.7 Construction of service road along Canal / Distributory / Minor.

i) This work consist of levelling the ground after removing grass etc.

ii) Filling the ruts and depressions.

ill) Spreading available spoils for sub-grade and compaction.

iv) Spreading murum in layers and compaction.

3.9.8 Aftar removing bushes and grass the ground will be levelled. Ruts and depressions if

any shall be filled with available soil and the entire width of service road will be levelled.

Available excavated material from cutting for accomodation backfill, should directly

placed to act as sub grade for murum road. this should be watered and compacted.

3.9.9 Murum shall be placed in layers uniformly. After sectioning according to plan the surface

will be watered and compacted as specified in this section. After thorough compaction,

the surface of road will be finally levelled and dressed according to plans or as directed

by Engineer-in-charge.

3.9.10 No payment for this work will be made to the Contractor unless and until trimming to the

canal section in that reach and service road is compacted in all respect.

Page 135: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(134)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

4 - DISMANTLING

4.1 General

4.2 Preliminaries

4.3 Dismantling and removal

4.4 Disposal

4.5 Final clearance

4.6 Responsibilites

4.7 Item to include

4.8 Mode of measurement and payment

Page 136: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(135)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

SECTION - 4

DISMANTLING

4.1 General

The item provides for the complete removal of the existing structure except such portions

as may be required or permitted to be left in place as shown on the drawing or as directed

by the Engineer, clearing the site, sorting out useful material and stacking them nearly

within a lead of 100 m (about 328”) or on the bank indicated by the Engineer whichever is

more and wasting the non useful materials.

4.2 Preliminaries

If necessary and directed by the Engineer the contractor shall have to errect screens of

canvas or other suitable materials and/or water the structure and area to avoid the

nuisance of dust before and during dismantling. Care shall be taken to be that dismantling

is done in such sequence and manner as to prevent all avoidable damage to usable

materials and any damage to nearby property or injury to life.

In case of structures which are to be removed for re-erection, all members shall be

properly match marked with paint. The pins, nuts, plates, structural steel members timber

etc shall be similarly marked for identification of their position in the entire assembly. All

machined surfaces pin holes, pins, etc shall be coated with grease. An inventory of all

possible serviceable materials shall be kept on record and signature of the contractor

obtained in token of his acceptance. Any doubt or non agreement with the same shall be

reported by the contractor before starting the removal.

Portions required to be kept intact shall be clearly marked before starting dismantling.

If no separate provision exists in the tender for necessary diversion, the contractor shall

overtheless invariably be responsible for the construction and maintenance of adequate

barriers, watchmen and/or lights at the ends of portions of the road closed by construction

to the satisfaction of the Engineer at his( contractor's) cost.

A register shall be opened by the contractor on the work site to show a day to day account

of the turn out, salvaged materials and whether properly stacked or wasted. It shall be

signed by the representative of the contractor and a responsible member of the Deptt.

supervising staff every day.

4.3 Dismantling and removal

The structure shall be dismantled carefully and the materials removed without causing

damage to the serviceable materials to be salvaged, the part of the structure to be retained

and any properties or structures nearby. Any avoidable damage to articles to be salvaged

and part of the structure to be retained and any damage to nearby property or structure

shall be made good by the contractor without extra claims. The contractor shall be

responsible for any injury to the workers or the public.

Page 137: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(136)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Unless otherwise specified the structure shall be removed upto 45 cm (about 18") below

the ground level and the portion which interferes in any way with the new construction

shall be removed entirely. Removal of overlying or adjacent materials if required for the

dismantling of the structure, shall be included in the item.

Where existing bridge is to be extended or otherwise incorporated in the new work, only

such part or parts of the existing structure shall be removed as are necessary to provide a

proper connection to the new work. The connecting edges shall be cut, chipped and

trimmed to the required lines and grades without weakening or damaging the part of the

structure to be retained.

Blasting if required, may be resorted to with the written permission of the Engineer. In such

case blasting shall be carried out as specified .All blasting operations shall be finished

before the new construction is commenced.

Equipment or methods which might damage members, portions of the structure to be

preserved or adjacent construction or structure shall not be used.

If sewers or drains are moved or disturbed the contractor shall at once remove the foul

matter. If sewers of drains have to be temporarily removed the contractors shall provide

temporary passage for the flow and redo the sewer or drain without extra claims. If existing

sewers or drains are required to be removed permanently and rebuilt to altogether new

alignments, they shall be paid for separately as extra is no provision in the tender for such

work.

4.4 Disposal

All the materials obtained from the removal of the structure shall be the property of

Government. Useful materials shall be stacked neatly in such a manner as to avoid

deterioration and in places directed by the Engineer within a lead of 100 m ( about

328") or on the bank indicated by the Engineer whichever is more. Different categories of

materials shall be stacked separately.

Unless otherwise provided, excavated materials shall be used in backfilling excavation

made in removing the structure, in constructing embankment or otherwise disposed off as

directed within 100 m free of cost.

Useful materials will be issued to the contractor for use in the new work or elsewhere at

the rates provided in the tender or when not so provided at the rates agreed upon by the

Engineer and the contractor.

Non useful materials shall be wasted by the contractor without causing any damage or in

convenience.

4.5 Final clearance

All rubbish shall be cleared off the site and the ground left clean and clear. Any damage

caused during the operation shall be made good.

Page 138: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(137)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

4.6 Responsibilites

The contractor shall be responsible for

i) maintaining a register of the salvaged materials ii)

keeping intact the portion not to be removed

iii) avoidable damage to ser viceable ar ticles to be salvaged during dismantling

conveyance and stacking

iv) blasting operations when necessary

v) stacking neatly and safe custody of the salvaged materials till handing over to the

depar tment

vi) disposing off unserviceable materials and its consequences

vii) damage to nearby property and injury to workers and the public due to his operation.

4.7 Item to include

(1) All labour, materials, use of equipment, tools and plants required for completing the

job satisfactorily.

2) Erecting and removing screens and watering when necessary and directed

3) Marking the structure suitably

4) Opening register of salvaged materials

5) Providing adequate barricades, sign, lights, etc

6) Removal of the structures

7) Diverting the existing drains, road, etc temporarily and redoing the same, if not

separately provided

8) stacking serviceable materials.

9) Wasting unserviceable materials

10) Clearing site on completion

11) Compensation for damaged properties or injuries to persons

4.8 Mode of measurement and payment

The work shall be measurement and paid at specific rate mentioned in schedule B on

cubic meter basis.

Page 139: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(138)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

5 - CEMENT CONCRETE

5.0.0 Cement concrete

5.1.0 Scope of work

5.3.0 Cement

5.4.0 Sand

5.4.1 Source and size

5.4.2 Quality

5.4.3 Mechanical analysis

5.4.4 A) Fineness modulus.

B) Natural sand

C) Allowance for bulkage

5.5.0 Coarse aggregate

5.5.2 Impurities

5.5.3 Grading

5.6.0 Water

5.7.0 Grading and relative properties

5.8.0 Mix variation

5.9.0 Design mix.

5.9.1 Cement by weight

5.10.0 Tests for cement concrete

5.10.1 Stipulated crushing strength

5.10.2 Preliminary laboratory test.

5.10.3 Works test on concrete

5.10.4 Standard of acceptance

5.10.5 Slump tests

5.11.0 Admixtures

5.12.0 Forms

5.12.1 General

Page 140: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(139)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

5.12.2 Designs

5.12.3 Materials

5.12.4 Fabrication

5.12.5 Treatment of the inner sides of forms

5.12.6 Falsework

5.12.7 Erection and removal of forms.

5.12.8 Re-use of forms etc.

5.12.9 Inspection

5.13.0 Placing concrete.

5.13.2 Rock surface

5.13.3 Masonry surface

5.13.4 Concrete surface

5.13.5 All surface

5.13.6 Time for use

5.13.7 Method of placement

5,13.8 Rate of placing

5.13.9 Concreting at night time.

5.13.10 Concreting during rains.

5.14.0 Compaction

5.15.0 Curing and protection

5,16.0 Finishing

5.16.1 General

5.16.2 Formed surfaces

5.16.3 Dry patching

5.16.4 Finishing permenantly exposed surface.

5.16.5 Finishing concealed surface.

5.16.6 Finishing uniform surface

5.16.7 Chipping and roughening concrete surface

5.16.8 Damage due to Floods - Corporation not responsive

5.17.0 Nominal mix.

5.18.0 Payment

Page 141: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(140)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

5 - CEMENT CONCRETE 5.0.0 CEMENT CONCRETE:

5.1.0 SCOPE OF WORK:

The work covered by this item shall consist of :

I) Furnishing all materials, equipment and labour for the manufacture transport, placing

and curing of concrete and performing all the functions necessary and ancilary thereto

including the concrete to the required shape as per drawing.

il) Installation of all embeded parts stands included In the rates. No extra payinent will be

made for the installation of this embeded metal work or for delays or for interruptions

arising therefrom.

iii) Providing and removal of all form work comprising of furnishing all materials equipment

and labour for the manufacture, transport, erection, keeping in place with necessary

fixtures and supports oiling etc. complete.

iv) Necessary sampling and tests for materials and concrete.

v) Compensation for injury to persons and damages to work or property. 5.2.0 The following specifications will apply in general of all types of concrete work Including

R. C. C. work.

5.3.0 CEMENT :

Cement shall be obtained by the Contractor and conform to the Bureau of Indian

Standards for Portland cement.

5.4.0 SAND : 5.4.1 SOURCE AND SIZE :

The contractors own sand as per specification shall be used. The sand used for mortar

shall be natural river sand. The maximum size shall be limited to 5 mm.

5.4.2 QUALITY :

The sand shall consist of hard, dense, durable uncoated, gritty material obtained from

rock fragment, it shall be free from injurious amounts of dust lumps, soft and flaky

particles, shale, alkali organic matter, loam, mica and other deleterious substances. The

maxrnirnum percentage of deleterious matter in sand as delivered for use in mortar shall

not exceed the following values.

Page 142: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(141)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

PERCENTAG BY WEIGHT

Materials passing 75 micron I. S. Sieve (00029")

3 Percent

Shale

1 Percent

Coal

1 Percent

Clay Iumps

1 Percent

Total of other deleterious substances such as Alkali,

mica coated grains, soft and flaky particles

2 Percent

The sum of percentages of all deleterious substances shall not exceed 5 % by weight.

The sand shall be free from injurious amounts of organic impurities. Sand producing a

colour darker than the standard in the colorimetric tests for organic impurities shall be

rejected. If the impurities are beyond the acceptable limits stated above, the sand shall

be washed with power or diesel driven sand washing machine to the entire satisfaction

of the Engineer-in-charge at the cost of the Contractor.

5.4.3 MECHANICAL ANALYSIS :

The natural sand shall be well graded and the sieve analysis of the sand shall conform to

the following limits of gradations.

ASTM sieve No. Euivalent I.S.S. No. Cumulative percentage by

wieght retained on Sieve

3/8” mesh 10 mm. Nil

4 mesh 4.75 mm. 1 to 8

8 mesh 2.36 mm. 10 to 25

16 mesh 1.18 mm. 25 to 45

30 mesh 600 micron 50 to 70

50 mesh 300 micron 75 to 90

100 mesh 150 micron 90 to 97

The gradation curve of the natural sand shall lie within the enveloping curve of gradation

specified as above.

5.4.4 a) FINENESS MODULUS :

The fineness modulus shall be computed by adding cumulative percentages of sand

retained on the 6 standard screens from No. 4 to No. 100 inclusive A.S.T.M. standard (or

as above of the I.S.I.) and dividing the sum by 100. Any deviation from the specified

range of gradation and fineness modulus shall not be permitted without the written

permission of the Engineer-in-charge. Corrective measures „if any required for Improving

the fineness modulus shall be arranged by the Contractor at his own cost as directed by

the Engineer-in-charge.

Page 143: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(142)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

b) NATURAL SAND :

Natural sand shall have fineness modulus ranging from 2.00 to 3.85 without any admixtures

c) ALLOWANCE FOR BULKAGE :

If the contractor‟s own sand required to be washed or obtained after its washing is found

to be moist, bulkage will be measured and allowed provided sand is stacked at site at

least for 48 hours before use. Bulkage of such a stack wilt be measured regularly as

directed by the Engineer-in-charge and allowed, according to these, observations.

Observations for bulkage will be made as per Indian Standard Procedure and allowance

will be made as under.

BULKAGE OBSERVED ALLOWNACE TO BE MADE

Below 5% Nil

5 to 10 5 percent

10 to 15 10 percent

15 t0 20 15 percent

20 to 25 20 percent

25 to 30 25 percent

30 to 35 30 percent

5.5.0 COARSE AGGREGATE :

5.5.1 Coarse aggregate for concrete shall consist of hard, dense, durable uncoated.

5.5.0 COARSE AGGREGATE :

5.5.1 Coarse aggregate for concrete shall consist of hard, dense, durable uncoated crushed

rock and shall be free from injurious amount of soft, feable thin, elongated or laminated

pieces, alkali, organic mater or other deleterious substances. Flaky and weathared

stones shall not be used.

5.5.2 IMPURITIES :

The broken stone shall be free from dust and dirt and shall be washed if necessary to

ensure that all faces of the stones are perfectly clean. The maximum individual

percentages by weight of deleterious substances of any size of coarse aggregate shall

not exceed the following values.

Materials passing through No. 150 microns I.S. sieve one percent by weight.

Page 144: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(143)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Shale 1 percent by weight

Coal 1 percent by weight

Soft fragments 1 percent by weight

Clay lumps 1/4 percent by weight

Other deleterious substance 1 percent by weight

The sum of the percentages by weight of all the deleterious substances in any size shall

not exceed five percent by weight.

The aggregate containing impurities above the specified permissible limits shall be

screened / washed / or treated as directed before use in producing concrete.

5.5.3 GRADING :

The approximate range in grading of coarse aggregate shall be as under. Coarse

aggregate shall be of such size as shall be retained on a mesh 5 mm. Sq.

The grading between the limits specified above shall be such as shall produce a dense

concrete of the specified proportions and consistency that will work readily into position

without segregation and without the use of excessive water content.

The use of gravel fraction left behind after sieving river sand for winning fine aggregates

shall be permitted in the blending of coarse aggregate if asked for after suitable

experiments and without rate variations.

Maximum

size of

aggregae

Normal Percentage of coarse aggregate fraction (mm)

range

mm.

40 to 80 20 to 40 5 to 20 10 to 20 5 to 10

20 mm.

10 to 20

--

--

100

50 to 67

33 to 45

40 mm. 20 to 40 -- 40 to 50 50 to 60 28 to 40 18 to 30

80 mm. 40 to 80 20 to 36 16 to 36 35 to 44 10 to 30 13 to 29

5.5.4 SIZE :

The maximum size of coarse aggregate for a particular grade of concrete shall be as

large as possible but normaly not greater than 1/4 th of minimum thickness of the

concrete member provided that in the case of R. C. C. this size presents no difficulty to

surround the reinforcement thoroughly and fill up the comers of the form work fully and is

less than the minimum cover by 6 mm.

For heavily reinforced concrete members such as ribs of beams, etc. the maximum size

of aggregate shall be restricted to 6 mm less than the minimum clear lateral distance

between the reinforcement bars or 6 mm. less than the cover whichever is smaller.

Page 145: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(144)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Generally a maximum size of 20 mm. should be found satisfactory for reinforced

concrete work.

The grading betweeen the maximum size and minimum size of 5 mm shall be such as to

produce a dense concrete of the specified proportion and consistency that will work

readily into position without segregation and without the use of excessive water content.

5.5.5 The Contractor shall at all times maintain a minimum storage of all grades of the

aggregate for the days requiremetns, at work site failing which the work may not be com

menced. The Contractor shall furnish representative samples of aggregate proposed for

use in the work atleast two months before aggregates are required for use.

5.6.0 WATER :

Water used in concrete shall be clean and free from objectionable quantifies of slit,

organic matter, alkali, salt and other impurities which are likely to be injurious. The

turbidity of water for mixing shall not be more than 200 parts per million and shall

preferably be lower.

5.6.1 Water shall confirm to the following specification :

Water used for mixing and curing concrete shall be free from injurious amounts of oils,

acids, alkalis, salt, sugar, organic material or other substance that may be deleterious to

concrete or steel, PH value of water shall not be less than 6. Water shall be tested as

per IS 3025-1964 and IS 3025-1964. Maximum permissible limits for solids shall be as

follows :

Organic 200 mg/l

Inorganic 300 mg/l

Sulphates (as SO4) 500 mg/l

Chlorides (as Cl) 200 mg/l for plain concrete,

100 mg/l for R.C.C.

500 mg/l for PSC

Suspended matter 200 mg/l

5.7.0 GRADING AND RELATIVE PROPORTION :

Grading of the aggregates (fine and coarse) brought on the site shall be done by the

contractor and shall be got approved from the Engineer-in-charge. The grading of sand

and coarse aggregate is liable to be modified beyond the limits specified above to suit

local condition in order to obtain required strength and workability. The grading as well

as relative proportion of sand and coarse aggregate are liable to be changed at the

discretion of the Engineer-in-charge, in order to produce dense concrete of required

strength which can be worked readily into position without segregetion in a given ratio of

cement and total aggregate (sum of volume of sand and coarse aggregate). No

compensation is payable for adjustment in relative proportion and grading of aggregates.

Page 146: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(145)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Sr.

No. Nominal Mix proportion

of the concrete by

volume

Equivalent I.S.S.

mixes

(ISS 456-1978)

Assumed cement

consumption per one

cubic metre of concrete

1 1 : 1 : 2 M : 25 560 kgs.

2 1: 1.5 : 3 M : 20 330 kgs.

3 1 : 2 : 4 M : 15 330 kgs.

3B 1 : 2 : 4 M : 15 260 kgs.

4 1 : 3 : 6 M : 10 230 kgs.

5 1 : 4 : 8 M : 7.5 170 kgs.

6 1 : 6 : 12 --- 120 kgs.

5.8.0 MIX VARIATION :

Cement variation in the concrete mix shall not constitute an extra item.

In case the ratio of cement to total aggregate is modified by changing the cement

content under specific orders of the Engineer-in-charge, the .Contractor shall be paid at

increased or reduced rate according to the variation in the cost of cement alone

resulting from change in mix proportion, calculated as per table given below, at the rate

as given in Annex „A‟ of Detailed Tender Notice.

Fine and coarse aggregate shall be measured by dry volumes in suitable wooden boxes.

Overall cement consumption for Individual Items during working season shall be within

(+) or (-) 2%. In case the cement consumption is less than 2% than that specified, the

work shall be paid at reduced rates.

5.9.0 DESIGN MIX :

The ratio of the volumes of the fine and coarse aggregate may be varied within limits of

1 : 1.5 to 1 : 2.5 as directed by the Engineer-in-charge to surt the maximum size of

coarse aggregate, the grading, density, workability and strength without extra cost.

The quantity of water shall be just sufficient, but not more than sufficient to produce a

dense concrete of required workablility for its purpose. An accurate control shall be kept

on the quantity of mixing water. An allowance shall be made for surface moisture persent

in the aggregates when computing water content as indicated in I. S. 456-1978.

Nominal mix propor tions of concrete are given In para 4.8.0. However, the exact

proportions in which the materials are to be used tor different parts of the work shall be

determined by carring out mix design to obtain the specified strength of the concrete.

The design of mix, shall be submitted by the contractor and got a pproved from the

Engineer-in-charge at least one month before the commencement of the work. The

design may be changed at any given time at the discretion of the Engineer-in-charge

during progress of the work. The samples of aggregates and cement and the resuling

concrete, as well as the concrete mix design shall be tested as per relevant I. S.

applicable.

Page 147: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(146)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

The tests shall be made by the Corporation at frequent intervals as decided by the

Engineer-in-charge. So as to secure the required workability, density, impermeability,

strength and economy.

All the materials going in each batch of concrete shall be weighed before use. The

amount of each individual size of aggregate entering each batch of concrete shall be

determined by direct weighing. The amount of water shall be added after weighing or

volumetric measure. All measuring equipment shall be calibrated correctly and certificate

from the competent authority shall be obtained as and when demanded by the Engineer-

in-charge. All measuring equipments shall be so designed and operated that the

combined inaccuracies In feeding and measuring the materials will not exceed, one and

half percent for water or cement and two and half percent for each size of aggregate.

Any batch of concrete not satisfying this requirement is liable to be rejected. No cement

older than 60 days from the date of despatch from the manufacturer shall be used on the

work. The cement to be used shall be in the Oder of its receipt so that no stock remains

unused for duration longer than 60 days. Cement older than 60 days shall be removed

from site as per the directives of Engineer-in-charge.

The ingredients of concrete shall be properly mixed in mixers, designed so as to

positively ensure uniform distribution of all the component materials through the mass, at

the end of the mixing period. The mixing of each batch shall continue about one and half

to two minutes depending upon the revolutions per minute of the mixer and experience

after all materials except for the full amount of water are added in the mixer. The

minimum mixing period specified above assumes proper control of the rotation of the

mixer and of introduction of the materials, including water. The mixing time shall be

increased at the discretion of the Engineer-in-charge when the charging operation fails

to produce concrete of the required uniformity of composition and consistency within the

batch and from the batch to batch Contractor shall not be entitled for any extra payment

for such increase in mixing time. Excessive mixing requiring the addition of the water to

preserve the required concrete consistency shall be avoided. If the mixing and charging

operations are such that the required uniformity of the concrete is obtained in shorter

mixing time than the minimum specified without sacrifice of needed workability, the

mixing time may be shortened under orders of the Engineer-in-charge. Mixing shall be

done by Mechanical means only.

Materials corresponding to one bag mix or half bag mix (depending upon the mixer

capacity) shall be placed in the skip in sequence of metal cement and sand. The skip

shall then be emptied into the drum and specified quantity of water added to material in

drum.

Page 148: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(147)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

The following general principles shall be followed in operation of mixing.

a) The ingredeint shall be fed into the mixer simultaneosly.

b) A portion of water ( between 5 and 10 percent) shall precede and an equal quantity

shall follow introduction of the other materials. The remainder of the water shall be

added uniformly and simultaneously with the other materials.

c) Care shall be taken that mixing of concrete in the mixer shall be uniform.

5.9.1 CEMENT :

The cement shall be procured as per para 14 of Special Conditions of Contract in

standard bags as received from the manufactures and is to conform with the

specifications, laid down by the Bureau of Indian Standards (Vide their specification No.

I. S. 269 of 1976) for portland cement and I.S.I. (Vide their specification No. I. S. 1489 -

1976 and subsequent revision) for pozollana cement.

5.10.0 TEST FOR CEMENT CONCRETE :

5.10.1 STIPULATED CRUSHING STRENGTH :

The crushing strength in Newton per square milimetre on works cubes, at 28 day for

each nominal mix shall be as under.

Nominal

Mix

Equivalent

ISS mixes

Preliminary

test at 28 days

(M/mm2)

Stipulated crushing strength

in works tests

At days

(N/mm2)

At 28 days

(N/mm2)

1 : 1 : 2 M - 25 32 17 25

1 : 1.5 : 3 M - 20 26 13.5 20

1 : 2 : 4 M - 15 20 10 15

1 : 3 : 6 M - 10 13.5 7.5 10

1 : 4 : 8 M - 7.5 10 5 7.5

5.10.2 PRELIMINARY LABORATORY TEST :

Preliminary tests of cubes shall be carried out in the laboratory well in advance of

commencement of work. These tests should indicate in adequate margin over the

stipulated strength specified in para 4.10.1

Page 149: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(148)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

5.10.3 WORKS TESTS ON CONCRETE :

Tests for crushing strength shall be made on standard cubes as per the relevant Indian

Standard Specifications. For works tests, samples shall be taken on the job as and when

directed. For works tests, samples shall be taken once for every 30 cubic metre of each

type of concrete laid and atleast three times a day, if out put is more than 75 cubic

metre. The samples for work test is defined as a set of three cubes. The materials

required for the samples (concrete, cement, sand and coarse aggregate) shall be

supplied by the Contractor free of cost and collection of samples, casting of cubes and

testings shall be carried out at the Corporation‟s cost.

5.10.4 STANDARD OF ACCEPTANCE :

Not a single sample of work test cubes shall have at the age of 28 days, a crushing

strength less than the stipulated crushing strength of concrete. The Engineer-in-charge

may at his discretion occasionally accept the crushing strength of a sample which is less

than the stipulated strength but which is equal to or more than 85% of the stipulated

strength. Each sample of work test cubes shall assume to represent 30 M3 concrete and

corresponding quantity of concrete showing crushing strength less than stipulated

strength shall be paid at reduced rates as under.

1) Equal to or more than 95% At full rates in occasional cases

2) Equal to or more than 90% but less than 95% 5% reduced rates

3) Equal to or more than 85% but less than 90% 10% reduced rates

The reduced rate shall be approved by the Superintending Engineer.

If the crushing strength falls below 85% of the stipulated crushing strength, then the

quantity of concrete represented by these samples will not be paid for defective parts. If

no ticed shall be removed and redone by the contractor at his cost. Unit for acceptance

or these tests will be one working season.

In addition to the 28 days strength tests, the Engineer-in-charge may at his discretion

take 7 days strength tests and/or 3 days (accelerated curing) strength tests and fix up

the relation between such strength and 28 days strength after studying the actual values

realised. If at any time the tests i.e. 7 days or 3 days (accelerated curing) stength

indicate that the strength may not be achieved as specified by the Engineer-in-charge,

he shall have authority to suspend the work of laying concrete until the reasons for low

strength have been investigated and corrected. The Contractors shall comply there with

without such suspension of work being made a reason for any claim. The Engineer-in-

charge may at his discretion also order suspension of the work when the variation in the

strength of the individual work test cubes from average of the set is in his opinion

excessive.The Contractor shall comply with such suspension until the reasons for the

variations are investigated and corrected and such suspension shall not be accepted as

reason for any claim.

Page 150: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(149)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

The average crushing strength shall not be less than stipulated crushing strength for

each nominal mix as given below.

Grade Nominal mix Preliminary

test crushing

strength at 28

days kg/sq.cm

Crushing

strength at 7

days kg/sq.cm

in work test

Crushing strength

at 28 days Kg/sq.

cm in work test

M - 250 1 : 1 : 2 320 170 250

M - 200 1 : 1.5 : 3 260 135 200

M - 150 1 : 2 : 4 200 100 150

M - 100 1 : 3 : 6 135 75 100

M - 75 1 : 4 : 8 100 50 75

5.10.5 SLUMP TESTS :

In order to test the consistency of the mixed concrete, Slump test shall have to be made

by the Contractor when and where required by the Engineer-in-charge, as per Indian

Standard Specification. The allowable slump shall be decided by the Engineer-in-

charge, depending upon the location of the concrete.

5.10.6 In the case of reinforced concrete work, the workability shall be such as the concrete will

surround and properly grip all the reinforcement. Water cement ratio will be such as will

give concrete just sufficiently wet to be placed and compacted without difficulty.

5.10.7 Concrete shall have a consistency such that it will be workable in the required position

and in the case of R. C. C. flow around reinforcing steel also.

5.10.8 For vibrated concrete slump shall range between 2.5 cm. to 5 cm. The slump shall be

the less permitted by workability. The slump shall be determined as detailed in Appendix

„G‟ of I. S. 456-1978 and maintained throughout the concreting operation of a member.

5.11.0 ADMIXTURES :

To improve workability of concrete and cement grout admixtures confirming to IS 9103

could be permitted by the Engineer-in-charge at his discretion, subject to sadtisfactory

and proven use.

5.12.0 FORMS.:

5.12.1 GENERAL:

Forms to confine the concrete and shape it to the required line shall be used wherever

necessary. The form shall have sufficient strength and rigidity to hold concrete and to

withstand the pressure of ramming and vibration without excessive deflection from the

prescribed lines the more so when the concrete is in vibration. The Contractor shall have

to get the design and drawing of the centering approved from the Engineer-in-charge

before erection. Form work shall be of any of the following types.

Page 151: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(150)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(a) Wooden shuttering with steel plates lining or plywood shuttering.

(b) Steel shuttering.

For works costing more than Rs. one crore, only steel shuttering to be used. However as

per need of site, wooden shuttering would be allowed only if it is free from warping and is

fabricated true to line and shape. The decision of the Engineer-in-charge as to the

suitablity of wooden shuttering as per (a) above to be used by the Contractor will be

final and binding on the Contractor. The surface of all forms in contact with concrete

shall be clean, rigid, watertight and smooth. Suitable devices shall be used to hold

comers, adjacent ends and edges of pannel of other forms together in accurate

alignment.

5.12.2 DESIGN :

The detailed designs of the form work and false work shall be prepared by the

Contractor and got approved by the Engineer-in-charge well in time. Such an approval

however, will not relieve the Contractor of his responsibility for the adequacy and

strength of the form work and false work.

Forms shall be as designed and constructed as to be removable in sections without

damaging the surface of the concrete and with facilities of removal in ascending order

without disturbing the remaining forms required to be removed later.

5.12.3 MATERIAL :

The forms and false work shall be made of wood or metal. The timber from which the

forms are prepared should preferably be partially seasoned. It shall be free from sap,

shakes, loose knots, wormholes or other defects. The planks and scantlings shall be

sawn straight and all edges and planes shall be straight and free from warps. Partially

seasoned soft wood is generally preferable for form work as it is difficult to drive nails in

hard wood. The dimensions of scantlings should conform to the design. The strength of

the wood shall not be less than that assumed in a design.

In metal forms, steel sheets of the designed gauge strengthened with framing of angle or

other sections shall be used.

Wooden forms may also be lined within thin steel sheet or plywood to give the required

surface or finish.

5.12.6 FABRICATION

The timber planks and scantlings of the designed dimensions shall be used in the form

work with appropriate spacing of studs, yokes, joists, girders etc. as provided in the

designs. All timbers in contact with concrete shall be brought on one face and two

edges, the unbrought face being on the outside. The joints should be made mortar tight.

This may be done either by providing tongued and grooved or revated joint or by

caulking or

Page 152: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(151)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

nailing to the construction operations. The nuts and bolt heads in side the form work

adjoining the concrete should be contersunk. The form work should allow finished

concrete to have a smooth surface and conform to the shapes, lines and dimensions

shown on the plans and true to line and grade. The effect of vibration shall be taken into

account in the design and fabrication of the form and false work.

5.12.5 TREATMENT OF THE INNER SIDES OF FORMS :

Before placing concrete the inner side of the forms which come in contact with the

concrete shall be coated with mineral oil or any other suitable materials approved by the

Engineer- in-charge which will prevent adhesion of concrete to the forms but will not

discolour the concrete. When oil is used, it shall be applied before reinforcement is

placed. Care shall be taken to see that reinforcement does not come in contact with

coating. All chippings, saw dust and other rubbish shall be removed from the interior of

the forms before concreting.

5.12.6 FALSE WORK :

False work shall be built on foundation or base of sufficient strength to carry the loads

without settlement. False work which can not be found on solid footing must be

supported by piles or other similar devices. False work shall be designed to carry the full

loads including that due to construction operation comming upon it.

5.12.7 ERRECTION AND REMOVAL OF FORMS :

The false work and form work shall be errected with an eye for absolute safety of the

form work and concrete work before and after pouring concrete. Watch should be kept to

see that the behaviour of centering and form is satisfactory during concreting. Erection

should also be such that it would allow removal of forms in proper sequence without

damaging either the concrete or the forms to be removed later.

If there is failure of false work and/or form the Contractor shall be responsible for alI

the consequent damages to work, injury to life and damage to property and make good

the damage at his cost.

i) Before placing concrete the surface of forms shall be oiled with a suitable

nonstaining oil such as raw linseed oil so as to prevent sticking of concrete and facilitate

the removal of form.

ii) The oil shall cover the forms fully and evenly without excess over drip. Care shall be

taken to prevent oil from getting on the surface of the construction joints and on

reinforcement bars. Special care shall be taken to oil thoroughly the forms strips for

narrow grooves so as to prevent swelling of the forms and the consequent damage to

concrete prior to or during removal of forms. Immediately before concrete is placed, care

shall be taken to see that all forms are in proper alignment and the supports and fixtures

are thoroughly secured and tightened.

Page 153: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(152)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

iii) Where forms for continuous surface are placed in successive units, the form shall fit

tightly over the completed surface so as to prevent leakage of mortar from the concrete

and to maintain accurate alignment of the surface.

iv) Forms shall be left in place until their removal is authorised and shall then be

removed with care so as to aviod injury to concrete.

v) Removal of forms shall never be started until the concrete is thoroughly set and

hardened adequately to carry its own weight, beside the live load which is likely to come

on the work during constructions. The length of time for which the forms shall remain in

place shall be decided by the Engineer-in-charge, with reference to weather conditions,

shape position of the structure or structural member and the nature and amount of dead

and live loads.

In normal circumstances forms shall be struck after the expiry of the following period.

a) Walls, columns and vertical faces of all 24 to 28 hours as may be

structural members decided by the Engineer-in-charge

b) Slabs (Props left under) 3 days

c) Beam soffits (Props left under) 7 days

d) Removal of Props under slabs

1 ) Spanning upto 4.5m 7 days

2) Spanning over 4.5m 14 days

e) Removing of props under beams and arches

1 ) Spanning upto 6m 14 days

2) Spanning over 6m 21 days

Note : The number of props left under their size and disposition shall be such as to be

able to carry the full dead load of the slab. beam or arch as the case may be together

with any live load likely to occur during curing or further construction.

In no case shall forms be removed until there is assurance that removal can be

acomplished without damaging the concrete surface. No loads will be allowed to damage

the concrete surface. Heavy load shall not be permitted until the concrete has reached

its designed strength. The forms shall be removed with great caution and without

harming the structure or throwing heavy forms upon the floor.

5.12.8 RE-USE OF FORMS ETC :

Forms required to be used more than once shall be maintained In serviceable conditions

and shall be thoroughly cleaned and smoothened before reuse. Where metal sheets are

used for lining forms, the sheets shall be placed and maintained on the forms with

minimum amount of wrinkles, humps or other imperfections. All forms shall be checked

for shape and strength before reuse.

Page 154: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(153)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

5.12.9 INSPECTION :

The forms and false work will be inspected, checked and approved by the Engineer-in-

charge before concreting commences. But this will not relieve the Contractor of his

responsibility for strength, adequacy and safety of the form and false work.

5.12.10 CONCRETING DURING RAINTS :

When concreting is required to be done or continued while it shall be seen that the

concrete is not damaged due to rain while it is being transported and placed. After

placing the green concrete it shall be adequately covered for a period of 26 hours when

it will be capable for being cured by splash of water. The surface of fresh concrete

should be maintained on a slope sufficient for result in the self drainage of the rain water.

The work shall however be discontinued when the rain is so severs that water collects in

pools or washes the surface of the fresh concrete and it is not possible to provide

adequate shelter.

5.13.0 PLACING CONCRETE :

5.13.1 Concrete shall be placed only in locations where authorised and no concrete or mortar

shall be placed until formwork, Installations of embedded parts, preparation of surface

or necessary clean up has been approved.

5.13.2 ROCK SURFACE :

Rock surface upon or against which concrete is to be placed, shall be prepared as

specified in section of excavation for foundation.

5.13.3 MASONRY SURFACE :

i) Masonry surfaces on which or against which concrete is to be placed, shall be

prepared as described in para 9.2.1 and 9.2.2 of section 9. The unit rate for masonry

shall cover the cost of such preparation.

ii) If the old layer of masonry which has been paid for is required to be removed as

mentioned in para 9.2.2 it shall be back filled with concrete along with upper concrete

layer at no extra cost.

5.13.4 CONCRETE SURFACES :

Before laying of concrete the surface of the concrete in day to day work, shall be cleaned

by a wire brush and jets of water, so that the surface is thoroughly cleaned and wetted

but pools of water are avoided. If the old concrete surface has remained exposed for

more than two week, it shall be prepared not roughened by chipping to a depth of two

centimetres and the surface coated or covered with a layer of cement mortar (1:2) for a

depth of 5 to 8 cm. The unit rate of concrete shall cover the cost of such prepartton and

also the cost of cement mortar. The concrete removed for roughening shall not be paid

for.

Page 155: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(154)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

5.13.5 ALL SURFACES :

i) The cleaned rock, masonry or concrete surface shall be applied with cement slurry and

then cement mortar coat as described in para 9.2.2 .

ii) The first few batches of concrete may, if as required contain half the regular size of

coarse aggregate without any extra claims.

iii) The cost of such preparation work stands included in the unit rate of cement concrete.

5.13.6 TIME FOR USE :

All concrete shall be placed directly in its final position within thirty minutes of mixing.

Any concrete which has become so stiff that proper placing cannot be assured without

retempering shall be wasted and shall not be paid for. All surface of forms and metal

work including reinforcement bars that have become encrusted with dried mortar of

grout concrete previously placed shall be cleaned of all such mortar or grout before

surrounding or adjacent concrete is placed.

5.13.7 METHOD OF PLACEMENT :

Before starting placing of concrete, it should be made certain that the transporting and

placing equipment is clean in proper order and that equipment along with the operating

staff is arranged to deliver the concrete in the final positions without undue delays and

objectionable segregation. The methods and the equipment used for transport and

placing of concrete shall be such as will permit the delivery of concrete of the required

consistency into the work without objectionable segregation porosity or excessive loss of

workability. Excessive segregation from whatever cause shall be prevented in handling

and placing operation by avoiding or controlling lateral movement of the concrete as in

dumping at an angle depositing continuosly at one point and allowing the concrete to

flow. Concrete shall not be dropped from excessive heights and free fall should be kept

to a minimum. Concrete shall be deposited in continuous horizontal layers in a thickness

of approximately 30cm. in normal work to 45 cm for mass concrete except that nothing

herein shall be constructed to permit placement of the additional horizontal layers of

mass concrete before the entire area to be concreted is covered by previous layers. On

flat, horizontal surfaces, where congestion of steel near the forms makes placing of

concrete difficult, a mortar of the same cement sand ratio as used in the concrete shall

be first deposited to cover the forms and shall stand included in the unit rate of concrete

before the entire area to be concreted is covered by previous layers.

5.13.8 RATE OF PLACING :

Concreting should be continued without interruption until the structure or section is

completed or until satisfactory construction joints can be made. Location of construction

joints shall be as directed by the Engineer-in-charge. Concrete shall not be placed, faster

than the placing crew can compact it properly. In placing thin members and columns

Page 156: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(155)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

precautions shall be taken against too rapid placement which may result in movements

or failure of the forms due to excessive lateral pressure. An interval of at least 12 hours

and preferably 24 hours should elapse between the completion of columns and walls

and the placing of slabs beams or girders supplied by them in order to avoid cracking

due to settlement. All concrete shall be placed in approximately horizontal lifts not

exceeding 1.25 metre in thickness per day. Concrete in arches shall be done in strips

extending from one pier to another. No through joints shall be kept in the span.

5.13.9 CONCRETING AT NIGHT TIME :

If concrete is to be placed at night adequate lightfing arrangements shall be made, as

directed by the Engineer-in-charge.

5.13.10 CONCRETING DURING RAINS :

When concreting is required to be done or continued while it shall be seen that the

concrete is not damaged due to rain while it is being transported and placed. After

placing the green concrete it shall be adequately covered for a period of 24 hours when

it will be capable for being cured by splash of water. The surface of fresh concrete

should be maintaned on a slope sufficient for result in the self drainage of the rain water.

The work shall however be discontinued when the rain is so severe that water collects in

pools or washes the surface of the fresh concrete and it is not possible to provide

adequate shelter.

5.14.0 COMPACTION :

5.14.1 GENERAL :

In all concrete works, required nos. of vibrators, with stand by in working condition will be

kept ready at site as per the instructions of the Engineer-in-charge.

5.14.2 All concrete shall be vibrated by mechanical vibrator of approved type so as to ensure

dense concrete. Hand tamping and rolling shall not be used for compaction of concrete

except in special circumstances with the express permission of the Engineer-in-

charge. When immersion type vibrators are used they shall be used vertically at about

45 cm. apart. The vibrators shall be inserted to the full depth of the newly laid concrete

layer. The concrete shall be thoroughly compacted during depositing to get a dense

concrete and thoroughly worked in to the edges and corners of the form work and also

along its faces and around reinforcement in the case of R.C.C. by means of suitable

tools such as trowel and rods to get a good finish without honeycombing. The vibrator

shall however, not revibrate concrete which as commenced its final set. Special care

shall be taken to see the vibrator touching the reinforcement of embedded part

does not disturb the concrete below which has commenced its final set. The concrete

shall not be vibrated excessively so as to cause segregation.

Page 157: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(156)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

5.14.3 Each layer of concrete, for surfaces which is required to be smooth and for all surfaces

which will be permanently exposed to the weather, and for all surfaces next to embedded

metal work shall be worked and vibrated by mechanical vibrator of approved type only so

as to obtain a concrete of maximum density and Imperviousness and to assure close

contact of the concrete with forms, reinforcement bars and other embeded parts. If the

methods of transporting and placement have been conductive to air entrainment

segregation of stiffening, the work of compaction should receive special attention.

5.14.4 For concrete surfaces exposed to flow of water special precaution shall be taken to

minimise and to prevent surface pitting and protrusions without resorting to over

manipulation of the concrete mix to the forms. No plastering for getting a smooth finish

shall be permitted at these locations. Any protrusion shall be ground smooth.

5.15.0 CURING AND PROTECTION :

All concrete shall be protected against injury until final acceptance. Exposed finished

surface of concrete shall beprotected from the direct rays of sun of atleast 72 hours after

placement. Concrete shall be kept continuously moist for not less than 21 days.

Construction joints shall be cured in the same ways as other concrete and shall also be

kept moist for atieast 72 hours prior to the placing of additional concrete upon the joints.

Approximately horizontal surfaces shall be cured by sprinkling, ponding, or by covering,

or by damp sand or may be cured by the use of wet quilts or mats. Vertical surfaces shall

be cured bycovering with wet jute bags. If damp sand or quilting is used for curing, it

shall be removed completely later. Should the concrete that has become dry or powdery

through neglect of curing the Contractor shall rectify the work at his own extra cost. If

curing arrangements by the Contractor are not satisfactory the Engineer-in-charge may

in his discretion engage labour and provide material and equipment for curing and

recover expenditure thus involved from Contractor.

5.16.0 FINISHING :

5.16.1 GENERAL :

Finishing of formed and unformed surface shall be performed only by skilled workmen.

All exposed concrete surface shall be cleaned of all incrustations of cement mortar or

grout. Unsightly stains shall be removed.

5.16.2 FORMED SURFACES :

Surface of concrete finished againt form shall be smooth, free from projections and filled

thoroughly with mortar. Immediately upon removel forms, all unsightly ridges or fines

shall be removed and any local bulging on exposed surfaces shall be remedied by

tooling and rubbing. All holes left by the removel of fasteners shall, after being reamed

with toothed reamer, neatly filled with dry patching mortar. All porous and fractured

concrete

Page 158: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(157)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

and surface concrete to which additions are required to bring it to the prescribed lines

shall be sharp edged and keyed and shall be filled to required line with fresh concrete

used for filling the chipped openings and these shall not be less than 8 cm. in depth and

the concrete filling shall be reinforced and dowelled to the surface of the openings.

Honey combed surfaces and surfaces which give a hollow sound shall be rectified by

guniting at the Contractor‟s cost within the unit rate accepted for concrete.

5.16.3 DRY PATCHING :

Dry patching mortar shall consist of one part of cement to 2 parts of sand by volume and

just enough water so that the mortar so used, will stick together on being moulded into a

ball by a slight pressure of hands and will not exclude water when pressed but will leave

the hands damp. The mortar shall be placed in layers of not more than 2 cm. thickness.

After being compacted each layer shall be roughened by being scratched to provide an

effective bond with the succeeding layers. The last or finishing layer shall be smooth to

form a surface continuous with the surrounding concrete. All patches shall be bonded

thoroughly to the surface of the chipped opening and shall be sound and free from

shrinkage cracks.

5.16.4 FINISHING PERMANENTLY EXPOSED SURFACE :

Except as otherwise specified or directed all permanently exposed concrete surface and

other waterway surface requiring durability under water (except the outlet) shall be

finished in the following manner, immediately upon the removal of the form the surface

shall be wetted and all surface pits and air bubbles filled by rubbing mortar composed of

cement and fine sand in proporation (1:2) in to the pits with burlap so as to secure a

uniformly dense and smooth face.

The rubbing shall be performed in such a manner as to leave the surface free from

mortar not used for filling the pits. Should the filling operation be unduly delayed and the

surfaces of the pits become coated with dirt or other contaminating materials, they shall

be thoroughly cleaned and washed and shall be maintained in a moist condition, until the

mortar filling is placed. Such cleanings shall be done by means of air and water jets

and chipping of brushing or other satisfactory means without damaging the surrounding

concrete. All operations in connection with the filling of surface pits shall be handled as

quickly as practicable to minimise the period during which the concrete and mortar filling

are exposed to the drying. When the treatment of a surface has been completed the

surfaces shall be neat and of the same colour and texture as the adjoining concrete.

5.16.5 FINISHING CONCEALED SURFACE :

For exterior concealed surfaces below ground or back fill level or like surfaces not

otherwise specified, no finish is ncessary except that sandstreaks metal pockets, honey

combing or other imperfections which are of consequence affecting strength, water

Page 159: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(158)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

tightness or protection of reinforcing steel from corrosion, shall be corrected and repaired

as prescribed for formed surface.

5.16.6 FINISHING UNFORMED SURFACE :

Unformed surface shall be finished by one or more of the operation of screeding floating

and trowelling of the surface should be done at proper time employing experienced men

and should be just sufficient to produce the desired finish. Screeding which gives the

surface its approximate shape by striking off surplus concrete immediately after

compaction shall be accomplished, by moving a straight edge or template with a sawing

motion across wood or metal strips that have been established as guides. Where the

surface is curved special screed should be brought true to form and grade by working it

with a wooden float. If a coarse textured finish is desired or if the surface is to be steel

trowelled a section or final floatings should be performed after some stiffening has

occured and the surface moisture film or shine has disappeared. Where smooth dense

finish is desired floatings shall be followed by steel trowelling some time after moisture

film or shine has disappeared from the floated surface and where the concrete has

hardened sufficiently to prevent fine material and water from being worked out the

surface. Excessive trowelling particularly at early time shall be avoided.

5.16.7 CHIPPING AND ROUGHENING CONCRETE SURFACE :

Surface upon or against which additional concrete is to be placed shall be chipped and

roughened to a depth not greater than 25 mm. Roughening shall be performed by

chipping or other satisfactory methocts and in such manner as not to loosen, crack or

shatter any part of the concrete beyond the roughened surface. After being roughened

the surface of the concrete shall be cleaned thoroughly of all loose fragments, dirt and

other objectionable substances and shall be sound and hard in such conditions as to

asure good mechanical bond between old and new concrete. All concrete which is not

hard, dense and durable shall be removed to the depth required to secure a satisfactory

surface.

5.16.8 DAMAGE DUE TO FLOODS - CORPORATION NOT RESPONSIBLE :

In case of damage of any of the concrete works due to floods, Corporation will not be

responsible and whatever corrective measures are required to be adopted shall be done

by the Contractor at his cost.

5.17.0 NOMINAL MIX :

The locations indicated in Column No. 6 of the statement below are only suggestive. The

nominal mix used for different components shall be as directed by the Engineer-in

charge according to requirements of detailed design. The Contractor shall not be entitled

for any extra claim on account of the changes

Page 160: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(159)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Sr.

No.

Nominal mix Cement

content

in

kg/cum.

Maximum

size of

agregate

in mm

Stipulated

strength at 28

28 days on

15 x15 x 15

cm cubes

(works tests)

N/mm2

Indicated probatle

locations for use

1)

2)

3)

4)

3)

4)

1: 2 : 4 M-15

1 : 3 : 6 M-10

1: 2 : 4 M-15

1 : 1.5 : 3 M-20

a) 1 : 3 : 6 M-10

b) 1 : 3 : 6 M-10

(PCC)

1 : 4 : 8 M-7.5

(PCC)

330

230

260

330

230

230

170

40

40

20

20

20

40

40

15

10

15

20

10

10

7.5

Foundation concrete

of abutment and piers

Foundation concrete

of return walls and

wing walls.

Abutments

For piers.

Side template steps,

Cast in situ lining.

Foundation of O.D.R.

approach slabs, cast

in situ side lining.

Foundation of struc-

tures other than State

Highway, bed lining.

5.18.0 PAYMENT :

5.18.1 Payments shall be on the net quantity of concrete after deducting quantities for openings

and other class of work. No deductions shall be made for anchor bars, reinforcement

grout holes, and bore or weep holes or any opening not exceeding 100 square

centimetres in cross section. Rate shall be subject to paragraph 4.10.4 above.

Measurements of concrete shall be taken within the specified pay lines for the structure

or as indicated on the drawings. Any concrete placed in the excavation beyond the line

of structures to avoid use forms shall not be paid for.

Payment at the rate of 1 % shall be withheld in running payment. Engineer-in-charge

shall inspect the work in relation to finishing, level and line of concrete laid, and release

such withheld payment suitably, if he is satisfied with the work of finishing of the item.

Page 161: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(160)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

6. - POINTING

6.0 SCOPE

6.1 PROPORTION OF MORTAR

6.2 RAKING JOINTS

6.3 CLEARING JOINTS

6.4 FILLING JOINTS

6.5 FLUSH POINTING

6.6 PRESSED POINTING :

6.7 FINAL FINISH TO JOINTS :

6.8 MODE OF MEASUREMENT AND PAYMENT :

Page 162: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(161)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

6 . POINTING

6.0 SCOPE

The item shall consists of furnishing of all tools, equipment, materials and labour required

to transpor t material and providing pointing to masonr y work including scaffolding and

curing. The pointing shall be flush or pressed jointing as directed by the Engineer-in-

charge.

6.1 PROPORTION OF MORTAR

All pointing shall be done with cement mortar (1:2) unless otherwise specified. The

cement shall be confirmed to the specifications mentioned in section IC-sub-section A The

sand to be used shall be fine. It shall pass through sieve of size No.16 Mesh A.S.T.M.

(IS120). The sand shall confirm in all other respects to specifications under section IC-

sub-section B.

6.2 RAKING JOINTS

The joints in masonry to be pointed shall be raked square for a minimum depth of not less

than the width of joint when the mortar is firm but not set.

6.3 CLEARING JOINTS

Before pointing the joints shall be thoroughly cleaned of any dirt of loosely adhering

cement or mortar and washed out properly and thoroughly wetted.

6.4 FILLING JOINTS

The joints shall then be filled with cement mortar 1:3 unless otherwise specified. Mortar will

be thoroughly rammed and caulked into the joints. The pointing mix shall neither be too

dry nor too wet. The mortar shall have just enough water so that it will stick together on

being moulded into a ball by a slight pressure of the hands but will not free water when so

pressed and will leave the hands damp. Pointing shall be carried out as rapidly as possible

and not touched again after the mortar has once begun to set.

6.5 FLUSH POINTING

The joints shall be filled with cement mortar which shall be thoroughly rammed caulked

into the joints. No lines shall be pressed on the joints but the joints shall instead be nearly

rubbed smooth as soon as the mortar has begun to act. The extra mortar on the edge shall

be carefully scarped off to give a neat appearance. Pointing shall be carried out as

rapidly as possible and not touched again after the mortar has once

begun to set.

Page 163: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(162)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

6.6 PRESSED POINTING :

The joints shall be pressed with special trowel “ Nayala “ as soon as the mortar has begun

to set and the hollow spaces refilled with fresh mortar to consolidate in. The joints shall be

rubbed with nayala till they are about 5 mm deep into the masonry. After rubbing, the extra

mortar of the edges of joints shall be carefully scrapped off with the nose of the trowel to

give neat finish.

6.7 FINAL FINISH TO JOINTS :

The joints shall be neat defined, regular and of a uniform width. The joints shall be raised

over the surface of the masonry. In coursed masonry, the joints shall be truly horizontal

and vertical. The work pointed should be kept wet for 21 days after pointing is completed.

6.8 MODE OF MEASUREMENT AND PAYMENT :

The item covers all the pointing work required for different classes of masonry. The work

shall be measured and paid at specific rate mentioned by the contractor in the bill of

quantities on square meter basis. The rates are inclusive of all leads & lifts.

Page 164: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(163)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

7. FORM WORK

GENERAL

1. Forms shall be used, wherever necessary, to confine the concrete and to shape it to

the required lines. Normally all exposed concrete surfaces having slope steeper than

2 horizontal to one vertical shall be formed.

2. The condition of forms influence not only appearance of the structure but also quality.

Use of good form material and proper form construction and maintenance is very

important in field control. The use of steel form work enhances. The appearance of

placed concrete. It should be recognized that it is not particularly economical to use

poor quality form. Too often any savings from use or injudicious re-use of poor timber

form are negated by manual labour in repairs and final dressing of the structure to an

acceptable appearance.

TOLERANCES

3. The form work shall be designed and constructed to the shapes, lines, and

dimensions shown on the drawings within the following tolerances :

A. Linear Outline.

(a) In any 6m of length ± 12mm

(b) In any 12m of length ± 18mm

B. Plumb, specified batter, or from the curved surfaces of all structures including

the lines and surfaces of columns, walls, piers, buttresses etc.

(a) In 3m of height ± 12mm

(b) In 6m of height ± 18mm

(c) In 12m of height or greater ± 30mm

C. Deviations from specified dimensions

of cross-section of columns and beams.

+ 12mm

- 6mm

D. Deviation from dimensions of footings.

(a) Dimensions of plan + 50mm

- 12mm

(b) Eccentricity 0.02 times the width of the footing in the direction

(c)

Thickness

of deviation but not more than 50mm.

± 0.05 times the specified thickness.

Note : These tolerances apply to concrete dimensions only, and specified thickness not to

the positioning of vertical reinforcement steel.

Page 165: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(164)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

WORKMANSHIP, CLEANLINESS, AND STRENGTH OF FORM WORK.

1. The form work shall be of steel, timber forms shall not be allowed. Supports

shall also be of steel. Suitable wedges in pairs be provided to facilitate

adjustment and subsequent releasing of forms. The contractor shall furnish the

details of his proposed form work to the Engineer-in-charge for his approval

before erection there-of.

2. All rubbish, particularly chippings, shavings, saw dust and grout etc. shall be

removed from the interior of forms before these are erected. Cleanliness of

forms shall be again checked after the forms are in place and before the

concrete is placed. The face of the form work, which is to be in contact with the

concrete shall be cleaned and treated with suitable form oil or release agent.

The form oil shall be applied so as to provide a thin uniform coating to the forms

without coating the reinforcement.

3. Forms shall have sufficient strength to with stand all pressure resulting from

concrete placement and vibration without deflection from the prescribed lines

during and after the placement of concrete and shall be maintained rigidly in

position. Where form vibrators are to be used, it shall be ensured that the form

work is adequately rigid to effective transmit energy from the form vibrators to

the concrete without damaging or altering the positions of forms. The forms

shall be made sufficiently rigid by use of ties and bracings to prevent any

displacement or sagging. Suitable struts or stiffeners shall be used wherever

considered necessary. The forms shall be made mortar tight.

4. After the forms for concrete structures have been erected to line and grade,

they shall be meticulously inspected as to their adequacy. If the forms are not

tight, there will be a loss of mortar which shall result in honey-combing of

concrete or a loss of water which shall cause sand streaking. If the inspection

reveals that the forms are not strong enough to hold the concrete or are not

braced sufficiently to stay in alignment, the Engineer-in-charge shall

immediately notify the contractor to set right the deficiencies and concrete shall

not be placed before the forms are re-inspected and found OK. It shall also be

checked during inspection that the form work, as erected, conforms to the line,

grade, alignment to the specified tolerance limits. Fully adequate rigidity of

forms is of paramount importance since the tolerance limits specified are for

finished concrete and NOT for the forms. Use of internal vibrators requires that

the forms be tight and strong.

5. Stability is a very important consideration in the construction of forms. Every

one concerned including the contractor shall be made to understand that the

common deficiencies resulting in form failure are :

Page 166: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(165)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(i) inadequate cross bracing of shores;

(ii) inadequate horizontal bracing;

(iii) failure to regulate the rate of placement of concrete in the forms;

(iv) poor regulation of the horizontal balance of the form filling;

(v) abnormal form displacements during and after concrete placement;

(vi) no provision for lateral pressures; and

(vii) lack of adequate inspection of form work;

In form construction, it is very important that ready access be provided for

proper placement, working, and vibration, and for inspection of these

operations.

6. The surface of form work shall be made such as to produce surface finishes as

specified and the joints shall be tight enough to prevent loss of liquid/slurry/

mortar from concrete. Joints between the form work and the previous lift shall

be grant tight.

HORIZONTAL CONSTRUCTION JOINTS

7. A very common blemish on formed concrete surfaces is the off-set often found

at horizontal construction joints where the forms have given way a fraction of

couple of centimeters at the bottom of the new lift. For surfaces where

appearance and alignment are of considerable importance, these off-sets shall

be prevented by so setting the forms as to fit snugly against the top of concrete

in the previous lift and then securing them so as to remain in tight contact

during the concrete placing operations. The anchoring shall be done by using

an ample number of ties and bolts, above and within a few centimeters of the

construction joint. The ties in the top of previous lift cannot be relied on to

prevent a slight spreading of the forms at the joint. Forms shall overlap the

hardened concrete in the lift previously placed by not more than about 50mm

though 25mm lap is considered sufficient. Utmost care shall, thus, be taken by

the contractor to ensure that the construction joints are smooth, free from sharp

deviations, projections, or edges.

SPALLING FROM THE FACE OF CONCRETE

8. Occasionally, spalling may occur from the face of the concrete when forms are

removed. This is often caused by rough spots on the forms where mor tar

adheres strongly enough to over come the tensile strength of the green

concrete. Such areas on the forms shall be cleaned, polished, and then

covered with a suitable form oil. Wire brushing of timber forms shall be done

very carefully to remove the set mortar as else it may aggregate the situation.

FILLING OF BOLT HOLES (SHE-BOLTS) OR HOLES OF TIES/RODS

9. The holes left on the concrete surfaces by she-bolts or rods etc. shall be

reamed, cleaned, and filled with "dry pack mortar" within a reasonable period of

the removal of form work. Such filling shall be made flush with the concrete

surface.

Page 167: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(166)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

RE-USE OF FORMS

10. The forms required to be used more than once shall be maintained in a good

condition and shall be thoroughly cleaned and repaired (if required) before

reuse. Where metal sheets are used for lining the forms, the sheets shall be

placed and maintained in the forms without lumps or other imperfections. All

forms shall be checked for proper shape, cleanliness, and strength before re-

use.

INSPECTION OF FORMS

11. The contractor shall inform the Engineer-in-charge well in time before

commencement of placement of concrete in the forms to enable him or his

representative to inspect the formwork as to its adequacy, suitability, alignment,

strength, and overall fitness; and such inspection shall not relieve the contractor

of his sole responsibility for the safety of men, materials, equipment and the

results obtained.

QUALITY ASSURANCE

12. Ok Card System shall be introduced. The form-at of ok card shall be

determined by the Engineer-in-charge and the contractor or his representative

shall be required to fill in the first column of ok card against all relevant items

(as prescribed by the Engineer-in-charge) and sign to indicate that these are in

conformity with specifications There after the engineer, authorized by the

Engineer-in-charge shall inspect these items and any defects pointed by him

shall be duly rectified by him. Broadly, the items shall comprise of :

· Preparation of surface of forms, form oil applications;

· Alignment, tolerances;

· Stability, bearing and support adequacy, ties, and spacers;

· Inspection openings, size, spacing, and locations;

· Final clean-up; and

· Final ok for concrete placement.

STRIPPING OF FORM WORK

13. The Engineer-in-charge shall be informed in advance by the contractor of his

intention to strike/remove any form. The forms shall not be removed until the

concrete has achieved adequate strength. As per IS : 456-2000, the concrete

should have achieved a strength of atleast twice the stress to which the

concrete may be subjected at the time of removal of form work. While this

criteria of strength shall be the guiding factor for removal of form work, in

normal circumstances, where ambient temperature does not fall below 150C

and where ordinary portland cement is used, and adequate during is done,

following striking period of forms be adopted, which shall satisfy the above

criteria of strength of concrete :

Page 168: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(167)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

1.0 SCOPE

8.0 STEEL REINFORCEMENT

This item shall cover, providing all labour, material & equipment transporting the

material, storing, bending, cutting, straightening, placing and/or correcting in position,

securing and maintaining in position all reinforcement bars plain or deformed or ribbed

for steel and fabric. It also includes splicing of the bars as shown on drawings or as

required by the Engineer-in-charge and providing the hooks at the ends required.

2.0 GENERAL

(a) This section covers specifications for providing steel reinforcement in bridges,

aqueducts, super passes, syphons, under tunnels, retaining walls, inlets,

outlets, head walls, regulators, off-take sluices, canal side walls, cut-off walls,

spillways, and other similar concrete strcutures.

(b) This work shall consists of furnishing and placing reinforcement of the shape,

size/dimensions shown on the drawings and as specified in the specifications,

including cutting, bending, cleaning, placing, binding/welding, and fixing in

position. The steel reinforcement shall be arranged by the contractor.

A list of applicable Indian Standards is furnished below :

IS 456 - 2000 Code of practice for plain and Reinforced concrete.

IS 1786 - 1985 Specifications for high strength deformed steel bars and wires

for concrete reinforcement.

IS 432 - 1982

(Part-I)

Specifications for mild steel and medium steel bars for concrete

reinforcement and hard drawn steel wire.

IS 2502 - 1963 Code of practice for bending and fixing of bars for concrete

reinforcement.

IS 9417 - 1989 Recommendations for welding cold worked bars for reinforced

concrete construction.

IS 2751 - 1979 Welding of mild steel plain and deformed bars for reinforced

construction.

IS 814 - 1996 Electrodes for manual are welding of carbon and carbon

manganese steel.

IS 1278 - 1972 Filler rods and wires and gas welding.

3.0 MATERIAL

The contractor shall make his own arrangements to procure high yield strength

deformed (HYSD) bars to IS 432 - 1982, as shown on the drawings. Tested quality of

steel reinforcement bars shall be used. Requisite I.S.I. test certificates are to be

provided to the Engineer-in-charge before use of reinforcement on the work.

Page 169: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(168)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Steel bars shall be stored in such a way as to avoid distor tion and to prevent

deterioration by corrosion.

The diameters and weight of steel bars shall be as following :

S.No. Diameter of bar Sectional weight in Kg. Per running metre

both for plain and HYSD steel bars.

1. 6 mm 0.22

2. 8 mm 0.39

3. 10 mm 0.62

4. 12 mm 0.89

5. 14 mm 1.21

6. 16 mm 1.58

7. 18 mm 2.00

8. 20 mm 2.47

9. 22 mm 2.98

10. 25 mm 3.85

11. 28 mm 4.83

12. 32 mm 6.31

Note : If any steel bars other than those specified above are used, the weights shall

be as per standards steel tables

Cutting, bending, and binding of reinforcement.

(a) Reinforcement steel bars shall conform accurately to the dimensions given in

the 'bar bending schedules' shown on relevant drawings.

(b) Bars shall be bent cold to the specified shape and dimensions by a bar bender

by hand or power to attain the proper and specified radii of bends as shown in

the drawings.

(c) Bars shall not be bent or straightened in a manner that would injure the material.

(d) Bars bent during transport and handling shall be straightened before being

used on work. The bars shall not be heated to facilitate bending.

(e) Reinforcement bars available from any rejected reinforced concrete shall not be

used.

(f) The radii of the bends in the main reinforcement bars shall not be less than 4

times bar diameter for plain mild steel bars or 6 bar diameters in deformed

bars. The radii of bends for stirrups shall not be less than twice the diameter of

round bar. In the case of bars which are not round, and in the case of

deformed bars, the diameter shall be taken as the diameter of a circle having

an equivalent effective area.

Page 170: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(169)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(g) Hooks/stirrups shall be suitably encased to prevent any splitting on concrete.

(h) Where reinforcement bars are bent aside at construction joints and after wards bent back into their original positions, care shall be taken to ensure that at no time is the radius of the bend less than 4 bar diameters for plain mild steel or 6 bar diameters for deformed bars. Care must also be taken when bending back bars to ensure that the concrete around the bars is not damaged.

4.0 PLACING OF REINFORCEMENT

(a) Before the reinforcement is placed, the surface of bars and the surfaces of any metal bar supports shall be cleaned of rust, loose mill scale, dirt, grease, and any other objectionable matter.

(b) All reinforcement bars shall be accurately placed in exact position shown on the

drawing, and shall be securely held in position during placement of concrete by annealed bending wire, and by using stays, blocks, or metal chairs, spacers, or other approved devices at sufficiently close intervals.

(c) Wire for binding reinforcement shall be soft and annealed mild steel of 16 SWG

and shall conform to IS : 280 - 1978. Binding wire shall have tensile strength of not less than 5600 Kg./Cm2 and an yield point of not less than 3850Kg/\Cm2.

(d) Bars shall not be allowed to sag between supports. These shall not be allowed to be displaced during concreting or any other operation during the work.

(e) The contractor must ensure that there is no disturbance caused to the

reinforcing bars already place in concrete. (f) All devices used for positioning of bars shall be of non-corrodible material.

Metal supports shall not extend to the surface of concrete, except where shown in the drawings. Pieces of broken stone, or brick, or wooden blocks shall not be used.

(g) Placing on layers of freshly laid concrete as work progress for adjusting of bar spacing shall not be allowed.

(h) Layers of bars shall be separated by spacer bars, precast concrete blocks or

other approved devices allowed by the Engineer-in-charge. (i) Reinforcement bars after being placed in position shall be maintained in a clean

condition until completely embedded in concrete. Special care shall be taken to prevent any displacement of reinforcement in concrete already placed.

(j) It MUST BE ENSURED that CONCRETE COVER, as indicated in the drawings,

IS METICULOUSLY PROVIDED. All bars protruding from concrete and to which other bars are to be spliced, and which are likely to be exposed for a long period, SHALL BE PROTECTED BY A THICK COAT OF NEAT CEMENT GROUT.

(k) Bars crossing each other, where required, shall be secured by binding wire (annealed) of size not less than 1mm diameter and conforming to IS : 280-978 in such a manner that they do not slip over each other at the time of fixing and concreting.

Page 171: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(170)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

(l) Minimum distance between individual bars.

As per IS : 456 - 2000, the following shall apply for spacing of bars :

(A) The horizontal distance between two parallel main reinforcing bars shall usually

be not less than the greatest of the following :

(i) The diameter of the bar if the diameters are equal;

(ii) The diameter of the larger bar if the diameters are unequal;

(iii) 5mm more than the nominal maximum size of coarse aggregate.

Note : The size of aggregate may be reduced around congested reinforcement to

comply with this provision.

(B) Greater horizontal distance than the minimum specified in (A) above should be

provided wherever possible. However when needle vibrators are used, the

horizontal distance between bars of a group may be reduced to two- thirds the

nominal maximum size of coarse aggregate, provided that sufficient space is

left between groups of bars to enable the vibrators to be immersed.

(C) Wherever, there are 2 or more rows of bars, the bars shall be vertically in line

and the minimum vertical distance between the bars shall be 15mm or two -

thirds the nominal maximum size of aggregate, or the maximum size of bars,

whichever is greater.

5.0 SPLICING

(a) Where it is necessary to splice reinforcement, the splices shall be made by

lapping, welding, or by mechanical couplings.

When permitted or specified on the drawings, joints of reinforcement bars shall

be butt welded so as to transmit their full strength. Welding of bars shall be

done as directed by the Engineer-in-charge and conforming to the

requirements of clause 12.4 of IS 456 - 2000, reproduced below:

"Welded joints or mechanical connections in reinforcement may be used but in

all cases of important connections, tests shall be made to prove that the joints

are of full strength of bars connected. Welding of reinforcement shall be done in

accordance with the recommendations of IS : 2751 - 1966 (code of practice for

welding of mild steel bars used for reinforced concrete construction)".

● If it is proposed to use welded splices in reinforcing bars, the equipment, the

material, and all welding and testing procedures shall be subject to the

approval of Engineer-in-charge. The contractor shall also carry out test welds

as required by the Engineer. No extra payment will be made for welding

reinforcement test welds.

Page 172: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(171)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

● For welded splices for reinforcing bars conforming to IS: 1786 - 1985 (High

strength deformed steel bars), welding shall be done in accordance with IS :

9417 - 1979. For the reinforcing bars conforming to IS : 432 (Part-I) - 1982

(mild steel)/medium steel), the welding shall be done in accordance with IS :

2751 - 1979. The electrodes for manual are welding shall conform to IS : 814

(Part-I) 1974 and IS : 814 (Part-II) 1974. Mild steel filler rods for oxy acetylene

welding shall conform to IS : 1278 - 1972 provided they are capable of giving a

minimum butt weld tensile strength of 41 Kg/mm2.

Electric are welding shall be used. Ends of bars shall be cleaned of all rust, mill

scale, grease, paint, or any other foreign matter before welding.

(b) Reinforcing bars of 28mm in diameter and larger may be connected by butt

welding provided that the lapped devices will be permitted if found to be more

practical than butt welding and if lapping does not encroach on cover limitation

or hinder concrete or reinforcement placement.

(c) Reinforcing bars of 25mm in diameter and less may be lapped or butt welded

whichever is considered more practical by the Engineer-in-charge.

Note : Welded pieces of reinforcement shall be tested at the rate of 0.5% of

the total number of joints welded or as decided by the Engineer-in-charge.

Specimens shall be taken from the actual site of work. Strength of weld

provided shall be atleast 25% higher than the strength of bar.

6.0 TOLERANCES ON PLACING OF REINFORCEMENT

Unless otherwise specified by the Engineer-in-charge, reinforcement shall be placed

within the following tolerances (as per IS : 456-2000, clause 12.3) :

(a) For effective depth 200mm or less ± 10mm

(b) For effective depth more than 200mm ± 15mm

The cover shall in no case be reduced by more than one third of specified cover or

5mm whichever is less.

7.0 NOMINAL COVER TO REINFORCEMENT

(A) NOMINAL COVER

Nominal cover is the design depth of cover to all steel reinforcements, including links.

It is the dimension used in design and indicated in the drawings. It shall not be less

than the diameter of the bar. For a longitudinal reinforcing bar in a column, the nominal

cover shall in any case be not less than 40mm or less than the diameter of such bar.

In the case of columns of minimum dimension of 200mm or less, whose reinforcing

bars do not exceed 12mm, a nominal cover of 25mm may be used.

For footings, minimum cover shall be 50mm.

The following Table may be referred to for the concrete cover for reinforcement,

unless otherwise specified:

Page 173: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(172)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

1. Thin slabs and walls Not less than diameter of bar; minimum 15mm.

2. (i)

Beam sides

Not less than diameter of bars; minimum 25mm.

(ii)

Beam top and bottom

ends

2 times dia of bars; minimum 25mm.

3. Columns Not less than diameter of bars; minimum

25mm upto 200mm sides and minimum

40mm above 200mm sides.

4.

Footings

Minimum 50mm.

5.

Foundations

40mm.

6.

Water retaining

hydraulic structures.

35mm for concrete of grade M35 or more and

40mm for concrete for grade less than M35.

(B) NOMINAL COVER TO MEET DURABILITY REQUIREMENT

The Engineer-in-charge, in consultation with Designs Organization, taking into due

consideration the conditions of exposure (as per clause 8.2.2.1, Table 3 of IS : 456-

2000), may require the contractor to provide the following minimum nominal covers of

reinforcement to the concrete, as per clause 26.4.2, Table 16 of IS : 456-2000, from

the durability consideration

Nominal cover to Meet Durability Requirements

Exposure

Nominal concrete cover in mm not less than

Mild 20mm

Moderate 30mm

Severe 45mm

Very Severe 50mm

Extreme

75mm

Notes :

1. For main reinforcement upto 12mm dia bar, for mild exposure the nominal cover may

be reduced by 5mm.

2. Unless otherwise specified, actual concrete cover should not deviate from the required

nominal cover by + 10mm and - 0 mm

3. For exposure condition 'severe' and 'very severe' reduction of 5mm may be made

where concrete grade in M35 and above.

Page 174: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(173)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

8.0 PAYMENT

The Bid Rate in the bill of quantities for reinforcement includes cost of steel, binding

wire or welding material at site of work, its cutting, bending, cleaning, placing, binding/

welding and fixing in position as shown on the drawings and as directed by the

Engineer-in-charge. The unit rate shall also include cost of all devices for keeping

reinforcement in approved position, cost of jointing as per approved methods and all

wastage, overlaps, dowels, binding wire or welding material and spacers of bars and

the cost of all incidental operations necessary to complete the work as per

specifications.

9.0 MODE OF MEASUREMENT

The reinforcement shall be paid as the weight in kg/MT. of the actual quantity of steel

reinforcement placed in the structure arrived at by measuring the length of the bars

multiplied by the standard weight per unit length of particular diameter of bar (as

shown in the bar bending schedule).

The standard weight of the bars shall be as follows :

Diameter of bar in mm Weigh in Kg./Rmt.

M.S.round bar Ribbed tor steel bar

6 0.22 0.22

8 0.39 0.39

10 0.62 0.62

12 0.89 0.89

16 1.58 1.58

18 2.000 2.000

20 2.47 2.47

22 2.98 2.98

25 3.85 3.85

28 4.83 4.83

32 6.31 6.31

In case of deformed bars, the weight per unit length of a bar for specified diameter (in

nominal size) will be as shown in the manufactures catalog. The payment to the

contractor will be done on the basis of weight given by the manufactures.

This shall include the quantity in laps, hooks and bends. It shall not include weights of

metallic chairs, hangers, spacer of other suitable devices if used. The length of bar

shall be measured to the nearest 10 cm. A fraction less than 5 cm shall be neglected

and fraction of 5 cm or more shall be taken as 10 cm.

Page 175: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(174)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Accurate records shall be kept at all times of numbers, size, lengths and weight of

bars placed in position of different parts of work. The reinforcement shall be paid as

the weight of the as actual quantity of steel reinforcement placed in the structure

arrived at by measuring the actual length of the bars used and placed as shown in bar

bending schedule the including bends and laps. The unit rate accepted for the

reinforcement shall include the cost of supplying, cutting, bending, cleaning, and

attaching binding wire, separators, hangers etc. shall be deemed to be included in the

unit rate of reinforcement and shall not be measured nor paid for. Welding or splicing

whenever permitted shall not be paid for separately. Chairs if any as per

instruction of Engineer-in-charge will be paid separately.

Page 176: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(175)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

9. BACK FILLING

1.0 GENERAL:

Back-filling generally means excavation re-fill upto the ground level by embankment

material which is required to be placed in excavation after the structure is built up

above the normal ground level. All the back-fill shall be carefully graded to the lines

and grades as shown on the drawings or as directed. The item Includes the

quarring, transporting servicing and such other processing operations to produce the

materials of desired quality, laying watering and compacting as directed. The

materials obtained from the excavation work in this contract wll be allowed to be

used for back-filling, if of approved quality, free of cost.

2.0 PREPARING SURFACE FOR BACK-FILLING : All loose material and surface debris shall be removed. The bed and sides shall be

drenched with water sufficiently so as to prevent absorption of water from back-fill

material. Before placing the back-fill material, the surface shall be tamped or

otherwise consolidated sufficiently.

3.0 BACK-FILLING WITH IMPERVIOUS MATERIAL : The impervious material may be obtained from excavation stuff free of cost or

borrowed from outside from contractor‟s own sources if required without any

limitation of lead or lift. The quality of the impervious material should be got

approved from the Engineer- in-charge inadvance. Water shall be added to the

embankment and mixed by suitable means to assure uniform distribution of moisture

and the desired standard of compaction.

4.0 COMPACTION : The proctor test of soil compaction with aproved modification shall govern the

construction. Labortory methods will be used to determine the optimum moisture

content, dry and wet density and permeability and the construction will be controlled

by field tests and made to determine whether adequate degree of compaction is

being attained.

5.0 MODE OF MEASUREMENT AND PAYMENT : The measurement of widths for payment will be taken as between the accepted

payment lines of the excavation under the respective excavation items and the face

of the masonry or concrete structures. The back-filling may not have to be done right

upto the original ground level. The work will be paid for only upto the depth of back

filling as required and directed by the Engineer-in-charge. If the Contractor chooses

to provide filling above the level desired for his own convenience tike raising platform

and errecting temporary structures the work may be allowed to be done if not

undesirabte from other considerations during or after construction. But the work so

done above the desired levels shall not be measured and paid for eventhough it

might have been done to the required specifications as for the rest of the portions.

The unit is cubic metre.

Page 177: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(176)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Deduction in quantities of back fill shall be made for shrinkage at the rate of 10

percent of intermediate measurements, 7 percent after one monsoon and 5 percent

for final measurements of back fill if the same are taken after two monsoons.

6.0 BACK-FILLING WITH .PERVIOUS MATERIAL :

The pervious material may be obtained from the excavated stuff free of cost or

borrowed from contractor‟s own sources if required without any limitations of lead or

lift. The quality of the pervious material should be got

approved from the Engineer-in-charge in advance. Care shall be taken

to see that materials in the different layers are compacted properly and the finished

surface shall have a neat appearance.

7.0 MODE OF MEASUREMENT AND PAYMENT :

The mode of measurement and payment for back filling with pervious materials will

be same as for back-filling with impervious materials vide para 13.5 above.

Page 178: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(177)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

10 .RAILING

Providing railing of M.S. angle / I / Tee posts and galvanised iron pipes as per

the detailed drawings including scaffolding and pointing.

10.1 General :

The item refers to the provision of Mild steel angle, or I or tee section, posts and

galvanised iron pipe railing as shown on the working drawing.

10.2 Materials

(1) Mild steel angles I or tees as per the item shall be of sizes shown on the plans

and shall comply with specification No. A-11

(2) Anchor bolts, nuts and check nuts to be as per I.S.No. 1148-1964 and of the

shape andsize shown in the drawing or ordered by the Engineer.

(3) Galvanised iron pipes of the diameter as shown in the drawings with couplings

shall be of the standard type. The diameter shall be the inside bore diameter.

10.3 Construction :

The railing shall be constructed as per the detailed drawings. There shall be three

rows of pipes on each side.

The angle iron I or tee section shall be fixed to the projecting anchor bolts which shall

be placed in accurate positions at the time of concreting of the slab and/or the kerb

and fastened securely by means of nuts and check nuts. Three rows of galvanised

iron pipes with couplings shall then be tied on each side to lines, levels, and curves

as directed by the Engineer and passing through the holes cut in the angles I or tees

It should not possible to remove the pipes easily. All ragged edges of posts shall be

smoothened by filing. The pipes and posts shall then be painted with one coat of red

lead and two coats of approved shade good oil paint. Oil painting shall be done

according to specification.

10.4 Item to include

1) Providing or fixing angles I or tee as mentioned in the item bolts, nuts

galvanised iron pipes

with coupling including painting as shown in the drawing.

2) All labour, materials, accessories, use of equipment, tools plants, scaffolding,

etc necessary for the completion of the item satisfactorily.

10.5 Mode of measurement and payment

The contract rate shall be for the metre length of the railing completed. The railing

shall be measured between the inside of the end pillers over the abutment. Where

there are only the end posts the railing shall be measured from out side to out side of

end posts. The length shall be measured correct two places of decimals of a metre.

Page 179: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(178)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

11.0 - DEWATERING, RIVER DIVERSION AND COFFERDAM

11.1 Scope

11.2 Contractor responsible for diversion and cofferdam etc.

11.3 Approval to designs etc.

11.4 Contractor to dewater whenever required

11.5 Repairs & removal of bulkheads etc.

11.6 Closure to diversion works etc.

11.7 Damage due to floods

11.8 Removal of coffer dam and closing the diversion cuts etc.

11.9 No claims if ponding is done

11.10 No claims due to change in design of structure

11.11 Mode of Measurement & Payment

Page 180: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(179)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

11 - DEWATERING, RIVER DIVERSION AND COFFERDAM

11.1 SCOPE

The item shall include all dewatering, desiting, diversion of river flow construction

and maintanance of cofferdam during execution of work required in a manner

hereinafter specified.

Contractor shall make all necessary arrangement such as, construction of coffer

dams, excavation of diversion channel etc. for diversion of river flow and dewatering

to keep working site, foundation dry so as to facilitate consturction work at his cost.

11.2 CONTRACTOR RESPONSIBLE FOR DIVERSION, COFFERDAM ETC.

The Contractor shall plan, construct and maintain satisfactorily necessary coffer

dams. if required, diversion channels and other temporary diversion and protective

works and make provision for diversion of river and other flows and furnish, install,

maintain and operate all necessary pumping and other plant for dewatering various

parts of the works and maintaining the foundation and other parts of the work as free

from water as required for approved construction operations.

11.3 APPROVAL TO DESIGNS ETC.

All coffer dams, weirs, diversions of flow and other arrangements proposed to be

made shall be got approved from the Engineer-in-charge. On approval by Engineer-

in- charge they shall be constructed and maintained to the satisfaction of the

Engineer-in- charge at the Contractors cost. Site removed shall be disposed off in

the manner specified by the Engineer-in-charge.

Approval of the plans for the diversion works by the Engineer-in-charge, will not

relieve the Contractor of the responsibility for the adequacy of diversion and

dewatering arrangements.

11.4 CONTRACTOR TO DEWATER WHENEVER REQUIRED :

The area under all works pertaining to the weir and appurtenances and the adjoining

area, as necessary shall be maintained free from water.

The areas shall also be maintained free of water alter any part of the work is

completed, for inspection, safety and installation by Government or for any other

reasons determined as necessary by Engineer-in-charge. The Contractor shall pump

all water from the site of the weir and appurtenants works shall keep the foundation

free of water, while excavating, concreting and placing masonry and continue to

keep the works free of water for periods as may be required for proper setting of

mortar, or concrete or otherwise required for the completion of work.

Page 181: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(180)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

11.5 CONSTRUCTION, MAINTANANCE, REPAIRS AND REMOVAL OF DIVERSION

CHANNEL, COFFER DAMS ETC. :

The contractor shall have to construct and maintain during construction of weir,

cofferdams, diversion channels and other diversion of protective works as

necessary, after approval from Engineer-in-charge. The contractor shall not be

entitled to any claims or damages on account of or by reason of any amount of water

leaking through under or around coffer dams, diversion channels and other diversion

of protective works or overtopping of the diversion works.

11.6 CLOSURE OF DIVERSION WORKS ETC. :

The items and method of closure of diversion channel or any other opening etc. shall

be subject to the approval of the Engineer-in-charge.

11.7 DAMAGE DUE TO FLOODS :

If any foundation pit or work portion are filled due to floods or flow during the

progress of work or during rainy season or due to any other causes, all pumping

required to dewater the pit and desilting shall be done without any extra cost.

11.8 REMOVAL OF COFFER DAMS AND CLOSING OF DIVERSION CUTS ETC.

All coffer dams and other protective works constructed for facility of dewatering shall

be removed after they have served their purpose in a manner and the extent

directed by the Engineer-in-charge from time to time. All the diversion works or

diversion cuts shall be closed in like manners. The coffer dams on the upstream

may, however be allowed to be submerged at the discretion of the Engineer-in-

charge.

The D/S coffer dam shall be removed in such a manner as not to interfere with the

satisfactory working of the energy dissipation arrangements, outlets, etc.

11.9 NO CLAIMS IF PONDING IS DONE

If required, ponding shall be done by the Department U/S and D/S of the weir at any

intermediate stage and water diverted from the U/S lake into the river for irrigation

and

/ or drinking purposes. The contractor shall have no claim on account of any

additional dewatering or diversion of flow required to be done because of such

ponding and such additional dewatering and diversion of flow required to be done

because of such ponding stands included in the scope of the specifications for

dewatering and diversion of river or water. The contractor shall not be entitled to any

claim on account of interference and interruptions cause to any temporary roads, in

quarries or temporary camps area getting submerged or inaccessible by such

ponding.

Page 182: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(181)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

11.10 NO CLAIMS DUE TO CHANGE IN DESIGN OF STRUCTURE

No claims towards increase in dewatering area of diversion arrangements due to

change on the design of structures shall be entertained by Department.

11.11 MODE OF MEASUREMENT AND PAYMENT :

11.11.1 If the contractor is required to provide the diversion and coffer dam arrangement for

the completion of work as specified a number of times during the period of his

contract the cost of such provision shall be deemed to have been included in the

Schedule-B of the Tender Documents. No payment for dewatering and cofferdam

will be released before work of excavation. Payment for dewatering and diversion

will be released only after construction of foundation sill, pier, abutments, keywalls

and slab as under

The payment of this work shall be done by the following procedure. The coffer dam should be constructed as per designed section with filling gunny/ polythene bags and measured on running meter basis. The dewatering will be measured as per actual use of pumps in between 10 to 20 HP and measured on hourly basis.

Page 183: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(182)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

12. Guide frame for peirs for K. T. Weirs

1.0 SCOPE OF MATERIAL

Moulded composite redial K.T.Weir needle of size of 2.15 meter x 0.5 meter, made

of composite material fiberglass reinforced plastic (F.R.P.) with one side gel coat

finish in eyepleasant blue colour sandwichted with M.S. prefabricated structure made

in 25 x 25 x 5 mm M.S.Angle and 60 x 40 square tube at both ends, embedded in

polyester resin and glass rovings by spray up mouldking process covered with

epoxy black coat, moulded and engraved gauge marking from 0 to 0.5 meter with

one centimeter least count, project name covered in retro reflective for front portion

of needle, hooks for ligting in 8 mm dia m.s. bar, holes for assembel / disassemble

needles etc. complete.

1.1 Mechanical Properties of Composite

Sr. No. Mechanical Property Unit Value

a)

Glass content by weight

%

25-30%

b)

Density

Mg/M3

1.4 - 1.5

c)

Tensile strengh

N/mm2

60-120

d) Compressive strength N/mm2 100-170

e) Flexural strength N/mm2 110-190

f)

Impact strength

J/M

210-340

g)

Water absorption

Kg x 10 - 6

15-25

3.0 Contractor should inspect and see the K.T.Weir slot sizes and adjust the size of

needle, accordingly if required

4.0 Weight and Thickness : A) Thickness of K.T. Needle - 6mm after sandwitch

B) Weight of K.T. Needle - 42 Kg.

5.0 Mode of Payment : After inspecfion of composite needle 90% payment shall be given against delivery

and proper fixation. Balance 10 % will be released after successful storage or 12

months whichever is earlier.

6.0 Load Test

Needles must pass load test for 5000 kg. Certificate in this respect should be

produced before payment.

Page 184: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(183)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Section 17

M. S. CHANNELS

11.0 Providing & fixing M.S. channels of size 100 x 130 x 6 mm for grooves portion of

pier for smooth working of needles as per detailed drawing and as directed including

cutting,

welding, fabricating & errecting in position including painting with non corrosive paint in

3

coats etc complete with all leads & lifts

.

11.1 MATERIAL :-

All structural steel shall conforn to I. S. 226-1958 and I. S. 800-1956. The steel shall

be free from defects mentioned in I. S. 220-1951 and shall have smooth, uniform, finish.

It

shall be straightened if necessary in the mill before shifting, material shall be free from

loose

scales rust, pits or other defects affecting it‟s strength and durability.

When steel is supplied by contractor, test certificate of the manufacturing authority

shall be produced if further IC.MM are necessary they will be done according to I. S.

226-

1958 and I. S. 223-1950. The cost of such tests will be borne by contractor if results are

unsatisfactory and borne by department if results are satisfactory (as per standard

specification). Channels and plates should be of standard size.

11.2 WELDING :-

The specification given here under shall apply to welding as applied to new and

existing structural steel.

Filler welding for placing structural steel in correct position or for providing hold fasts.

11.3 ERRECTION :-

Cutting, bending, riveting, machining, marking and errection shall be carried out in

accordance with approved plans and as directed by Engineer – in charge from time to

time

and shall conform to I. S. 800-1956.

Any material found damaged or defective shall be stacked separately and shall be

marked in distinctive colour. Such material is to be disposed of as per the instructions of

Engineer – in charge.

11.4 PAINTING :-

Page 185: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(184)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

If any harmful material like salts, acids, alkali should cleaned from steel surface. If

rusting occurs to the surface it shall be cleaned. Immediately after cleaning, on the

same

day primer coat shall be applied. Application of oil painting shall conform to

specification

No. A-17, page 19 of edition 1972.

11.5 :- MODE OF MEASUREMENTS AND PAYMENT :

The measurements of this item should be measured for its full length in running meter .

The payment shall be made on running meter basis.

(134)

Signature of Contractor No. of corrections Executive Engineer

Item No.9

M. S. NEEDLES

8.0 SCOPE:

Providing and supplying mild steel needles of size 2.15 x 0.50 m including

cutting, shaping, welding, and two coats of polyurethane including all leads and lifts

etc. complete. The work covered by this item shall consist of furnishing all materials

equipments and labour for the manufacturers, transport.

9.0 QUALITY OF STEEL:

The channel angle shall confirm to IS 808-1957 and steel plates shall confirm

to IS 1730-1961. The steel of which the channels, angles, plates and bars are to be

made shall be manufactured as per the process specified in the respective IS and shall

have a smooth and uniform surface. Material shall be free from scales, blister, surface

flows, laminations cracked edges and defects of every sort and should comply as

regards in strength and durability with IS 1148-1964.

10.0 JOINTS:

Joints in plates, channels, angles or every member of the completed goods to be

made only in such position as may be shown on drawing or as ordered and all parts

are to be cut and are to be fit in their positions, accurately. All joints are to be cut in

truly square from and to be put properly together.

11.0 WELDS:

All welds considered necessary shall be thoroughly sound of full section

without flaws on other defects.

12.0 DIMENTIONS:

In case of difference, actual dimensions from vertical groove to be taken in

preference to scaled dimension and dimensions mentioned in the specification in

preference to both. Considering actual dimensions if there is any increase in the size, it

Page 186: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(185)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

shall not be paid for. The dimensions shown on drawing may be confirmed before

fabrication work to be taken in hand.

13.0 CAMBER AND CURVATURES:

(135)

Signature of Contractor No. of corrections Executive Engineer

The M.S. Plate and horizontal angle and vertical stiffeners shall be formed as

shown in the drawing so that when resting in position and the designed water pressure

so acting, there should not be much deviation in shape.

(136)

Signature of Contractor No. of corrections Executive Engineer

14.0 PAINTING M. S. NEEDLES:

Each needle completed and passed by the Executive Engineer or his

representative shall be painted with two coats of polyurethane in contractor‟s yard.

14.1 MATERIAL:

All materials required in the process shall be got approved from the

Executive Engineer. Following are the principal materials required in the

process.

14.2 PU SYSTEM:

This shall consist PU Resin and Hardener used for giving anticorrosive

treatment of MS surface and shall confirm to IS 2932 or equivalent BIS be

Entrust of M/s Rand Poly products or equivalent. The PU system must have a

minimum pot lift of 30 minutes each of the packages containing the PU resin

and hardener shall have the manufacturers name, type of PU, mixing ratio,

batch no., date of manufacturing and weight printed on the container. PU

materials shall fresh and manufactured not earlier than month of actual use.

14.3 THINNER:

Thinner to be used in the process of PU mixing shall confirm to IS. It

shall also be brought in packages having details as stipulated for the PU Resin.

14.4 PROCESS OF APPLICATION OF THE PU ANTICORROSIVE SYSTEM:

MS Plate / structural steel fabricated MS plates, surface to be lined /

coated should be mechanically discalced and cleaned by scrubbing with wire

brushes. All loose rust particles.

The surface should be then cleaned by pickling process using 10%

normal HCL acid, sufficient time should be allowed after application of the

acid to ensure complete reaction of the rusted surface layer (The time depends

on the condition of the substrata). The surface should be then thoroughly rinsed

Page 187: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(186)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

with potable water and dried.

PU (ENRUST) resin and hardener should be mixed in the proportion of

2:1 by weight and thoroughly stirred so as to form mix of uniform consistency.

That quantity of mix should be such that it can be consumed in application

within thirty minutes or pot life of the mix or before starting the chemical

action to set whichever is lower. This will avoid application of a mixed

compound in which chemical reaction has already set in. This will also reduce

wastages.

Sample for every 100 kg PU compound (mixed) shall be taken. The

mixed compound shall be applied to the MS plate surface and stripping test

carried out as stipulated in relevant IS specification.

14.5 SURFACE HARDNESS TEST:

The surface of the final PU anti-coating shall be tested for hardness. The

standard scratch hardness testing procedure shall be followed. The hardness

value of the tested surface shall not be less than 3500 gm.

14.6 MODE OF MEASUREMENT AND CONTRACT RATE:

(137)

Signature of Contractor No. of corrections Executive Engineer

The cost of anti-corrosive treatment is to be covered under the rate of the

MS Needles.

15.0 TESTING:

When the needles are finished they shall each or certain number of them as the

Executive Engineer may direct to be tested evenly distributed loads of maximum

water head without suffering a permanent set or injury.

The testing should be carried out in the presence of the Executive Engineer or

his authorized Deputy Engineer either by directly loading or in other way approved by

the Executive Engineer and the needles shall stand the above tests to his entire

satisfaction and technical parameter set.

All expenses of testing the needles shall be borne by the contractor. The item

rate is inclusive of the testing expenses.

16.0 GENERAL EXECUTION:

The entire steel work to be executed as per design and drawing and shall

confirm to IS 816-1956 and it shall be in the most approved workmanship according

to directions and to the entire satisfaction of the Engineer-in-charge who shall have

the power to control and inspect to test and to reject the whole or any one needle

which he may consider unsatisfactory and the contractor shall be bound to accept his

Page 188: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(187)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

decision as final.

All the steel shall confirm to the respective IS specifications and shall be of

good quality. Every part of steel needle shall be painted with approved polyurethane

in two coats. The work shall be carried out as per directions of the Engineer-in-charge.

17.0 MODE OF MEASUREMENTS AND PAYMENT:

The measurements shall be on Sqm. basis.

Page 189: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(188)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

13.0 PLASTER

13.0 PLASTER

13.1 Scope of work

13.2 Materials

13.3 Proportion

13.4 Scaffolding

13.5 Preparatory work

13.6 Gauges

13.7 Plastering

13.8 Finishing

13.9 Watering and curing

13.10 Bad work

13.11 Mode of measurement and payment

Page 190: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(189)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

13.00 PLASTER

13.0 PLASTER :

Providing cement plastering of 20 mm/25 mm. thick in two coats in cement

mortar

(1:3) proportion including raking out the joints, scaffolding, finishing, curing with all

leads and lifts etc. complete as directed as per specifications.

13.1 Scope of work:

i) Erecting, dismantling and removing the scaffolding.

ii) Preparing the surface to receive the plaster.

iii) Providing cement plaster of the specified average thickness.

iv) All labours, materials, use of tools and equipments to complete the

plastering.

v) Curing for 14 days.

13.2 Materials

Sand, cement and water shall be as per Section 6 of Concrete

13.3 Proportion

Cement and sand shall be mixed in the volumetric proportion of one cement to 3

sand or one cement to 4 sand as directed, sand being measured in measuring boxes.

The proportions will be by volume on the basis of 50 kg. per bag of cement being equal

to 35 liters. The mortar may be hand mixed or machine mixed. The specifications for

cement, sand coarse aggregate and water given under section 13 shall be applicable.

Mixing platform shall be so arranged that no deterious extraneous material shall

get mixed with mortar nor the mixing water of the mortar shall flow out.

The mortar prepared shall be used within 30 minutes of adding water. Only such

quantity of mortar shall be prepared as can used within 30 minutes. The mortar

remaining unused after that period or mortar which has partially hardened or is

otherwise damaged shall not be retampered or remixed. It shall be destroyed or thrown

away.

13.4 Scaffolding

Scaffolding required for facility of construction shall be provided by the

contractor at his expense.

Scaffolding will be double or single as is warranted for the particular class of

masonry. But the ends of poles should not be placed in the position of header stones

Scaffolding shall be erected by ballies or bamboos of adequate strength so as to be

safe for all construction operations. The Contractor shall take all measures to ensure

the safety of the work and working people. Any instructions of the Engineeer-in-charge.

Page 191: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(190)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

In this respect shall also be complied with. The Contractor shall be entirely responsible

for any damage to property or injury to persons resulting from ill erected scaffolding,

defective ladders and materials or otherwise arising out of his default in this respect

Proper scaffolding shall be provided to allow easy approach for every part of the work.

Overhead work shall not be allowed.

Long holes in masonry shall be made good by stones to match the face work.

When scaffolding is being removed after ensuring that all holes behind are solidly filled

in with

1:4:8 cement concrete.

13.5 Preparatory work

All joints in the face work that is to be plastered shall be raked out to a depth

equal to not less than the width of the joints or as directed by the Engineer-in-charge.

The raking shall be done with care not to allow any chipping of masonry. In new work

the raking out shall be done when the mortar in the joints is green. Smooth surface of

concrete, old plaster etc. must be suitably roughened to provide necessary bond for the

plaster. All dirt, root, oil paint or any other material that might interfere with satisfactory

bond shall be removed. In the case of stone masonry, bushing on the walls to receive

the plaster shall not be more than 12 mm. The surface to be plastered shall be cleaned

scrubbed with fresh water and kept wet for 6 hours prior to plastering. It shall be kept

damp during the progress of the work. The plastering shall not be commenced unless

the preparatory work is passed by the Engineer-in-charge.

13.6 Gauges :

Patches of plaster 15 cm x 15 cm shall be put about 3 meter apart as gauges to,

ensure even plastering in one plane.

13.7 Plastering

In all plaster work the mortar shall be firmly applied with some rubbed and what

more than the required thickness and well pressed into the joints and on the surface

and leveled with a flat wooden rule to give required thickness. Long straight edges

shall be freely used to ensure a perfect plane and even surface. All corners must be

finished to their true angles or rounded as directed by the Engineer-in-charge. The

surface shall be finished to plane or curved surface as shown on the plan directed by

the Engineer-in-charge and shall present a neat appearance.

The mortar shall adhere to the masonry surface intimately when set and there

shall be no hollow sound when struck. Cement plastering shall be done in square or

strips as directed. Plastering shall be done from top to downward.

13.8 Finishing

Page 192: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(191)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

In any continuous face of wall finishing treatment of any type should be carried

out continuously for a period of 14 days to prevent excessive evaporation on the sunny

or windward side in hot dry weather, matting or gunny bags may be hung over on the

outside of the plaster in the beginning and kept moist.

Should the contractor fail to water the work to the satisfaction of Engineer-in-

charge the latter may engage requisite labour, materials and equipment to the work

properly at the cost of the contractor.

13.9 Watering and curing

All plaster work shall be kept damp continuously for a period of 14 days. To

prevent excessive evaporation on the sunny or windward side in hot dry weather

matting or gunny bags may be hung over on the outside of the plaster in the beginning

and kept moist.

Should the Contractor fail to water the work to the satisfaction of the Engineer-

in-charge the later may engage requisite labour, materials and equipment to the work

properly at the cost of the Contractor.

13.10 Bad work

Should the mortar of the plaster perish through neglect of watering or for any

other default and if the work is not done as specified above the plaster shall be

removed and redone at the Contractor‟s expense.

13.11 Mode of measurement and payment

The contract rate shall be per square metre of plastering of specified thickness.

All work shall be measured in sqm. Dimensions shall be measured and quantity worked

out correct upto the place of decimal. If the average thickness of plaster provided by the

Contractor is more than what is specified on any account no extra payment will be

made.

Page 193: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(192)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

SECTION – 14

ANCHOR BAR WITH GROUTING

14.1 Drilling Anchor Holes and Fixing Anchor Bars.

14.2 Anchor Bar In Rock.

14.3 Mode of Measurement and Payment.

Page 194: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(193)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

SECTION -14

ANCHOR BAR WITH GROUTING

14.1 DRILLING ANCHOR HOLES AND FIXING BARS:

i)Scope: The item includes drilling holes about 50 mm in diameter in rock,

masonry or concrete, washing and cleaning holes and tapering the anchor bars and

hooking on top and fixing in in cement grout or cement mortar.

ii)Drilling: Holes about 50 mm diameter shall be drilled in rock; concerte or

masonry to required depth at places shown on drawing or as directed by the Engineer-

in-charge. The depths shown are approximate and are liable to be increased or

decreased or decreased at the time of execution. The angle for drilling hole may vary

from vertical to horizontal through any degree.

The contractor shall have no claim on account of any delay due to non-

finalisation of the depth of holes or due to any variation in depth. The holes shall be

drilled by wagon drill or jack hammers or drilling machines. The operation of drilling also

includes leveling the ground for erecting drill machines, orientation, drilling to required

depths and dimensions, cleaning of holes and plugging till anchor bars are inserted in

holes.

14.2 ANCHOR BAR IN ROCK:

The type, and dimensions of the anchor bars, locations, diameters and depths

of anchor bar holes shall be as directed by the Engineere-in-charge.

Anchor bars shall be thoroughly cleaned before being placed. The holes shall

be washed out and cleaned thoroughly and shall then be completely filled with grout.

When grout is used the anchor bars shall be forced into place for full depth before the

grout takes its initial set and shall be vibrated until the entire embedded surface of the

bar is in intimate contract with the grout.

The cement grout shall be of proportion 1:2 (Cement:sand) and of desired

consistency. The bars should as far as possible be fixed normal to the rock surface, but

at any angle not less than 600 with rock face. Special care shall be taken to ensure any

movement of bars after the grout has taken its initial set.

A special wedging arrangement to the bottom end of the anchor may be

necessary in the form of splitting the bar for length upto 100 mm. and putting 6 mm.

thick steel wedge piece of 75 mm. length and 20 mm. breadth trappered on one edge.

The split bar with wedge slightly projecting out at the end when inserted fully in

the hole will be hammered from the top so that due to wedge the split end of bar will get

tightly jammed against the periphery of the hole. This arrangement will give additional

strength to the anchor bar, in addition to usual anchoring by cement grout. The special

wedging arrangement to anchor bars will be deemed to have beem covered under the

item of Reinforcement.

Page 195: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(194)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

14.3 MODE OF MEASUREMENT AND PAYMENT:

Measurement for drilling of holes shall be of the length of holes. The cost of

fixing anchor bars in cement slurry or in cement mortar shall be deemed to have been

covered in the unit rate provided for this item of drilling holes, as per Schedule „B‟ of

tender. The cost of anchor bars shall be paid under separate item of „Reinforcement‟.

Page 196: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(195)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

Section – 15

DRILLING

15.1 Scope

15.2 Drilling

15.3 Testing and Preparation of holes.

15.4 Cleaning of holes

15. 5 Mode of Measurement and Payments.

15.6 Carring out water intake tests at every 1.5 meters.

15.7 Mode of Measurement.

Page 197: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(196)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

SECTION -15

DRILLING

15.1 SCOPE:

Drilling in masonry and foundation strata by wagon drills or jack hammer including

flushing, washing of holes etc.

15.2 Drilling:

15.2.1 The item shall include drilling of holes of 35 mm. to Diameter in masonry,

concrete and foundation strata including rock by wagon drill of jack hammer including

providing casing pipe in loose strata and performing the functions necessary and

ancillary ther- to.

15.2.2 The contractor shall engage such wagon drilling machine or jack hammer which

are capable of drilling holes of 35 mm. to 100 mm Diameter.

15.2.3 The spacing and depth of bore holes shall be as directed form time to time by

the Engineer-in-charge. The bores shall be taken at the location given by the Engineer

or his authorized representative. Each bore shall be drilled upto the depth specified

Excess depth drilled will not be paid for Similary. It for grouting any portion of holes is

required to be re-drilled the cost there – of shall be deemed to have included in the

rates quoted for this item.

15.2.4 All vertical bores shall be drilled truly vertical as shown in drawing and some

boras shall be inclined to the gradient as directed bu Engineer-in-charge. The

contractor shall make suitable all records. E.g. water pressure, clolour of water, speed

of penetration, pressure, speed rotation of drill bit etc. wherever possible in the manner

specified by the Engineer-in-charge.

15.2.5 After completion of drilling, the hole shall be plugged until it is grouted, any hole

becoming blocked or chocked before it is grouted shall be opened to the satisfaction of

the Engineer-in-charge and at the expense of the contractor.

15.3 TESTING AND PRPPARATION OF HOLES:-

15.3.1 Following the drilling of each hole and prior to grouting, water shall be pumped

under pressure as directed by Engineer-in-charge through deill rod or any other Pipes

to wash the cuttings and the soil from the crevices in the rock adjacent to the hole, to

the surface by the upward flow of water discharging from the hole. The washing shall

be continued until reasonable clear water emerges form the hole,but in no case this

process shall take as less than 20 minutes, If considered necessary by the Engineer-in-

charge the washing process shall be assisted by pumping air into the wash water by

means of an air compressor.

15.4.0 CLEANING OF HOLES:-

15.4.1 The washing shall usually be timed so as just to proceed grouting. Final washing

shall not be completed in advance of grouting. As a last operation preparatory to

grouting.The holes shall be blown to clear the accumulated muck, at the bottom.

Page 198: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(197)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

15.4.2 No Payment will be made for partly drilled or completed hole it is to be

abandoned due to any mischief prior to grouting and due to unsuccessful operation.

15.4.3 The contractor shall inform the Engineer-in-charge who records measurements

at least two days in advance before completion of the bore and shall make necessary

arrangements for taking measurements. Failing which the departments shall not be

responsible for idle period for the boring machine.

15.4.4 Utmost care and precaution shall be taken to ensure that the dam masonry or

concrete is not damaged during the work. Any damage caused to the concrete or

masonry or any element, material or structure in the dam or adjacent to it shall be made

good by the contractor at his own expenses and to satisfaction of Engineer-in-charge.

15.5 MODE OF MEASUREMENTS AND PAYMENTS:

The drilling shall be measured upto two decimals and paid for as per the actual length

of bore drilled or upto depth, directed by the Engineer-in-charge in writing whichever is

less.

15.6.0 CARRYING OUT WATER INTAKE TESTS AT EVERY 1.5 METER:

15.6.1 EQUIPMENTS:

1. Wagon drill boring machine with reciprocating pump.

2. water meter for water loss calibrated in liters.

3. Pressure meter for recording water pressure under which the test is carried out.

4. By pass controlling valves for controlling water pressure.

5. Rubber packers for preventing leakage at top and bottom of section to be

tested.

6. Performed Pipe 1.5 meter length inner and outer for delivering water test

section in all directions.

7. Other necessary equipment such as pipe length, chain spanners, Pipe

connecting sockets etc.

8. Stop watch for recording time.

9. Other equipment as may be required for the test.

10. Any damage to equipments machinery and for accessories they of during the

work shall not be compensated by the department.

15.6.2 This item shall include testing of the test hole under specified pressure and

recording the water intake of the hole to assess the sucess of grouting operation

carried out. The record shall be submitted by the contractor in the form prescribed by

the Engineer- in charge immediately after the testing is over.

15.6.3 The Contractor shall furnish the necessary equipment and shall carry out water

intake test as directed by the Engineer in charge. The equipment shall be such so as to

Page 199: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(198)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

enable presurised water to be carried out in stages of 1.5 meters, Suitable pressure

guage and water meter shall be install indicate pressure and water leakages from the

holes.The equipment shall be capable of maintain constant pressure in the hole upto

1.4 kg/cm2.

15.6.5 METHOD:

i)At every 3.0 meter distance a test hole shall be drilled. When grouting of the holes is

completed for 6 meters length on either side of the test hole. The depth of the holes

shall be the same as grout holes in the vicinity or as directed by the Engineer-in-charge.

After drilling the hole, the packer test shall be carried out as described. In para II and III

here-in-after.

ii)The test shall be carried out from bottom to top of hole in stages of 1.5 meters with

packer at top and bottom.

.

Page 200: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(199)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

SECTION-16

DRILLING AND WATER INTAKE TEST.

16.1 Scope.

16.2 Drilling.

16.3 Testing and preparation of holes.

16.4 Cleaning of holes.

16.5 Mode of Measurement and payments.

16.6 .Carrying out water intake tests at every 1.5 meters.

16.7 Mode of measurement.

Page 201: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(200)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

SECTION-16

DRILLING AND WATER INTAKE TEST.

16.1 SCOPE:

Drilling in masonry / concrete and foundation strata by wagon drills or jack hammer

including flushing washing of holes etc.

16.1.0 DRILLING:

16.1.1 The item shall include of holes 35 mm. To 100 mm diameter in concrete and

foundation rock by wagon drill or jack hammer including providing pipe in loose

strata and performing the functions necessary and ancillary thereto.

16.1.2 The contractor shall engage such wagon drilling machine or jack hammer

capable of drilling holes of 35 mm to 100 mm diameter.

16.1.3 The spacing and depth of bore holes shall be as directed from time by the

Engineer-in-charge The bores shall be taken at the location given by the Engineers

authorized representative. Each bore shall be drilled up to the depth specified depth

drilling will not be paid for.

Similarly, if for portion of hole is required to be re-drilled the cost thereof

deemed to have included in the rated quoted for this item.

16.2.4 All vertical bores shall be drilled truly vertical as shown in drawing and bores

shall be inclined to the gradient as directed by Engineer-in-charge. The Contractor shall

make suitable arrangements to measure the water loss during operation, penetration

pressure, speed of rotation of drill bit etc. wherever possible in the ….by the Engineer-

in-charge.

16.2.5 After completion of drilling, the hole shall be plugged until it is grouted, any hole

becoming blocked or choked before it is grouted shall be opened to the

satisfaction of the Engineer-in-charge and at the expense of the contractor.

16.3.0 TESTING AND PREPARATION OF HOLES:

Following the drilling of each hole and prior to grouting water shall be pumped

under pressure as directed by Engineer-in-charge through drill rod or any other pipes

to wash the cutting and the soil from the crevices in the rock adjacent to the hole, to the

surface by the upward flow of water discharging the hole, but in no case this process

shall take as less than 20 minutes.

If considered necessary by the Engineer-in-charge , the washing process shall

be assisted by pumping air into the wash water by means of an air compressor.

Page 202: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(201)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

16.4.0 CLEANING OF HOLES:

16.4.1 The washing shall usually be timed so as just to proceed grouting. Final

washing shall not be completed far in advance of grouting. As a last operation

preparatory to grouting, the holes shall be blown to clear the accumulated muck,

at the bottom.

16.4.2 No payment will be made for partly drilled or completed hole if it is to be

abandoned due to any mischief prior to grouting and due to unsuccessful operation.

16.4.3 The contractor shall inform the Engineer-in-charge who records measurements

at least two days in advance before completion of the bore and shall make necessary

arrangements for taking measurements, failing which the department shall not be

responsible for the period for the boring machine.

16.4.4 Utmost care and precaution shall be taken to ensure that the dam/barrage

masonry/concrete concrete is not damaged during the work. Any damage caused to the

concrete or masonry any element, material or structure in the dam or adjacent and it

shall be made good by the contractor at his own expenses and to the satisfaction of

the Engineer-in-charge.

16.5.0 MODE OF MEASUREMENTS AND PAYMENTS:

The drilling shall be measured up to two decimals paid and for as per the actual length

of bore drilling or up to depth directed by the Engineer-in-charge in writing whichever is

lesser.

16.5.0 CARRYING OUT WATER INTAKE TESTS AT EVERY 1.5 METER

16.5.1 EQUIPMENTS:

1. Wagon drill machine with reciprocating pump.

2. Water meter for water loss calibrated in liters.

3. Pressure meter for recording water pressure under which the test is

carried out.

4. By pass controlling valves for controlling water pressure.

5. Rubber packers pipe 1.5 meters length at top and bottom of section to

be tested.

6. Perforated pipe 1.5 meter length inner and other for delivering water test

section in all direction.

7. Other necessary equipment such as pipe length, chain spanners, pipe

connections socket etc.

Page 203: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(202)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

8. Stop watch recording time.,

9. Other equipment as may be required for the test.

10. Any damage to equipment machinery and for accessories there of the

work shall not be compensated by the Department.

16.5.2 This item shall include testing of the test hole under specified pressure of

recording the water intake of the hole to assess the success of grouting operation

carried out. The record shall be submitted by the Contractor in the form prescribed by

the Engineer-in-charge immediately after the testing is over.

16.5.3 The contractor shall furnish the necessary equipment and carry out water intake

test as directed by the Engineer-in-charge . The equipment shall be such so as to

enable pressurized water tests to be carried out in stages of 1.5 meters. Suitable

pressure gauge and water meter shall be installed to indicate pressure and water

leakage‟s from the holes . The equipment shall be capable of maintaining constant

pressure in the hole up to 1.40 kg./sq.cm.

16.5.4 The water to be pumped should be clear, free from all sediments.

16.5.5 METHOD:

i) At every 3.0 meter distance a test hole shall be drilled, when grouting of

the holes is completed for 6 meters length on either side hole. The depth

of the hole shall be the same as grout hole in the vicinity or as directed

by the Engineer-in-charge. After drilling the hole, the packer test shall be

carried out as described, in para ii and iii here-in-after.

ii) the test shall be carried out from bottom to top of hole in stage of 1.5

meters with packer at top and bottom.

iii) The test shall be conducted for pressures varying from 0 to 10 kg./cm2

and process repeated for decreasing pressures for every slab minimum

three readings should be taken. The reading should be watched till the

intake is found to the constant for at least two minutes as per instruction

of the Engineer-in-charge.

16.5.6 PROCEDURE:

Packer test should start from bottom 1.5 meter pocket of hole with only one packer at

top perforated pipe 1.5 meters length should be fixed and pipe inserted in the hole and

water intake test carried out as described above. The subsequent 1.5 meter packers

should be tested with double packer one at bottom and other at top of the pocket

length. Pressure applied and water loss in particular time (20 minutes) shall be noted

for each pressure of 1.50 kg/cm2 slab from 0 to 10 kg/cm2 and preserved as directed

Page 204: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(203)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

by Engineer-in-charge. The reading shall in the tabular from prescribed . After

completion pressure testing of the hole , the same shall be grouted with 3.0 meter

pocket from bottom to top.

16.6.0 MODE OF MEASUREMENT:

Payment for the item of water intake tests shall be on the basis of number of a treating

all the testing work involved for each section about 1.5 meter depth as one. The

operation of drilling and grouting shall be measured and paid for under corresponding

items as in the case of ordinary grout holes.

Page 205: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(204)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2

DRAWINGS

Page 206: Irle (K.T.Weir) Barshiwrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender425.pdf · works are carried out and any other lands or places provided by the Government. (l) "Defect(s)

(205)

Sign. of Contractor No. of Corrections Executive Engineer

Sub Dnl Officer

KDK Canal Sub Dn 2 KDK Canal Sub Dn 2, Pune

Sub Divisional Officer

KDK Canal Sub Dn 2, Pune

Assistant Engr.(G1),

Nira Irrigation Sub Dn., Nira Sub Divisional Officer K.D.K.CANAL SUB-DN 2