+ All Categories
Home > Documents > 1TenderdocumentChandwad.pdf - Amazon AWS

1TenderdocumentChandwad.pdf - Amazon AWS

Date post: 05-Mar-2023
Category:
Upload: khangminh22
View: 0 times
Download: 0 times
Share this document with a friend
119
Executive Engineer S.T. Nashik Signature of Contractor 1 Executive Engineer S.T. NASHIK MAHARASHTRA STATE ROAD TRANSPORT CORPORATION CIVIL ENGINEERING DIVISION, NASHIK. NASHIK REGION. FOR Authorized use only B -1 Tender Agreement No B-1/ For 2018-19 E-TENDER DOCUMENT ( FOR B -1 TENDER) E-TENDER NOTICE No. 11-2018-19 Name of work Reconstruction of Bus Station with it's Sub Work, at Chandwad in Nashik Division. Amount put to Tender Rs. 2,78,23,207.00 EXECUTIVE ENGINEER M.S.R.T. CORPORATION, NASHIK REGION, DIVISION OFFICE BUILDING, N.D. PATEL ROAD, SHINGADA TALAV NASHIK – 422001 PHONE :0253-2309324
Transcript

Executive Engineer S.T. Nashik

Signature of Contractor 1 Executive Engineer

S.T. NASHIK

MAHARASHTRA STATE ROAD TRANSPORT CORPORATION

CIVIL ENGINEERING DIVISION, NASHIK.

NASHIK REGION.

FOR Authorized use only B -1 Tender Agreement

No B-1/ For 2018-19

E-TENDER DOCUMENT

( FOR B -1 TENDER)

E-TENDER NOTICE No. 11-2018-19

Name of work Reconstruction of Bus Station with it's Sub Work, at

Chandwad in Nashik Division.

Amount put to Tender Rs. 2,78,23,207.00

EXECUTIVE ENGINEER

M.S.R.T. CORPORATION,

NASHIK REGION,

DIVISION OFFICE BUILDING,

N.D. PATEL ROAD, SHINGADA TALAV

NASHIK – 422001

PHONE :0253-2309324

Executive Engineer S.T. Nashik

Signature of Contractor 2 Executive Engineer

S.T. NASHIK

INDEX

Name of work Reconstruction of Bus Station with it's Sub Work, at Chandwad in

Nashik Division.

Name of Contractor:- __________________

E.M.D. Amount & G-12 or online Gatway No. -----------------------dt. / /

S.D. Amount & G-12 or online Gatway No. -----------------------dt. / /

Additional S.D. Amount & G-12 No. -----------------------dt. / /

Divisional Accountant

M.S.R.T.C. Nashik

Sr. No. Description Page No

From To

1. Face Sheet : Name of Work 01 01

2. Index Page 02 02

3. Disclaimer 03 03

4. Brief Tender Notice /Publications. 04 07

5. Detail Tender Notice . 08 11

6. Guidelines for e-tendering procedure / conditions. 12 15

7. Sample Form No. I to VI (to be submitted online in Tech. Bid Envelop duly

filled) 16 22

8. Annexure No. I to III (to be submitted online in Tech. Bid Envelop duly filled) 23 25

9. B-1 AGREEMENT FORM - Percentage Rate Tender & Contract Work

(General Rules &Direction for Guidance of Contractor &

Conditions of contract.

26 45

10. List of Apparatus Required. 46 47

11. Profarma for maintaining Cement /Asphalt Register. 48 48

12. Special Conditions and Technical Specifications. 48 51

13. General Instructions. 52 53

14. Additional Specification for Concrete Works. 54 56

15. Special Conditions of Contract. 57 59

16. List of Approved Makes. 60 61

17. General Specifications for water-proofing Work. 62 62

18. General Guide line For W. P work for reference of contractor. 63 63

19. Guarantee Bond for water proofing Work. 64 65

20. Specifications for formwork & steel centering. 66 66

21. Additional Conditions For Materials (cement, steel, asphalt)

Brought by the Contractor. 67 67

22. Quality Assurance clause. 68 68

23. Drawings & Documentations. 69 69

24. Declaration of Contractor. 70 73

25. List of various Quality Control Test & their Frequencies - Annexure “A” 74 78

26. General Conditions of Contract 79 80

27. Important Tender Notes 81 93

28. Instructions to person Tendering 94 94

29. Schedule “A” 95 95

30. Recapitulation Sheet 96 96

31. Schedule “B” 97 119

Executive Engineer S.T. Nashik

Signature of Contractor 3 Executive Engineer

S.T. NASHIK

D I S C L A I M E R

1. Detailed time table for the various activates to be performed in e –tendering process by

the Tenderer for quoting their offer is given in this tender documents under “TENDER

SCHEDULE” ,Contractor should carefully note down the cut –off dates for the carrying

out each e –tendering process /activity.

2. Every efforts being made to keep the website up to date and running smoothly 24 x 7 by

the M.S.R.T.C. and the service provider . However M.S.R.T.C. takes no responsibility,

and will not be liable for, the website being temporarily unavailable due to any technical

issue at any point of time.

3. In the event M.S.R.T.C. will not liable and responsible for any damages or expenses

arising from any difficulty, error, imperfection or in accuracy with this website, it

includes ail associated services, or due to such unavailability of the website or any part

thereof or any contents or any associated services.

4. The tenderers must follow the time table of e-tendering process and get their activities of

e-tendering process done well in advance so as to avoid any inconvenience due to

unforeseen technical problems if any.

5. M.S.R.T.C. will not be responsible for any incomplete activity of e-tendering process of

the tenderer due to technical error / failure of website and it can not be challenged by way

of appeal, arbitration and in the court of law.

Contractors must get done all the e-tendering activities well in advance.

Executive Engineer S.T. Nashik

Signature of Contractor 4 Executive Engineer

S.T. NASHIK

ªìÀ£Ìã¶ããè ‰ãŠ½ããâ‡ãŠ - 253-2309324 Email- [email protected]

½ãÖãÀãÓ›È À㕾㠽ããØãà ¹ããäÀÌãֶ㠽ãÖã½ãâ¡ß, ¶ãããäÍã‡ãŠ ãäÌã¼ããØã ¶ãããäÍã‡ãŠ ‡ãŠã¾ãÇãŠãÀãè ‚ããä¼ã¾ãâ¦ãã ‡ãŠã¾ããÃÊã¾ã, †¶ã.¡ãè.¹ã›ñÊãÀãñ¡, ãäÍãâØãã¡ã ¦ãÊããÌã, ¶ãããäÍã‡ãŠ 422001

•ãã‰ãŠ.Àã¹ã/‡ãŠã¾ãÂããä¼ã/¶ãããäÍã‡ãŠ/¹ãÆÍãã/2018-19/ 230 ã䪶ãâã‡ãŠ : 25.07.2018

¹ãÆãä¦ã, ½ãñ.‚ãùÔ›ðË ‚ãù¡ÌÖÀ›ã¾ããä¢ãâØã Ìã ½ãã‡ãŠñÃãä›âØã ƒâã䡾ãã ¹ãÆã.ãäË. 303,ãä¦ãÔãÀã ½ã•ãËã,‚ã½ãÀ ‚ãã‡ãŠñá , ÖãñËãÀã½ã ‡ãŠãù˶ããè, ÎãÀ¥ã¹ãîÀ Àãñ¡, ¶ãããäÎã‡ãŠ-02.

ãäÌãÓã¾ã :- ƒÃ-ãä¶ããäÌãªã ÔãìÞã¶ãã ‰ãŠ. 11/ 2018-19 Ìãð¦¦ã¹ã¨ãã¦ã ¹ãÆãäÔ㣪 ‡ãŠÀ¥ãñ ºããºã¦ã. ½ãÖãñª¾ã,. ½ãÖãÀãÓ›È À㕾㠽ããØãà ¹ããäÀÌãֶ㠽ãÖã½ãâ¡ßã¶ãñ,ãä¶ããäÌãªã ÔãìÞã¶ãã / •ããÖãèÀã¦ã ¹ãÆãäÔ㣪 ‡ãŠÀ¥¾ããÔããŸãè ‚ãã¹ãËãè ‡ãŠñËñËãè ãä¶ã¾ãì‡ã‹¦ããèÞ¾ãã ‚ã¶ãìÓãâØãã¶ãñ ‡ãŠßãäÌ㥾ããâ¦ã ¾ãñ¦ãñ ‡ãŠãè,‡ãŠã¾ãÇãŠãÀãè ‚ããä¼ã¾ãâ¦ãã,Àã.¹ã.¶ãããäÍã‡ãŠ ¹ãƪñÍã, ¶ãããäÍã‡ãŠ ¾ããâÞ¾ãã ‡ãŠã¾ããÃ˾ãã ½ãã¹ãŠÃ¦ã ŒããËãèË Ìãð¦¦ã¹ã¨ãã¦ã ãäªËñʾãã ¦ã‡ã‹¦¾ãã¦ããèË ¦ã¹ããäÎãËã ¹ãƽãã¥ãñ ÍããÔã‡ãŠãè¾ã ªÀã¶ãñ ¹ãÆãäÔ㣪 ‡ãŠÀ¥¾ããÞãã ½ãÔãìªã Ôããñºã¦ã •ããñ¡Ëã ‚ããÖñ. ‚ã. ‡ãÆŠ.

•ããÖãèÀã¦ã ¹ãÆãäÔ㣪ãèÞãã Ô¦ãÀ / àñã¨ã

•ãããäÖÀã¦ã ¹ãÆãäÔ㣪 ‡ãŠÀãÌã¾ããÞãñ Ìãð¦¦ã¹ã¨ããÞãñ ¶ããâÌã

¹ãÆãäÔ㣪ãè ã䟇ãŠã¥ã

•ããÖãèÀã¦ã ¹ãÆãäÔ㣪 ‡ãŠÀãÌã¾ããÞãã ã䪶ããâ‡ãŠ

01 ãä•ãÊÖãÔ¦ãÀ ªõãä¶ã‡ãŠ - Ôã‡ãŠãß ¶ãããäÍã‡ãŠ, £ãìßñ, •ãßØããâÌã, ¶ãâªìÀºããÀ

26.07.2018 02 ãä•ãÊÖãÔ¦ãÀ ªõãä¶ã‡ãŠ - ¹ãì¤ãÀãèû ‚ãֽ㪶ãØãüÀ 02 À㕾ãÔ¦ãÀ ªõãä¶ã‡ãŠ- ¹ãÆŠãè ¹ãÆñÔã •ã¶ãÃÊã ƒâØãÆ•ããè À㕾ãÔ¦ãÀ 03 À㕾ãÔ¦ãÀ ªñãä¶ã‡ãŠ- Êããñ‡ãŠ½ã¦ã À㕾ãÔ¦ãÀ

ãäÌã¶ãâ¦ããè ‡ãŠãè, ÌãÀãèË ¦ã¹ããäÎãËã ¹ãƽãã¥ãñ ¹ãÆãäÔ㣪ãèÞããè ‡ãŠã¾ãÃÌããÖãè ‡ãŠÀãÌããè, ¦¾ããÞã¹ãƽãã¥ãñ ÔãªÀ •ããÖãèÀã¦ã ¹ãÆãäÔ㣪 ¢ããËñ˾ãã ¹ãƦ¾ãñ‡ãŠ Ìãð¦¦ã¹ã¨ããÞ¾ãã ªãñ¶ã-¹ãƦããè,•ããÖãèÀã¦ã ¹ãÆãäÔ㣪 ¢ãã˾ããÞ¾ãã ¦¾ããÞã ãäªÌãÎããè ¾ãã ‡ãŠã¾ããÃ˾ããÔã ¹ãÆ㹦ã Öãñ¦ããèË ¾ããÔããŸãè Ôãâºãâ£ããè¦ã Ìãð¦¦ã¹ã¨ããÞãñ ¹ãÆãä¦ããä¶ã£ããèÔã ‚ãã¹ãʾãã ½ãã¹ãŠÃ¦ã ‡ãŠßãäÌ㥾ããâ¦ã ¾ããÌãñ.¦ãÔãñÞã Ìãð¦¦ã¹ã¨ããÞãñ ¹ãƦããè ¾ãã ‡ãŠã¾ããÃ˾ããÔã ¹ãÆ㹦㠢ããʾããÞããè ‡ãŠð¹ã¾ãã Œãã¦ãÀ•ã½ãã ‡ãŠÀãÌããè Öãè ãäÌã¶ãâ¦ããè.

Ôããñºã¦ã- •ããÖãèÀã¦ã ¹ãÆãäÔ㣪ãèÞãã ½ãÔãìªã - ¹ãã¶ã 2

‡ãŠã¾ãÇãŠãÀãè ‚ããä¼ã¾ãâ¦ãã, ½ã.Àã.½ãã.¹ã.¶ãããäÍã‡ãŠ ¹ãƪñÍã, ¶ãããäÍã‡ãŠ

Executive Engineer S.T. Nashik

Signature of Contractor 5 Executive Engineer

S.T. NASHIK

ªìÀ£Ìã¶ããè ‰ãŠ½ããâ‡ãŠ - 253-2309324 Email- [email protected]

½ãÖãÀãÓ›È À㕾㠽ããØãà ¹ããäÀÌãֶ㠽ãÖã½ãâ¡ß, ¶ãããäÍã‡ãŠ ¹ãƪñÍã ¶ãããäÍã‡ãŠ

ƒÃ-ãä¶ããäÌãªã ÔãìÞã¶ãã ‰ãŠ. 11/ 2018-19 ‡ãŠã¾ãÇãŠãÀãè ‚ããä¼ã¾ãâ¦ãã, ½ãÖãÀãÓ›È À㕾㠽ããØãà ¹ããäÀÌãֶ㠽ãÖã½ãâ¡ß, ¶ãããäÍã‡ãŠ ¹ãƪñÍã, ¶ãããäÍã‡ãŠ Öñ ¶ãããäÍã‡ãŠ ¹ãƪñÍãã¦ããèÊã ¹ãì¤ãèÊã ã䟇ãŠã¥ããè

ƒÃ-ãä¶ããäÌãªñ‡ãŠÀãè¦ãã ¶ããòª¥ããè‡ãðŠ¦ã , ÌãØããê‡ãðŠ¦ã ¦ãÔãñÞã ‚ã¶ããòª¥ããè‡ãðŠ¦ã ¹ãÀâ¦ãì ‚ã¶ãì¼ãÌããè Ìã ¦ããâãä¨ã‡ãŠ / ‚ãããä©ãÇãŠÒÓ›¾ãã Ôãàã½ã ‚ãÔãÊãñʾãã Ÿñ‡ãñŠªãÀãâ‡ãŠ¡î¶ã ½ããñÖÀºã⪠ãä¶ããäÌãªã ½ããØããäÌã¦ã ‚ããÖñ.

‚ã. ‰ãŠ. ‡ãŠã½ããÞãñ ¶ããÌã / ã䟇ãŠã¥ã

‡ãŠã½ããÞããè ‚ãâªã•ããè¦ã À‡ãŠ‡ãŠ½ã (Á¹ã¾ãã¦ã)

1 ¶ãããäÍã‡ãŠ ãäÌã¼ããØãã¦ããèÊã ÞããâªÌã¡ ¾ãñ©ããèÊã ºãÔãÔ©ãã¶ã‡ãŠãÞããè ¹ãì¶ãúããâ£ã¥ããè ‡ãŠÀ¥ãñ. 2,78,23,207.00

‡ãŠã¾ãÇãŠãÀãè ‚ããä¼ã¾ãâ¦ãã,½ãÖãÀãÓ›È À㕾ã,½ããØãà ¹ããäÀÌãֶ㠽ãÖã½ãâ¡ß, ¶ãããäÍã‡ãŠ ¹ãƪñÎãã¦ããèÊã ŒããÊããèÊã ‡ãŠã½ãã‡ãŠÀãè¦ãã ºã-1 ªÀ ›‡ã‹‡ãñŠÌããÀãè ¶ã½ã춾ãã¦ã, ÔããÌãÕããä¶ã‡ãŠ ºããâ£ã‡ãŠã½ã Œã㦾ããÞ¾ãã ¾ããñؾã Ñãñ¥ããè¦ã ¶ããñªâ¥ããè‡ãðŠ¦ã ‚ã¶ãì¼ãÌããè ‚ãÔãÊãñʾãã ‡ã⊨ã㛪ãÀã‡ãŠ¡ì¶ã, ªãñ¶ã ãäÊã¹ãŠã¹ãŠã ¹ã£ª¦ããè¶ãñ, ƒÃ-ãä¶ããäÌãªã ½ããØããäÌã¦ã ‚ããÖñ¦ã.

‚ã. ‰ãŠ. ‡ãŠã½ããÞãñ ¶ããÌã / ã䟇ãŠã¥ã

‡ãŠã½ããÞããè ‚ãâªã•ããè¦ã À‡ãŠ‡ãŠ½ã (Á¹ã¾ãã¦ã)

2 ¶ãããäÍã‡ãŠ ãäÌã¼ããØãã¦ããèÊã ÌããÌããè ¾ãñ©ããèÊã ºãÔãÔ©ãã¶ã‡ãŠãÞããè ¹ãì¶ãúããâ£ã¥ããè ‡ãŠÀ¥ãñ. 70,48,320.00

ƒÃ-ãä¶ããäÌãªñÞãñ Ìãñßã¹ã¨ã‡ãŠ ãä¶ããäÌãªã ¹ãƇãŠãÎããè¦ã ‡ãŠÀ¥ãñ ãäª. 03.08.2018

Ìãñß 17.00 Ìãã•ãñ¹ã¾ãĦã - -

¡ã…¶ãÊããñ¡/ ãäÌã‰ãŠãè ÞããÊãî ãäª. 03.08.2018 Ìãñß 17.05 ¹ããÔãî¶ã

ãä¶ããäÌãªã ¡ã…¶ã Êããñ¡ / ãäÌã‰ãŠãè ºãâª

ãäª. 30.08.2018 Ìãñß 13.00 Ìãã•ãñ¹ã¾ãĦã

ãä¶ããäÌãªã ÔããªÀ ‡ãŠÀ¥ãñ (¹ããÔãî¶ã)

ãäª. 03.08.2018 Ìãñß 17.15 ¹ããÔãî¶ã

ãä¶ããäÌãªã ÔããªÀ ‡ãŠÀ¥ãñ (¹ã¾ãĦã)

ãäª. 30.08.2018 Ìãñß 13.00 ¹ã¾ãĦã

ãä¶ããäÌãªã „Üã¡¥¾ããÞããè ¦ããÀãèŒã (Îã‡ã‹¾ã ¢ããʾããÔã)

ãäª. 01.09.2018 Ìãñß 12.00

- -

1) ãä¶ããäÌãªã ‡ãŠãØ㪹ã¨ããâÞãã ¦ã¹ãÍããèË www.mahatenders.gov.in ¾ãã Ôãâ‡ãñŠ¦ã Ô©ãßãÌãÀ „¹ã˺£ã ‚ããÖñ¦ã, ãä¶ããäÌãªã‡ãŠãÀãâ¶ããè Œãã¨ããè ‡ãŠÂ¶ã ܾããÌããè Ìã ¦¾ããâ¶ããè ãä¶ããäÌãªã ÍãìʇãŠ, ƒÔããÀã À‡ã‹‡ãŠ½ã ƒ¦¾ããªãè by online payment gateway Þ¾ãã ÔÌã¹ãã¦ã ãäªÊãñʾãã ½ã쪦ããè¦ã ¼ãÀ¶ãã ‡ãŠÀãÌãã. ¦ãÔãñÞã ãä¶ããäÌãªã‡ãŠãÀãâ¶ããè ãä¶ããäÌãªã Ôã⪼ããæã ÔãÌãà ªÔ¦ã†õÌã•ã ‚ããù¶ãÊããƒÃ¶ã ÔããªÀ ‡ãŠÀ¥ãñ ‚ããä¶ãÌãã¾ãà ÀãÖãèÊã ¾ããÞããè ¶ããòª ܾããÌããè. ‚㶾ã©ãã ãä¶ããäÌãªã‡ãŠãÀ ãä¶ããäÌãªã ¹ãÆãä‰ãŠ¾ãñ¦ã ¼ããØã Üãñ¥¾ããÔã ¹ãã¨ã ŸÀ¥ããÀ ¶ããÖãè.

2) ãä¶ããäÌãªñ¦ããèÊã ªÀ Öñ •ããè.†Ôã.›ãè. ÌãØãßì¶ã ‚ããÖñ¦ã 3) ‡ãŠãß¿ãã ¾ããªãè¦ã ›ã‡ãŠÊãñʾãã Ÿñ‡ãñŠªãÀãâ¶ãã ãä¶ããäÌãªã ¹ãƉãŠãè¾ãñ¦ã ¼ããØã Üãñ¦ãã ¾ãñ¥ããÀ ¶ããÖãè. 4) ÌãÀãèÊã ‡ãŠã½ãã‡ãŠÀãè¦ãã ¾ãã ¹ãì¤ãèÊã ãä¶ãÜã¥ããÀñ Îã죪ãè¹ã¨ã‡ãŠ ‡ãñŠÌãß ‚ããù¶ãÊããƒÃ¶ã ¹ãƇãŠãÎããè¦ã ‡ãŠÀ¥¾ãã¦ã ¾ãñ¦ããèÊã ¾ããÞããè ‡ãðŠ¹ã¾ãã ÔãÌãà ‡ã⊨ã㛪ãÀãâ¶ããè ¶ããòª ܾããÌããè. 5) ‡ãŠãñ¥ã¦ãñÖãè ‡ãŠãÀ¥ã ¶ã ªñ¦ãã ‡ãŠãñ¥ã¦ããèÖãè †‡ãŠ ãä‡ãâŠÌãã ÔãÌãà ãä¶ããäÌãªã ãäÔÌã‡ãŠãÀ¥¾ããÞãñ, ¶ãã‡ãŠãÀ¥¾ããÞãñ ‚ã©ãÌãã ¶ãã‡ãŠãÀ¥¾ããÞãñ ‚ããä£ã‡ãŠãÀ Àã.¹ã. ½ãÖã½ãâ¡ßã¶ãñ ÀãŒãî¶ã

ŸñÌãÊãñ ‚ããÖñ¦ã. ‚ã›ãè Ìã Îã¦ããêÞ¾ãã ãä¶ããäÌãªã ãäÔÌã‡ãŠãÀʾãã •ãã¥ããÀ ¶ããÖãè¦ã. 6) Ôãâ‡ãñŠ¦ãÔ©ãßãÌãÀ ‚ããù¶ãËãƒÃ¶ã ªñ‡ãŠãÀ ¼ãÀ¥ãñ Ôã⪼ããæã Ìã ãä¡•ããè›Ë ¹ãƽãã¥ã¹ã¨ã ãäÌã¦ãÀãè¦ã ‡ãŠÀ¥¾ããÔã⪼ããæ㠇ãŠãÖãè Íãâ‡ãŠã / ‚ã¡Þã¥ããè ‚ãÔãʾããÔã ¦¾ããâ¶ããè ŒããËãèË

ªìÀ£Ìã¶ããè ‰ãŠ½ããâ‡ãŠãÌãÀ Ôãâ¹ã‡ãÊ Ôãã£ããÌãã. 24x7 TOLL FREE NO. : 180030702232 / AND MOBILE NO : 91-7878007972 & 7878007973

‡ãŠã¾ãÇãŠãÀãè ‚ããä¼ã¾ãâ¦ãã, ½ãÖãÀãÓ›È À㕾㠽ããØãà ¹ããäÀÌãֶ㠽ãÖã½ãâ¡ß,¶ãããäÍã‡ãŠ

Executive Engineer S.T. Nashik

Signature of Contractor 6 Executive Engineer

S.T. NASHIK

MAHARASHTRA STATE ROAD TRANSPORT CORPORATION

CIVIL ENGINEERING NASHIK REGION

E-TENDER NOTICE NO. 11/2018-19

M.S.R.T. Corporation Nashik invites sealed E-Tenders for following work, from

registered & unregistered Experience / Technical / Economically sound

Contractors.

Sr.

No

Name of work Estimated

Amount

Time

limit

Tender

Cost

(including

GST)

1 Re-Construction of Bus Station at

Chandwad in Nashik Division. Rs.2,78,23,207.00

11

months 14,160.00

For further details contact Executive Engineer, M.S.R.T. Corporation, N.D. Patel Road,

Shingada Talav, Nashik – 0253-2309324 Web site-www.msrtc.maharashtra.gov.in &

https://mahatenders.gov.in

Executive Engineer,

S.T. Nashik Region Nashik.

Executive Engineer S.T. Nashik

Signature of Contractor 7 Executive Engineer

S.T. NASHIK

¹ãƦã ÔããäÌã¶ã¾ã ÔããªÀ

1) ½ãã.¶ãã. ¹ããäÀÌãֶ㠽ãâšããè,½ãÖãÀãÓ›È ÍããÔã¶ã ¦ã©ãã ½ãã. ‚㣾ãàã ½ã.Àã.½ãã.¹ã.½ãÖã½ãâ¡ß ½ã£¾ãÌã¦ããê ‡ãŠã¾ããÃÊã¾ã ½ãìºãâƒÃ- ¾ããâÞãñ ÔÌããè¾ã ÔããäÞãÌã. 2) ½ãã.„¹ã㣾ãàã Ìã ̾ãÌãÔ©ãã¹ã‡ãŠãè¾ã ÔãâÞããÊã‡ãŠ, Àã.¹ã.½ã£¾ãÌã¦ããê ‡ãŠã¾ããÃÊã¾ã ½ãìºãâƒÃ-400 008. ¾ããâÞãñ ÔÌããè¾ã ÔããäÞãÌã. 3) ½ãã.½ãÖã̾ãÌãÔ©ãã¹ã‡ãŠ ( ºããâ£ã‡ãŠã½ã ) Àã.¹ã.½ã£¾ãÌã¦ããê ‡ãŠã¾ããÃÊã¾ã ½ãìºãâƒÃ-400 008. 4) ÌããäÀÓŸ ÔãìÀàãã Ìã ªàã¦ãã ‚ããä£ã‡ãŠãÀãè Àã.¹ã. ¶ãããäÍã‡ãŠ ¹ãƪñÍã ¶ãããäÍã‡ãŠ.¾ããâÞãñ ½ãããäÖ¦ããèÔããŸãè ãäÌã¶ãâ¦ããè ‡ãŠÀ¥¾ãã¦ã ¾ãñ¦ãñ ‡ãŠãè, ãäª.01.09.2018

Ìãñß 12.00 Ìãã•ã¦ãã Àãñ•ããè ãä¶ããäÌãªã „Üã¡¥¾ããÔããŸãè ¾ãã ‡ãŠã¾ããÃÊã¾ãã¦ã „¹ããäÔ©ã¦ã ‚ãÔããÌããè. 5) ‡ãŠã¾ãÇãŠãÀãè ‚ããä¼ã¾ãâ¦ãã, Àã.¹ã. ¹ãì¥ãñ / ‚ããõÀâØããºã㪠/ ‚ã½ãÀãÌã¦ããè / ¶ããØã¹ãìÀ / ãäÌã²ãããäÌãÖãÀ ‡ãìŠÊããÃ, ½ãìºãâƒÃ / ½ã. ‡ãŠã. ½ãìâºãƒÃ. 6) ãäÌã¼ããØã ãä¶ã¾ãâšã‡ãŠ, Àã.¹ã. ¶ãããäÍã‡ãŠ / £ãìßñ / •ãßØããâÌã / ‚ãֽ㪶ãØãÀ ãäÌã¼ããØã ¾ããâÔã ½ãããäÖ¦ããèÔããŸãè Ìã ¹ãì¤ãèÊã ‡ãŠã¾ãÃÌããÖãèÔããŸãè. 7) ãäÌã¼ããØããè¾ã ‚ããä¼ã¾ãâ¦ãã ( Ô©ãã ) Àã.¹ã. ¶ãããäÍã‡ãŠ / £ãìßñ / •ãßØããâÌã / ‚ãֽ㪶ãØãÀ ãäÌã¼ããØã ãäÌã¼ããØã ¾ããâÔã ¾ããñؾ㠪ñ‡ãŠãÀ ãä½ãߥãñÞ¾ãã

ÒÓ›ãè‡ãŠãñ¶ãã¦ãî¶ã ¹ãÆãäÔ㣪ãè ªñ…¶ã ‚ãã¹ãÊãñ ãäÌã¼ããØãã¦ããèÊã ¾ãÍãÔÌããè Ÿñ‡ãñŠªãÀãÔã ÔãªÀ ¹ãÆãä¦ã ªñÌãî¶ã ¦¾ããÞããè ¹ããñÖãñÞã ¾ãã ‡ãŠã¾ããÃÊã¾ããÔã ãä¶ããäÌãªã „Üã¡¥ãñ¹ãìÌããê ¦ÌãÀãè¦ã ÔããªÀ ‡ãŠÀãÌããè.

8) ÊãñŒãã ‚ããä£ã‡ãŠãÀãè, Àã.¹ã.¶ãããäÍã‡ãŠ ãäÌã¼ããØã ¾ããâ¶ãã ½ãããäÖ¦ããèÔ¦ãÌã Ìã ¾ããñؾ㠦¾ãã ‡ãŠã¾ãÃÌããÖãèÔããŸãè. 9) ãäÌã¼ããØããè¾ã ÊãñŒãã‡ãŠãÀ, ‡ãŠã¾ãÇãŠãÀãè ‚ããä¼ã¾ãâ¦ãã ‡ãŠã¾ããÃÊã¾ã, Àã.¹ã. ¶ãããäÍã‡ãŠ ¹ãƪñÍã.¾ããâ¶ãã ½ãããäÖ¦ããè Ìã ¹ãì¤ãèÊã ‡ãŠã¾ãÃÌããÖãèÔããŸãè.

‡ãŠã¾ãÇãŠãÀãè ‚ããä¼ã¾ãâ¦ãã, ½ãÖãÀãÓ›È À㕾㠽ããØãà ¹ããäÀÌãֶ㠽ãÖã½ãâ¡ß

¶ãããäÍã‡ãŠ

Executive Engineer S.T. Nashik

Signature of Contractor 8 Executive Engineer

S.T. NASHIK

MAHARASHTRA STATE ROAD TRANSPORT CORPORATION

NASHIK REGION, NASHIK

Executive Engineer, S.T. Divisional Office Building N.D. Patel Road,

Shingada Talav, Nashik Phone No. 0253 – 2309324

Detailed e-TENDER NOTICE No. 11 / 2018-19

Online percentage rate tenders (e-tenders) in B-1 Form in two Envelope system are invited by the

Executive Engineer, M.S.R.T.C Nashik Region from the Contractor's Registered in Appropriate class of

public works Govt. Department for the following work :-

1. The Details of works are as under

Sr

No

Name of work Estimated

Cost

(Rupees)

Earnest

Money

Deposit

(Rupees)

Security

Deposit

(Rupees)

Time limit

(Calendar

days)

Cost of Blank

Tender Form

per Set (Non-

refundable)

1 2 3 4 5 6 7

1 Reconstruction of

Bus Station with it's

Sub Work, at

Chandwad in Nashik

Division

2,78,23,207.00 2,78,232.00

5,56,464.00

11

Months

Rs. 12000 +

Rs. 2160 (18%

GST)

Rs. 14160/-

1. ¹ãƦ¾ãñ‡ãŠ ‡ãŠã½ãã‡ãŠÀãè¦ãã ‚ããÌãξã‡ãŠ ãä‡ãŠ½ãã¶ã ¹ãã¨ã ¦ããâ̈ ããè‡ãŠ ãäºã¡ (ãä¶ããäÌãªã) ¹ãÆ㹦ã Öãñ¥ãñ ‚ããÌãξã‡ãŠ ‚ããÖñ. 2. ‚ããÌãξã‡ãŠ¦ãñ ¹ãñàã㠇㊽ããè,¹ãã¨ã ¦ããâãä̈ ã‡ãŠ ãä¶ããäÌãªã ¹ãÆ㹦㠢ããʾããÔã ¦ããâãä̈ ã‡ãŠ , Ìãããä¥ã•¾ã ãä¶ããäÌãªã „Üã¡¥¾ããÞãñ / ¶ãã‡ãŠãÀ¥¾ããÞãñ ÔãÌãÃÔÌããè ‚ããä£ã‡ãŠãÀ Àã.¹ã.½ãÖã½ãâ¡ßã¶ãñ

ÀãŒãî¶ã ŸñÌãÊãñ ‚ããÖñ¦ã. 3. ¹ãã¨ã ¦ããâ̈ ããè‡ãŠ ãäºã¡ (ãä¶ããäÌãªã) ãä¶ããäÌãªã‡ãŠãÀãÞãã ªñ‡ãŠãÀ, Ôãâºãâãä£ã¦ã ‡ãŠã½ããÞ¾ãã ‚ãâªã•ããè¦ã À‡ã‹‡ãŠ½ãñÞ¾ãã 1 ¦ãñ 10 ›‡ã‹‡ãñŠ ãä‡ãâŠÌãã ¦¾ãã¹ãñàããÖãè ‡ãŠ½ããè ›‡ã‹‡ãñŠÌããÀãè ªÀãÞãã

‚ãÔãʾããÔã ãä¶ããäÌãªã ÔãìÞã¶ãñ¦ã ¶ã½ãìª ‡ãñŠÊãñʾãã ÔãìÀàãã ‚ã¶ãã½ã¦ã À‡ã‹‡ãŠ½ãñÞ¾ãã ̾ããä¦ããäÀ‡ã‹¦ã,ŒããÊããèÊã ¦ã¹ããäÎãÊãã ¹ãƽãã¥ãñ ‚ããä¦ããäÀ‡ã‹¦ã ÔãìÀàãã ‚ã¶ãã½ã¦ã À‡ã‹‡ãŠ½ãñÞããè, ãä¶ããäÌãªã ÔããªÀ ‡ãŠÀ¥¾ãã¹ãìÌããê ¦ããÀŒãñÞãã ¡ãè.¡ãè. ´ãÀñ ªñ‡ãŠãÀªãÀã¶ããè ¹ãì¦ãæãã ‡ãŠÀ¥ãñ ‚ããä¶ãÌãã¾ãà ‚ããÖñ. ‚㶾ã©ãã ¦¾ããâÞãã Ìãããä¥ã•¾ã ªñ‡ãŠãÀ ØãÆãÛã £ãÀ¥¾ãã¦ã ¾ãñ¥ããÀ ¶ããÖãè ¾ããÞããè ‡ãðŠ¹ã¾ãã ¶ããòª Üãñ¥¾ãã¦ã ¾ããÌããè. ÔãªÀ ‚ããä¦ããäÀ‡ã‹¦ã ÔãìÀàãã ‚ã¶ãã½ã¦ã À‡ã‹‡ãŠ½ã Öãè Ôãâºãâãä£ã¦ã ‡ãŠã½ããÞ¾ãã (defect liability period) ã䡹ãñŠ‡ã‹› Êãã¾ãºããèãäÊã›ãè ãä¹ãÀãè¾ã¡ Ôã½ã㹦ããè ¶ãâ¦ãÀ ãä¶ããäÌãªñ¦ããèÊã ÔãìÀàãã À‡ã‹‡ãŠ½ã ¹ãÀ¦ã ‡ãŠÀ¥¾ããÞ¾ãã ‚ã›ãè Îã¦ããê ¶ãìÔããÀÞã ¹ãÀ¦ã ‡ãŠÀ¥¾ãã¦ã ¾ãñƒÃÊã.¦ãÔãñÞã ½ãìß ¡ãè.¡ãè. ¾ãã ‡ãŠã¾ããÃÊã¾ãã¦ã Ìãããä¥ã•¾ã ªñ‡ãŠãÀ „Üã¡Ê¾ãã¶ãâ¦ãÀ ¦ÌãÀãè¦ã ¾ãã ‡ãŠã¾ããÃÊã¾ãã¦ã ÔããªÀ ‡ãŠÀãÌãã.

ãä¶ããäÌãªã‡ãŠãÀãâ¶ããè „¹ãÀãñ‡ã‹¦ã ‡ãŠã½ããÔããŸãè ãä¶ããäÌãªñ¦ããèÊã ‚ãâªã•ã¹ã¨ã‡ãŠãè¾ã À‡ã‹‡ãŠ½ãñ ¹ãñàãã ŒããÊããèÊã (‚ã), (ºã) ¹ãƽãã¥ãñ ‡ãŠ½ããè ªÀãÞãã ªñ‡ãŠãÀ ãäªÊ¾ããÔã ¦¾ããâ¶ããè ¹ãì¤ãèÊã ¹ãƽãã¥ãñ ÀãÓ›Èãè¾ã‡ãðŠ¦ã ‚ã©ãÌãã Îãñ¡¿ãìÊã ºãú‡ãñŠÞãã ¡ãè¡ãè [•¾ããÞããè ãäÌããä£ãØãÆãÛã¦ãã (ÌÖãùãäÊã¡ãè›ãè) ãä¶ããäÌãªã ÔããªÀ ‡ãŠÀ¥¾ããÞ¾ãã ¦ããÀŒãñ¹ããÔãì¶ã 90 ãäªÌãÔãã¹ã¾ãĦãÞããè ‚ãÔããÌããè, ‚ãÌãξã‡ãŠ¦ãñ¶ãìÔããÀ ¡ãè.¡ãè Þããè ½ã쪦ã Ìãã¤Ìãî¶ã ªñ¥ãñ ºãâ£ã¶ã‡ãŠãÀ‡ãŠ ÀãÖãèÊã] ÔãªÀ ¡ãè.¡ãè.Þããè Ô‡ãùŠ¶ã ‡ãŠãù¹ããè Ìãããä¥ã•¾ã ªñ‡ãŠãÀ ãäÊã¹ãŠã¹ã‹¾ããÔããñºã¦ã ‡ãŠÌÖÀ ªãñ¶ã ½ã£¾ãñ ‚ã¹ãÊããñ¡ ‡ãŠÀ¥ãñ ‚ããä¶ãÌãã¾ãà ‚ããÖñ, ÔãªÀ ¡ãè.¡ãè. (MSRTC FUND ACCOUNT,NASHIK ) ¾ããâÞ¾ãã ¶ããÌãñ Ìã ¾ããñؾã À‡ã‹‡ãŠ½ãñÞãã ‚ãÔããÌãã. ÔãªÀ ¡ãè.¡ãè.Þããè À‡ã‹‡ãŠ½ã Öãè ‚ããä¦ããäÀ‡ã‹¦ã ÔãìÀàãã ‚ã¶ãã½ã¦ã À‡ã‹‡ãŠ½ã ‚ãÔã¥ããÀ ‚ããÖñ. ÔãªÀ À‡ã‹‡ãŠ½ãñÞ¾ãã ¡ãè.¡ãè. Þããè Ô‡ãùŠ¶ã ‡ãŠãù¹ããè Ìãããä¥ã•¾ã ãäÊã¹ãŠã¹ãŠã ‰ãŠ. - (2) ½ã£¾ãñ ›ã‡ãŠÊ¾ããâÞãñ ÔÌããàãâ‡ãŠãè¦ã ‡ãñŠÊãñʾãã Îã¹ã©ã¹ã¨ããÞããè Ô‡ãùŠ¶ã ‡ãŠãù¹ããè ¦ããâ̈ ããè‡ãŠ ãäÊã¹ãŠã¹ãŠã ‰ãŠ. (1) ½ã£¾ãñ ›ã‡ãŠ¥¾ãã¦ã ¾ããÌããè. ‚ã) 1 % ¦ãñ 10 % ‡ãŠ½ããè(Below) ªñ‡ãŠãÀãÞ¾ãã ªÀã‡ãŠÀãè¦ãã 1 % À‡ã‹‡ãŠ½ãñÞãã ¡ãè.¡ãè. (Ôãâºãâãä£ã¦ã ‡ãŠã½ããÞ¾ãã ‚ãâªã•ã¹ã¨ã‡ãŠãè¾ã À‡ã‹‡ãŠ½ãñÌãÀ) ºã) 10 % ÌãÀãèÊ㠇㊽ããè (Below) ªñ‡ãŠãÀãÔããŸãè ,¹ãÆ©ã½ã 1 % ¦ãñ 10 % ‡ãŠ½ããè ªñ‡ãŠãÀã ‡ãŠÀãè¦ãã 1 % À‡ã‹‡ãŠ½ãñÞãã ¡ãè.¡ãè. Ìã ¹ãì¤ãèË 10 % ÌãÀãèÊ㠇㊽ããè ªñ‡ãŠãÀã‡ãŠÀãè¦ãã, 10 % Þ¾ãã ÌãÀãèÊã Ìãã¤ãèÌã ›‡ã‹‡ãñŠÌããÀãèÞãã ¡ãè.¡ãè. (Ôãâºãâãä£ã¦ã ‡ãŠã½ããÞ¾ãã ‚ãâªã•ã¹ã¨ã‡ãŠãè¾ã À‡ã‹‡ãŠ½ãñÌãÀ) „ªã.:- 15% ‡ãŠ½ããè ªÀã‡ãŠÀãè¦ãã, ¹ãÆ©ã½ã 1% ¦ãñ 10 % ¹ã¾ãĦ㠇㊽ããè ªÀã‡ãŠÀãè¦ãã (‚ã ¹ãƽãã¥ãñ)1% Ìã ¦¾ãã¶ãâ¦ãÀÞ¾ãã 10% ¦ãñ 15 % ‡ãŠ½ããè ªÀã‡ãŠÀãè¦ãã = 5% ‚ãÔãñ †‡ãã 6% À‡ã‹‡ãŠ½ãñÞãã ¡ãè.¡ãè.Ôãâºãâãä£ã¦ã ‡ãŠã½ããÞ¾ãã ‚ãâªã•ããè¦ã À‡ã‹‡ãŠ½ãñÌãÀ ‚ãÔããÌãã.

4. ‡ãòŠ³ Ìã ½ãÖãÀãÓ›È À㕾ã ÎããÔã¶ãã¶ãñ ÌãñßãñÌãñßãè ãä¶ã£ããÃÀãè¦ã ‡ãñŠÊãñÊãñ ‡ãŠÀ ¦¾ãã¶ãìÔããÀ ½ãÖãÀãÓ›È À㕾㠹ããäÀÌãֶ㠽ãÖã½ãâ¡ßã¶ãñ ‚ãâØããè‡ãŠãÀÊãñÊãñ ‡ãŠÀ ãä¶ããäÌãªã‡ãŠãÀãÔã ¼ãÀ¥ãã ‡ãŠÀ¥ãñ ‚ããÖñ.

5. ÌãÀãèÊã ‡ãŠã½ãã‡ãŠÀãè¦ãã ¾ãã ¹ãì¤ãèÊã ãä¶ãÜã¥ããÀñ ½ã쪦ãÌã㤠ãä‡ãâŠÌã㠂㶾ã Îã죪ãè¹ã¨ã‡ãŠ ‡ãñŠÌãß ‚ããù¶ãÊããƒÃ¶ã ¹ãƇãŠãÎããè¦ã ‡ãŠÀ¥¾ãã¦ã ¾ãñ¦ããèÊã ¾ããÞããè ‡ãðŠ¹ã¾ãã ÔãÌãà ‡ã⊨ã㛪ãÀãâ¶ããè ¶ããòª ܾããÌããè.

6. •ããè.†Ôã.›ãè. ¶ããòª¥ããè ‰ãŠ½ããâ‡ãŠ ‚ããÌãξã‡ãŠ ‚ããÖñ. ÔãªÀ ãä¶ããäÌãªñ¦ããèÊã ªÀ •ããè.†Ôã.›ãè. ÌãØãßî¶ã ‚ããÖñ¦ã. 7. ‡ãŠãß¿ãã ¾ããªãè¦ã ›ã‡ãŠÊãñʾãã ‡ã⊨ããªãÀãâ¶ãã ãä¶ããäÌãªã ¹ãƉãŠãè¾ãñ¦ã ¼ããØã Üãñ¦ãã ¾ãñ¥ããÀ ¶ããÖãè

8. ºãÔãÔ©ãã¶ã‡ãŠãÞãñ ‡ãŠã½ã Öã¦ããè Üãñ¥¾ãã¹ãìÌããê Ÿñ‡ãñŠªãÀã¶ãñ ‚ããØããÀ ̾ãÌãÔ©ãã¹ã‡ãŠ, ÌããÖ¦ãì‡ãŠ ÎããŒãã, Ìã ãäÌã¼ããØã ãä¶ã¾ãâ̈ ã‡ãŠ ¾ããâÞ¾ãã Ôãʾãã¶ãñ, ‚ããÌãξã‡ãŠ¦ãñ¶ãìÔããÀ ¦ã㦹ãìÀ¦ãñ

ºãÔãÔ©ãã¶ã‡ãŠ, ãä¶ãÌããÀã, ¾ãã¨ãã Îãñ¡ ¦ãÔãñÞã ÌããÖ¶ã¦ãß Ìã ‚ããÌãξã‡ãŠ ÔãÌãà ¹ãÆÌããÔããè ÔãìãäÌã£ãñ‡ãŠÀãè¦ãã ¦ã㦹ãìÀ¦ããè ¹ã¾ããþããè ̾ãÌãÔ©ãã ÔÌãŒãÞããöãñ ‡ãŠÀ¥ãñ ‚ããä¶ãÌãã¾ãà ‚ããÖñ.

Executive Engineer S.T. Nashik

Signature of Contractor 9 Executive Engineer

S.T. NASHIK

9. ãä¶ããäÌãªã ¹ãÆãä‰ãŠ¾ãñ½ã£¾ãñ ãä¶ããäÌãªã‡ãŠãÀãÔã ‡ãŠãñ¥ã¦¾ããÖãè ¹ãƇãŠãÀÞãã ªºããÌã ›ã‡ãŠ¦ãã ¾ãñ¥ããÀ ¶ããÖãè. ãä¶ããäÌãªã ¹ãÆãä‰ãŠ¾ãñ½ã£¾ãñ ¤Ìãßã¤Ìãß ‡ãŠÀ¦ãã ¾ãñ¥ããÀ ¶ããÖãè. 10. †‡ã㠇ãŠã½ããÞãã ‚ã¶ãì¼ãÌã / ¦ããâãä̈ ã‡ãŠ / ‚ããä©ãÇ㊠Ôãàã½ã¦ãñÞ¾ãã ¹ãðÓŸ¿ãã©ãà ªñ‡ãŠãÀªãÀã¶ãñ ¦ããâ̈ ããè‡ãŠ ãäÊã¹ãŠã¹ã‹¾ã㠽㣾ãñ ÔããªÀ ‡ãñŠÊãñÊããè †‡ã㠇ãŠãØ㪹ã¨ãñ, ªãŒãÊãñ ãäÌãÞããÀã¦ã

Üãñ…¶ã, ( ‡ãŠ½ããè ‡ãŠãØ㪹ã¨ããâÞ¾ãã ºããºã¦ããè¦ã ) ¦ããâ̈ ããè‡ãŠ ãä¶ããäÌãªã ¹ãã¨ã / ‚ã¹ãã¨ã ŸÀãäÌ㥾ããÞãã ‚ããä£ã‡ãŠãÀ ¦ãÔãñÞã Ìãããä¥ã•¾ã ãä¶ããäÌãªã „Üã¡¥¾ããÞãñ / ¶ãã‡ãŠãÀ¥¾ããÞãñ ÔãÌãÃÔÌããè ‚ããä£ã‡ãŠãÀ Àã.¹ã. ½ãÖã½ãâ¡ßã¶ãñ ÀãŒãì¶ã ŸñÌãÊãñ ‚ããÖñ¦ã.

Tender Schedule

Published Date Dt.03.08.2018 17.00 hrs.

- -

Document Download / Sale

Start date Dt.03.08.2018 17.05 hrs.

Document

Download / Sale

End date

Dt.30.08.2018 13.00 up to hrs.

Bid submission start date Dt.03.08.2018 17.15 hrs.

Bid Submission End

Date

Dt.30.08.2018 13.00 up to hrs.

Bid opening Date

(If Possible) Dt. 01.09.2018 12.00 hrs.

- -

Note –

1) The documents submitted by the bidders shall be digitally signed usi own DSC e-token of the bidder and

then uploaded. The DSC e-token, which is registered, should be used by the bidder and should not be

misused by others.

2) All eligible/ interested Bidders are required to be enrolled on portal www.mahatenders.gov.in before

downloading of tender documents and participate in e-tendering. Bidders are requested to contact on

following telephone numbers for any doubts/ information/difficulty regarding online enrollment or

obtaining digital certificate.

3) Bidders should view the information regarding revision / corrigendum / amendment in tender till due

date of on-line submission and thereafter, no separate correspondence will be done in this regard.

4) For any further assistance regarding the process of Electronic Tendering System, the Bidders may please

contact the Helpdesk Support Team (Helpline) 24x7 TOLL FREE NO. : 180030702232 AND MOBILE

NO: 91-7878007972&7878007973 For further information, please visit - www. mahatenders.gov.in

5) Tender Form Fees : (Non refundable in case of work is cancelled / rejected): as per details given in

Table, for all above work. The Tender form, Conditions of contract, Specifications etc. can be

downloaded, as per the details given in above Tender Schedule, from The e-tendering portal.

www.mahatenders.gov.in.

6) Earnest Money Deposit : as per details given in Table, online tender shall be

accompanied with Earnest Money Deposit, which shall be paid through via online

payment gateway mode only.

7) Security Deposit (SD): as per details given in Table and as below.

(i) Initial 50%Security deposit to be paid through D.D. / R.T.G.S.

For accepted sanction offer of bidder E.M.D. paid on line will be converted into S.D. if agency has

given consent for the same.

(ii) Balance 50 %Security deposit to be deducted from running account bills.

8) Validity period: The rates quoted by the contactor will be valid for 120 days from

the date of opening of Financial Bid Envelop. if the tenders are not finalised with in validity period , it is

binding on contractor firm to extend tender validity period as per requirement of MSRTC. After

finalisation of tender EMD will be refunded.

9) Price variation clause is not applicable for this work

10) Right to reject / cancelled any one or all tenders without assigning any reason

thereof is reserved by MSRTC.

11) Conditional tender straightway will be rejected / cancelled & tender fees and E.M.D. paid by the

contractor will stand forfeited.

12) No any type of correspondence from bidders at its own side will be entertained.

13) It is binding on bidder to submit additional information to MSRTC required if any related to e-tender of

work.

Executive Engineer S.T. Nashik

Signature of Contractor 10 Executive Engineer

S.T. NASHIK

14) Further information regarding the work can be obtained from the office of the Executive Engineer,

MSRTC, Division office , N.D. Patel Road, Nashik.

15) The Tenders for the above project is processed using the Electronic Tendering

System on www. mahatenders.gov.in in as per the key dates mentioned on the Portal.

16) The various activities required to be executed by the Bidders to submit their online tender for this work

are time and date locked. The Bidders are requested to execute all the activities related to their tender

within the prescribed time limits (key dates) for each stage.

17) Rates of Items in the tender /schedule "B” are exclusive of GST (Goods and service Tax). However GST

will be reimbursed / payable to contractor as per rate in force and as amended from time to time in

future and as per rule/directives of MSRTC.

18) Contractor shall quote his tender offer considering the following terms & conditions

regarding payment of royalty charges.

a. Rates of Items in the tender/schedule "B” of this e-tender work are as per S.S.R. 2017-18.

b. Royalty charges will be reimbursed to the contractor, as per S.S.R. 2017-18 conditions / Rule

and taking into account rate of royalty charges adopted in tender (i.e.Rs.141.34/ cum) or actually paid to

Govt. whichever is less for actual material utilised at site of work,with production of

original Govt. challan / Receipts / bill paid in the name of bidder,showing location of

work, with Vahatuk Parwana etc.(duly certified by Revenue Dept.) and

c. If the contractor failed to produce required documents mentioned in (b)above then the

Royalty charges paid for actual material utilised at site wil l not be reimbursed & will be

kept in deposit, then contractor has no right to submit refund claim after expiry of three

months from the date of passing every bill.

__________________________________________________________________________

e-Tender Documents shall contain Technical Bid Envelop & Financial Bid Envelop

1) TECHNICAL BID ENVELOP (Cover No.1)

a) Bidders should submit the document related to tender online only, however cost of tender form and E.M.D.

shall be paid through online payment gateway mode only, before due date and time. & specifically note that no

any exemptions on account of payment of required EMD will be allowed in MSRTC.

b) Scanned from original copy of Affidavit regarding completeness, correctness and truthfulness of documents

submitted on latest Rs. 500 /- Non Judicial Stamp Paper duly type as per prescribed proforma given in

Annexure-III, sworn before Executive Magistrate / Notary.

c) Scanned from original copy of valid GST Registration Certificate / Number.

d) Scanned from original copy of Professional Tax Certificate Number, in the name of bidder.

e) Scanned from original copy of Pan Card in the name of bidder.

f) Scanned from original copy of Latest Income Tax Return Certificate (for latest last two financial years). If

Latest Income Tax Return Certificate not available, supporting latest Tax Audit Report duly certified by C.A.

giving reasons for not submitting latest I.T. returns.

g) Scanned from original copy of Valid Solvency Certificate latest issued maximum One Year old, Solvency

Certificate of 20 % of the cost of works, issued by Nationalized /Scheduled Bank Only. Requirement of

solvency certificate,/bank cash credit certificate (issued by Nationalized /Scheduled Bank Only), in case of

Govt. Registered contractor will be decided by MSRTC.

h) Scanned from original copy of list of similar works in hand and works tendered at present, out of which one

work at least to the extent of (1) 50 % amount of Tender work, in the name of bidder / firm, as per prescribed

proforma given in Form no.- I along with supporting certificates. (2) and in case of private work 100 % amount

of tender work with valuation certificate showing name of work & amount , from Govt. Approved Registered

Valuer, Architect with supporting documents related to work , (3) If there is no single work in hand to the

required extent then decision for qualifying the bidder will be taken on bases of Registration certificate and

solvency certificate / Bank cash flow certificate issued by Nationalized /Scheduled Bank.

Executive Engineer S.T. Nashik

Signature of Contractor 11 Executive Engineer

S.T. NASHIK

i) Scanned from original copy of list of similar works executed in last three years, in the name of bidder (firm), as

per prescribed proforma given in Form no.-III V & VI along with supporting certificates.

And in case of private work 100 % amount of Tender work with valuation certificate showing name of

work & amount, from Govt. Approved Registered Valuer, Architect along with supporting documents related to

work.

j) Scanned from original copy of list of plants and Machinery required for this work as per prescribed proforma

given in Form no.-II & II (A), along with supporting certificates .

k) Scanned from original copy of List of Technical Persons / Employees, as per prescribed proforma given in

Form no.-IV, along with supporting certificates.

l) Scanned from original copy of Registration of firm / Company / Partnership Firm with supporting documents

showing all partner with designation / post holding and with signature..

m) Scanned from original copy of latest Power of Attorney : If the tenderers are a firm or company, they should

in their forwarding letter (on latest non judicial bound paper) mentioning the name of all the partners together

with name of partner who holds the power of attorney authorizing him (with signature of all partners ) to conduct

all transactions on behalf of company / firm / body. n) Scanned from original copy of hire agreement between machinery owner and the contractor for hiring of required machinery on latest non-judicial bond paper (duly notarized ) for this work. o) Scanned from original copy of Valid Certificate of Registration under Contract Labour Act. (R&A Act.1970)

if available. if work allotted, required certificate /documents will have to be submitted by the bidder.

p) Scanned from original copy of valid certificate as a Registered Contractor with the Government of

Maharashtra/ Central Govt. in appropriate class for the work having amount put to tender upto Rs. 150 Lakhs.

For the work having amount put to tender above Rs. 150 Lakhs.

(in case of non Renewal of Registration Certificate & for Un-registered but Experienced bidders) .Eligibility

criteria for the bidders

i) Financially sound with proven track record in successful completion of a project of

similar nature involving commercial /industrial buildings of value not less than Rs. 150 lakh

during the last three years.

ii) Having minimum turn-over Rs. 125 Lakh in terms of building construction activity for the last three years,duly

certified by C.A.

iii) Having minimum tangible net worth at least Rs.100 Lakh ,duly certified by C.A.

as per the last audited balance sheet

vi) In case of private work suporting certificate form concerned authority is essential. Necessary certificate in

case of won project will be accepted, but with commencement / occupation / completion certificate from local

authority ,supported with Valuation Report form Govt. approved Registered Architect’s / Engineer’s / Valuer’s

report. with Balance Sheet / Tax Audit Report / Tangible Net worth /Annual Turnover duly certified by C.A.

v) Quantity Certificate: - Bidder /Contractor should submit certificate of concern authority for whom works

executed in last 3 years in single work indicating at least 30% of Major Quantities of similar type which are

required for this work.

vi) Bidders /Contractors who meet the minimum qualification criteria will be qualified

only if their available bid capacity is more than the total estimated value of works for which he has offered his

bid.

Note :- Even though the bidders meet the above qualifying criteria, they are subjected to be disqualified if they

have made misleading or false representation in the forms statement and attachments submitted as proof of the

qualification requirements and / or record of post performance such as abandoning the works, not properly

completing the contract, inordinate delay in completion, litigation history or financial failures etc.

2) FINANCIAL BID Envelop :- (Cover No.2)

i)BOQ (Excel) File shall be uploaded as per given format online only. No hard copy shall be submitted.

ii) Scanned from original copy of required amount of D.D. if offer quoted by the bidder is below as specified in

this notice .

Executive Engineer S.T. Nashik

Signature of Contractor 12 Executive Engineer

S.T. NASHIK

GUIDELINES FOR E-TENDERING PROCEDURE / CONDITIONS

1.1 TENDER FORMS

Tender Forms can be view on the e-Tendering Portal on www.mahatenders.gov.in

1.2 PRE-TENDER CONFERENCE:

1.2.1 The tender submitted by the tenderer shall be based on the clarification, additional facility offered (if any)

by the Department, and this tender shall be unconditional. Conditional tenders shall be summarily REJECTED.

1.2.2 All tenderers are cautioned that tenders containing any deviation from the contractual terms and

conditions, specifications or other requirements and conditional tenders will be treated as non-responsive. The

tenderer should clearly mention in forwarding letter that his offer (in envelope No1& 2) does not contain any

conditions, deviations from terms and conditions stipulated in the tender.

1.3 GUIDELINES TO BIDDERS FOR THE OPERATIONS OF ELECTRONIC

TENDERING SYSTEM www. mahatenders.gov.in

A. PRE-REQUISITES TO PARTICIPATE IN THE TENDER

1. Enrolment

All eligible/ interested Bidders are required to be enrolled on portal www.mahatenders.gov.in before

downloading of tender documents and participate in e-tendering.

2. Recommended Hardware and Internet Connectivity:

To operate on the Electronic Tendering System, the Contractors are recommended to use Computer System with

at least 1 GB of RAM and broadband connectivity with minimum 512 kbps bandwidth.

3. Set up of Computer System for executing the operations on the Electronic

Tendering System:

To operate on the Electronic Tendering System of Government of Maharashtra, the Computer System of the

Contractors is required be set up. The Contractors are required to install Utilities available under the Downloads

tab on the Home Page of the Portal.

The Utilities are available for download freely from the above mentioned section. The Contractors are requested

to refer to the E-Tendering Toolkit for Bidders available online on the Home Page to understand the

process of setting up the System, or alternatively, contact the Helpdesk Support Team on information /

guidance on the process of setting up the System.

4. Online viewing of Detailed Notice Inviting Tenders:

The Contractors can view the Detailed Tender Notice along with the Time Schedule (Key Dates) for all the Live

Tenders released by M.S.R.T.C. on the home page of e-Tendering Portal on www. mahatenders.gov.in under the

section Recent Online Tender.

5. Download of Tender Documents:

The Pre-qualification / Main Bidding Documents are available for free downloading.

6. Short listing of Contractors for Financial Bidding Process:

The Tendering Authority will first open the Technical Bid documents of all Contractors and after scrutinizing

these documents will shortlist the Contractors who are eligible for Financial Bidding Process.

7. Opening of the Financial Bids:

The Contractors may remain present in the Office of the Tender Opening Authority at the time of opening of

Financial Bids. However, the results of the Financial Bids of all Contractors shall be available on the e-Tendering

Portal immediately after the completion of opening process.

Executive Engineer S.T. Nashik

Signature of Contractor 13 Executive Engineer

S.T. NASHIK

8. Tender Schedule (Key Dates):

The Contractors are strictly advised to follow the Dates and Times allocated to each stage under the column in

the Time Schedule in the Detailed Tender Notice for the Tender. All the online activities are time tracked and the

Electronic Tendering System enforces time-locks that ensure that no activity or transaction can take place outside

the Start and End Dates and Time of the stage as defined in the Tender Schedule.

At the sole discretion of the Tender Authority, the time schedule of the tender stages may be extended.

9. PREPARATION OF TENDER ONLINE “ TECHNICAL BID” (Envelop No. 1)

For details please see Detail Tender Notice at Sr. No. 3

10. PREPARATION OF TENDER ONLINE “FINANCIAL BID” (Envelop No. 2)

The ‘Financial Bid Envelop’, for Financial Bid Offers must be prepared & upload online in BOQ Excel File

Format which shall be digitally signed by the bidder’s with own digital signature.

Notes:

i) Any bidder should not quote his offer anywhere directly or indirectly in Technical Bid

Envelop, failing which the Financial Bid Envelop shall not be opened and his tender

shall stand rejected.

ii) During Online Bid Preparation stage, bidders are allowed to make any changes or

modifications in the Bid data uploaded by them in Technical Bid as well as Financial

Bid Envelope. untill the online submission end time.

11) OPENING OF TENDERS:

On the date, specified in the Tender Schedule, following procedure will be adopted for opening of the Tender.

(A) ENVELOPE No. 1: (Technical bid; Documents)

First of all Envelope No. 1 of the tender will be opened online to verify its contents as per requirements. If the

various documents contained in this envelope do not meet the requirements of the Department, a note will be

recorded accordingly by the tender opening authority and the said tenderers Envelope No. 2 will not be

considered for further action and the same will be recorded. The decision of the tender opening authority in this

regard will be final and binding on the contractors. If required the tenders must submit his original documents for

verification as & when called by department.

(B) ENVELOPE No. 2: Tender (Financial Bid; Documents)

This envelope shall be opened online after opening of Envelope No.01, only if contents of Envelope No.1 are

found to be acceptable to the Department. The tendered rates in Schedule ‘B’ or percentage above/below the

estimated rates shall be declared at the time of opening of Envelope No.02.

12. EARNEST MONEY DEPOSIT:

Earnest money deposit (as mentioned in detailed tender Notice) shall be paid via online payment gateway mode

only & specifically note that no any exemptions on account of payment of required EMD will be allowed in

MSRTC.

Earnest Money in the form of cheque or any other form except above will not be accepted.

13. A. SECURITY DEPOSIT:

(i) The successful tenderer whose tender is accepted will have to pay Security Deposit Amount (as mentioned in

detailed tender Notice).

(ii) The initial Security Deposit Amount (as mentioned in detailed tender Notice) is to be deposited in cash

within the time limit (prescribed in clause 1 of B-1 Form, agreement) till completion of defect liabilities period,

failing which his earnest money will be forfeited.

Executive Engineer S.T. Nashik

Signature of Contractor 14 Executive Engineer

S.T. NASHIK

(iii) In addition to the above, an amount of balance S.D. (as mentioned in detailed tender Notice).will be

deducted from the running bills towards balance security deposit. This is a compulsory deduction.

14. ADDITIONAL SECURITY DEPOSIT

Additional security deposit, Condition for payment of additional security deposit, if offer quoted by the

tenderer is more than 1 % below the cost put to tender

For details please see Tender Notice.

15. TIME LIMIT:

The work is to be completed within time limit as specified in the N.I.T. which shall be reckoned from the date of

written order for commencing the work and shall be inclusive of monsoon period. (excluding asphalting work)

16. TENDER RATE:

No alteration in the form of tender and the schedule of tender and no additions in the scope of special stipulations

will be permitted. Rates quoted for the tender shall be taken as applicable for all leads and lifts, incidental

charges.

17. TENDERS UNIT:

The tenderers should particularly note the units mentioned in the Schedule “B” on which the rates are based. No

change in the units shall be allowed.

18. TENDER’S ACCEPTANCE:

Acceptance of tender will rest with the competent authority who reserves the right to reject any or all tenders

without assigning any reason there for. The tenderer whose tender is accepted will have to enter in to a regular B-

1 agreement within 10 days of being notified to do so. Incase of failure on the part of Tenderer to sign the

agreement within the stipulated time, the earnest money paid by him shall stand forfeited to the M.S.R.T.C and

the offer of the tenderer shall be considered as withdrawn by him.

19. CONDITIONAL TENDER:

The tenders who do not fulfill the condition of the notification and the general rules and directions for the

guidance of contractor in the agreement form or are incomplete in any respect are likely to be rejected without

assigning any reason therefore.

20. The Tenderers shall be presumed to have carefully examined the drawings, conditions and specifications of

the work and have fully acquainted themselves with all details of the site, the conditions of rock and its joints,

pattern, river, weather characteristics, labour conditions and in general with all the necessary information and

data pertaining to the work, prior to tendering for the work.

21. The data whatsoever supplied by the Department along with the tender documents

are meant to serve only as guide for the tenderers while tendering and the Department accepts no responsibility

whatsoever either for the accuracy of data or for their comprehensiveness.

22. The Contractor should examine quarries and see whether full quantity of materials required for execution of

the work strictly as per specification are available in these source before quoting the rates. In case the materials

are not available due to reasons whatsoever, the contractor will have to bring the materials from any other source

with no extra cost to M.S.R.T.C. The rates quoted, should therefore be for all leads and lifts from wherever the

materials are brought at site of work and inclusive of royalty to be paid to the Revenue Department by the

Contractor.

23 POWER OF ATTORNEY:

If the tenderers are a firm or company, they should in their forwarding letter (on latest non judicial bound paper)

mentioning the name of all the partners together with name of partner who holds the power of attorney

authorizing him (with signature of all partners ) to conduct all transactions on behalf of company / firm / body.

Executive Engineer S.T. Nashik

Signature of Contractor 15 Executive Engineer

S.T. NASHIK

24. The tenderer may, in the forwarding letter, mention any points are may wish to make

clear but the right is reserved to reject the same or the whole of the tender if the same becomes conditional tender

thereby.

25. The contractor or the firms tendering for the work shall inform the Department if they

appoint their authorized Agent on the work.

26. No foreign exchange will be released by the Department for the purchase of plants and

machinery for the work by the Contractor.

27. Any dues arising out of contract will be recovered from the contractor as arrears of Land

Revenue, if not paid amicably. Moreover, recovery of Government dues from the Contractors will be affected

from the payment due to the Contractor from any other Government works under execution with them.

28. All pages of tender documents, conditions, specifications, correction slips etc. shall be

initialed by the tenderer. The tender should bear full signature of the tenderer, or his authorized power of

Attorney holder in case of a firm.

29. The Income Tax including surcharge or percentage in force from time to time or at the

rate as intimated by the competent Income Tax authority shall be deducted from bill amount whether measured

bill, advance payment or secured advance. Income Tax & Surcharge will be deducted as applicable.

30. The successful tenderer will be required to produce, to the satisfaction of the specified

concerned authority; a valid concurrent license issued in his favour under the provisions of the Contract Labour

(Regulation and Abolition) Act 1970 for starting the work. On failure to do so, the acceptance of the tender shall

be liable to be withdrawn and also liable for forfeiture of the earnest money.

31. The tenderer shall submit the list of apprentices engaged by the Contractor under

Apprentice Act.

32. Cess @ 1% (One percent) shall be deducted at source from every bill of the Contractor

by the Executive Engineer Under “Building and Other Construction for workers Welfare Cess Act 1996”.

33. Goods and Service Tax will be applicable as per Govt. Notification w.e.f. 07/07/2017.

34. VALIDITY PERIOD:

The rates quoted by the contactor will be valid for 120 days from the date of opening of Financial Bid Envelop. if

the tenders are not finalised with in validity period , it is binding on contractor firm to extend tender validity

period as per requirement of MSRTC. After finalisation of tender EMD will be refunded.

35. As per revised circular the contractor shall produce the Labour Insurance Policy

Other wise 1% amount will be deducted from his bill

36. Royalty charges :

Original receipt of the amount of royalty charges paid to Govt. against material brought on site should be

produced, if the receipts by name of concerned agency / contractor are not found proper after verification then the

amount of Royalty charges will not be reimbursed as per rule. This is binding on agency.

37. Agreement will be executed and work order will be issued for work, as per stamp duty act 1958 article 63

stamp duty should be applicable at the time of agreement.

38. If any difficulties during the executions of the above work, the contractor should sort out i.e. encroachment ,

boundaries, court cases etc. Necessary documents will be produced by MSRTC if required.

39. Maximum care is taken while preparing and printing schedule "B" of the Tender. However if there is any

variation found in rate of same item in various sub work’s of this project , then the lowest rate will be considered

for payment of such item for all sub-works.

Executive Engineer S.T. Nashik

Signature of Contractor 16 Executive Engineer

S.T. NASHIK

FORM NO.- I

(To be uploaded online in ‘Technical Bid Envelop’)

(LIST OF WORKS IN HAND AND WORK TENDERED FOR AS ON THE LAST

DATE OF SUBMISSION OF THIS TENDER)

(A) Works in Hand

Sr

No..

Name

Of

Works/

Agreement

No.

Tendered

Amount

Date of

Commen -

cement

Stipulated

date of

Completio

n

Value

Of Work

already

Done

Value of

Balance

work to be

executed

in next 12

months

Probable

Date of

Compl-

etion

Rem

-arks

Give Page No. on

Witch supporting

documents

related to work

are enclosed

required for

technical

envelope scrutiny

1 2 3 4 5 6 7 8 9 10 11

SAMPLE FORM

(B) Works Tendered For

Sr. No. Name of Work Name and Address of Client

Tendered Amount

Time Limit

Probable Date when decision is expected

Other relevant details if

any

Give Page No. on

Witch supporting

documents related to

work are enclosed

required for technical

envelope scrutiny

1 2 3 4 5 6 7 8

SAMPLE FORM

NOTE :-

1) This is only a standard form. Details are to be furnished in this format in the form of type written

statements which shall be Scanned and Enclosed in Envelope No.1 duly signed.

2) The documentary proof of work in hand, work tendered for should be submitted with this statement duly

attested

Executive Engineer S.T. Nashik

Signature of Contractor 17 Executive Engineer

S.T. NASHIK

FORM NO.- II

(To be uploaded online in ‘Technical Bid Envelop’)

DETAILS OF PLANTS AND MACHINERY OWNED AND AVAILABLE WITH THE TENDERER FOR THIS WORK

NAME OF THE TENDERER:-

Sr.

No.

Name of

Equipment

No. of

Units

Kind &

Make

Capacity Age & Present Remarks

Condition Location

1 2 3 4 5 6 7 8

SAMPLE FORM Note: This is only standard form. Details are to be furnished in this format in the form of type written

statements which shall be enclosed in Envelope No.1

DETAILS OF PLANTS AND MACHINERY AVAILABLE IMMEDIATELY ON HIRE FOR THIS WORK.

Sr. Name of Owner of Kind Units Capacity Age & Present Remarks

No. Equipment Equipment & or Condition Location

Make Nos.

1 2 3 4 5 6 7 8 9

SAMPLE FORM

Note :

1) This is only a standard form. Details are to be furnished in this format in the form

of type written statements which shall be Scanned and Enclosed in Envelope No.1

duly signed

Executive Engineer S.T. Nashik

Signature of Contractor 18 Executive Engineer

S.T. NASHIK

FORM No. - II (A)

(To be uploaded online in ‘Technical Bid Envelop’)

QUESTIONNAIRIE OF MACHINERY:

(for work more than 50 lacks & except asphalting work)

(To be included in envelope No.1)

Proforma for information regarding availability/Procurement of machinery

1 Cement Concrete weigh-batch Type

Mixer having minimum 15 Cu.m/Hour

out let capacity

2 Needle Vibrator

3 Acro steel centering Plates with

adjustable props

4 Truck/Tipper

5 Water Tanker (10000 Litres)

6 Surface Vibrator

7 Sand Screening/Washing Equipment

8 Generator 7.5 KVA

9 Lift Machine

10 JCB

If any wooden centering is observed to be use then whole concreting work will be rejected.

Type of Number Names of Location Output in Quantity in tonnes or

Machinery of Unit works on tonnes of cubic metre of

which mix per day balance for execution

deployed at or per hour on works in hand.

present

1 2 3 4 5 6

Sample Form

The contractor must own aforesaid machinery and be actually in his possession at the time of

submission of tender. The contractor must submit the ownership documents of machinery to the satisfaction of

the tender opening authority. And for Hired Machinery the tenderer shall produce original agreement signed

before Executive Magistrate with owner of the machinery in Envelope No.1.

Signature of Bidder

Executive Engineer S.T. Nashik

Signature of Contractor 19 Executive Engineer

S.T. NASHIK

FORM NO. - III

(To be uploaded online in ‘Technical Bid Envelop’)

DETAILS OF WORKS SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY THE

CONTRACTOR DURING LAST THREE YEARS ( 2015-16, 2016-17 & 2017-18)

NAME OF THE TENDERER:

Sr.

No.

Name

of

Work

Name and

Adress of

the

organis-

ation for

whom the

work was

done

Place

and

Country

Agre-

ement

No.

Date

of

Com-

menc-

ement

Tend-

red

Cost

Total

Cost

of

Work

Done

Date

of

Com-

pleti-

on

Principle

features

in brief

Give Page

No. on Witch

supporting

documents

related to

work are

enclosed

required for

technical

envelope

scrutiny

1 2 3 4 5 6 7 8 9 10 11

---------SAMPLE FORM------- Note: This is only a standard form; details are to be furnished in this format in the form of type written statements which shall be Scanned and Enclosed in Envelope No.1 duly signed. The documentary proof of similar type and magnitude should be submitted with statement.

Executive Engineer S.T. Nashik

Signature of Contractor 20 Executive Engineer

S.T. NASHIK

FORM NO. - IV

(To be uploaded online in ‘Technical Bid Envelop’)

DETAILS OF TECHNICAL PERSONNEL AVAILABLE WITH THE

CONTRACTOR WHICH CAN BE SPAIRED EXCLUSIVELY FOR THIS WORK

NAME OF THE CONTRACTOR:

Sr.

No.

Name of

Person

Designation Qualification Whether

working

in field

or in

Office.

Professional

Experience

of work

carries out

which

the

person is

working

with the

tenderer.

Rema-

rks

Give Page No.

on Witch

supporting

documents

related to work

are enclosed

required for

technical

envelope

scrutiny

1 2 3 4 5 6 7 8 9

Sample

from

Note : This is only a standard form. Details are to be furnished in this format in the form of

type written statements, which shall be Scanned and Enclosed in Envelope No.1 duly

signed. The documentary proof of his Technical persons should be submitted with this

statement.

Signature of Contractor

Executive Engineer S.T. Nashik

Signature of Contractor 21 Executive Engineer

S.T. NASHIK

FORM NO. - V (To be uploaded online in ‘Technical Bid Envelop’)

Statement showing work done in all classes of civil Engineering Construction works

during last Three years

Name of Contractor:

Sr. No. 1

Name of

Work

Amount Put to tender/ tendered cost

Agreement No.

Date of Commen-cement

Amount of work done during each of last

Three years

Amount of works

still remaining

to be executed in next 12 (Twelve) months

Remarks Give Page No. on Witch

supporting documents related to work are enclosed

required for technical envelope scrutiny

2015- 2016

2016-2017

2017- 2018

2 3 4 5 6 7 8 9 10 11

Sample Form

Outward No. and date of certificate issuing Authority

Note: This is only a standard form. Details are to be furnished in this format in the form of type written statements, which shall be Scanned and Enclosed in Envelope No.1 duly signed

Executive Engineer S.T. Nashik

Signature of Contractor 22 Executive Engineer

S.T. NASHIK

FORM NO.- VI

(To be uploaded online in ‘Technical Bid Envelop’)

Statement showing quantities of Work Executed during Last Three Years

Name of Contractor:

Year

Reinforced

Cement

Concrete

Quantity of Work Performed Remarks

indicate

contract

Number

and name

of work

Give Page

No. on Witch

supporting

documents

related to

work are

enclosed

required for

technical

envelope

scrutiny

Burnt

Brick

Masonry/

Fly Ash

Brick

Masonry

Water

Proofing Flooring Plastering

2015-

2016

2016-

2017

Sample form

2017-

2018

Note: This is only a standard form. Details are to be furnished in this format in the form of type written statements, which shall be Scanned and Enclosed in Envelope No.1 duly signed.

Executive Engineer S.T. Nashik

Signature of Contractor 23 Executive Engineer

S.T. NASHIK

ANNEXURE- I

(To be uploaded online in ‘Technical Bid Envelop’)

C E R I F I C A T E

This is to certify that I / We have studied in detail the plans, Specification, local

condition availability of labour and materials and I / We have quoted the rates with due

consideration.

Name and signature of Contractor:

With complete address

Executive Engineer S.T. Nashik

Signature of Contractor 24 Executive Engineer

S.T. NASHIK

ANNEXURE - II (To be uploaded online in ‘Technical Bid Envelop’)

TO BE FILLED IN BY THE CONTRACTOR

I/We have quoted my/our offer in percentage rate in words as well as in figures. I/We further undertake to

enter into contract in regular “B-1” form in M.S.R.T.C.

Name and signature of Contractor:

Power of Attorney holder

with complete address

Executive Engineer S.T. Nashik

Signature of Contractor 25 Executive Engineer

S.T. NASHIK

ANNEXURE - III

(To be uploaded online in ‘Technical Bid Envelop’)

AFFIDAVIT

(Format of affidavit to be given on Rs. 500 Non-Judicial stamp paper sworn before Executive

Magistrate/Notary Public)

I..................................................... (Name of Contractor/Authorized person),

Age about……………..Years, residing at...........................................

.............. (Postal Address) do hereby swear this affidavit that, I am the proprietor/Partner

of............................................................. (Name of company/firm) Registered at.............

I do hereby swear that, the documents submitted in envelope No. 1 of the tender document for the work

_________________________________are true, correct and complete. In case the contents of envelope

No. 1 and other document pertaining to the tender submitted by me are found to be incorrect or false, I

shall be liable for action under the relevant provision of Indian Penal Code and other relevant laws.

Signature of Authorised person Applicant/Contractor Name.............. Address.............................................. Place:-

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

Date:- E-mail................................................ Mobile No......................................... Website............................................

Executive Engineer S.T. Nashik

Signature of Contractor 26 Executive Engineer

S.T. NASHIK

(510 111 1038)

Code No. 72219 B -1 No.

Form E-18

MAHARASHTRA STATE ROAD TRANSPORT

CORPORATION DIVISION

Percentage Rate Tender & Contract for Works

General Rules and Directions for the Guidance of Contractors

1. All work 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 Executive Engineer and signed by the

Executive Engineer M.S.R.T.C. Aurangabad.

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 the security deposit to be

deposited, by the successful tenderer and the percentage, if any, to be deduced from bills. It

will also state whether a refund of quarry fees, royalties, octroi dues and ground rents will be

granted. Copies of the specifications, designs, drawings shall be open for inspections by

contractors at the office of the executive engineer during office hours. Copies of the

specifications, designs, drawings, estimated rates, scheduled rates and any other documents

required in connection with work shall be open for inspections 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

Corporation such specifications with designs and drawings shall form part of the accepted

tender.

2. A. 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 authorizing him to do so.

2. i) The contractor should pay, as per e-tendering schedule the earnest money. The

contractor shall pay the said amount via online payment gateway mode only. The said amount

of earnest money shall not carry any interest.

(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

securi ty deposit payable by him under condition of General conditions of contract.

(iii) If after submitting the tender, the contractor withdraws his offer, or modifies the same

after the acceptance of his tender the contractor fails or neglects to furnish the balance of

securi ty deposit without prejudice to any other rights and powers of the M.S.R.T.C.

hereunder, or in law, Maharashtra State Road Transport Corporation shall be entitled to

forfeit the full amount of the earnest money deposited by him.

(iv)In the event of his tender not being accepted, the amount of earnest money deposited by

the contractor shall, unless it is prior thereto forfeited under the provisions of sub-clause

(iii) above, be refunded to him on his passing receipt there for.

3. Receipts for payment made on account of any work when executed by a firm should

also be signed by al l the partners, except where the contractors are described in their tender

as a firm, in which case the receipts shall be signed in the name of firm by one of the

partners, or by some other person having authority to give effectual receipts for the firm.

4. Any person who submits online a tender shall f ill up the online usual 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 estimated Rate Schedule Rates shall be named. Tenders which propose any

alteration in the works special in the said form of invitation to tender will be liable to

rejection. No printed form of tender shall include a tender for more than one work, but if

Executive Engineer S.T. Nashik

Signature of Contractor 27 Executive Engineer

S.T. NASHIK

contractors wish to tender for two or more works, they shall submit separate tender online for

each work in separate envelope.

5. The Executive Engineer or his duly authorized assistant will open tenders in the

presence of any intending contractors who may be present at the time and will enter the

amounts of the several tenders in a comparative statement in a suitable from. In the event of

a tender being accepted, the contractor shall thereon for the purpose of identification, sign,

copies of specification and other documents mentioned in Rule 1. In the event of a tender

being rejected, the Divisional Officer shall authorize the Divl. Acctts. Officer concerned to

refund the amount of the earnest money deposited by the contractor.

6. The officer competent to dispose of 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 Corporat ion unless

it is signed by the Executive Engineer.

8. The memorandum of work to be tendered for and the schedule of materials to be

supplied by the Divisional Stores and their rates shall be filled in and completed by the

office of the Executive Engineer before the tender from is issued. If a form issued to an

intending tenderer has not been so filled in and completed, he shall request the said office to

have this done before he completes and delivers his tender.

9. All work shall be measured only by standard measure and according to the rules and

custom of the Public Works Department, without reference to any local custom.

10. Under no circumstance shall any contractor be entitled to claim enhanced rates for

any items in this contract.

11. Every contractor shall produce a solvency certificate from a scheduled bank of his

financial stability.

12. All corrections and additions or pasted slips should be ini tialed.

13. The measurements of work will be taken according to the usual method in use in the

P.W.D. 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 P.W.D. will be final.

14. The tendering contractor shall furnish a declaration along with the tender showing all

works for which he has already entered in to contract, and the value of the work that remains,

to be executed in each case on the date of submitting the tender.

15. Every tenderer shall submit along with 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 of the assessment and the assessment year.

16. In view of the difficult position regarding the availabil ity of foreign exchange no

foreign exchange would be released by the Maharashtra State Road Transport Corporat ion for

the purchase of plant and machinery required for the execution of the work contracted for.

17. The contractor will have to construct shed for storing controlled and valuable

materials issued to him under Schedule ‘A’ of the agreement, at work site having double

locking arrangement. The materials will then be taken for use in the presence of the

Departmental person. No materials wil l 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.

TENDER FOR WORKS

I/We hereby tender for the execution for the M.S.R.T. Corporation (Hereinbefore and

hereinafter referred to as “Corporation”) of the work specified in the under writing

memorandum within the time specified in such memorandum at such percentage as quoted by

me / us in Schedule 'B" (memorandum showing items of work to be carried out) and in

accordance in al l respects with the specifications, designs, drawings and instructions in

writing referred to in Rule 1 hereof and in Class 13 of the annexed conditions of contract and

agree that when materials for the work are provided by the Corporation such materials and

the rate to be paid for them shall be as provided in Schedule ‘A’ here to.

Executive Engineer S.T. Nashik

Signature of Contractor 28 Executive Engineer

S.T. NASHIK

MEMORANDUM

(a)If several sub works are

included they should be detailed

in separate list

(a) General description Reconstruction of Bus Station with it's Sub

Work, at Chandwad in Nashik Division.

(b) The amount of earnest

money to be deposited shall be

in accordance with the provision

of paras 204 and 205 of the

P.W.D. Manual and online payment gateway

(b) Estimated Cost : Rs. 2,78,23,207.00

(c) Earnest Money : Rs.2,78,232.00

(d) Security deposit :

(i) Cash (not less than the amount of earnest money) (c) This deposit shall be in

accordance with paras 211 and

of the P.W.D. Manual Rs. 5,56,464.00

(ii) To be deducted from bills

Rs. 5,56,464.00

(e) Percentage, if any to be deducted from bills so as made

up the total amount required as security deposit by the

time half the work, as measured by the cost, is done.

Percent. 2%

(e) This percentage where no

security deposit is taken will

vary from 4 percent to 10

percent according to the

requirement of the case. Where security deposit is taken see note

to clause of conditions of

contract.

(f) Time allowed for the completion of work from date

fixed in written order to commence

11 Months

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

terms and provisions of the condition of contract annexed hereto so far as applicable and

in default thereof to forfeit and pay to Corporation in office the sums of money

mentioned in the said condition.

(f) Give schedule where necessary, showing dates by

which the competed various

items are to be

Receipt No…………dated……………… for Rs. 2,78,232.00

herewith forwarded representing the earnest money (a) the full value of which to be

absolutely forfeited and to Corporation 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 otherwise the said sum of Rs. 2,78,232.00 shall be refunded).

Amount to be specified in words

and figures.

Strike out (e) if no cash security

deposit to be taken. I have fully studied and understood the said 'B' from and its conditions and I have

specifically noted clauses 14,15,15-A,31,32,37,39 thereof, I also hereby declare that I

have made myself thoroughly conversant with the local conditions regarding all the

materials (such as stone, murum, brick, sand, cut teak wood etc. and labour and all other

requirements and circumstances connected with and affecting the work on which I have

based my rate for the above work. The specifications and leads for the above work have

been carefully studied and understood by me before submitting the Schedule of rates

attached hereto, undertake to use only the best materials approved by the Executive

Engineer, I/C of the work before starting the work and abide by his decision.

Signature of contactor

before submission of

tender

Signature of witness

contractor's signature

Contractor

Address

Dated the of 20

(Witness)

(Address)

(Occupation)

Executive Engineer S.T. Nashik

Signature of Contractor 29 Executive Engineer

S.T. NASHIK

CONDITION OF CONTRACT

Clause 1. The 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, administrator, and assigns shall A) (Within one day for a contract of

Rs.1000 or less or two days for a contact of more than Rs.1,000/- and over of the receipt

by him of the notification of the acceptance of his tender )deposit with the Executive

Engineer in cash or Government securities endorsed to the Executive Engineer (if

deposited for more than 12 months) a sum sufficient which will make up the full security

deposit specified in the tender, or (B) [permit Corporation at the time of making any

payment to him for work done under the contract to deduct such sum as will amount to 5

per cent of all money so payable, such deduction to be held by Corporation by way of

security deposit Provided always that in the event of the contract or 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 4 percent of the total estimated cost of the work, it

shall be lawful for Corporation at the time of making any payment to the contract for

work done under the contract to make up to full amount of four per cent by deducting a

sufficient sum from every such payment at last aforesaid until the full amount of the

security deposit is made up. All compensation other sums of money payable by the

contractor to Corporation under the terms of the contract may be deducted from, or paid

by sale of a sufficient part of security deposit, or from the interest arising there from or

from any sums which may be due or any become due by Corporation to contractor or 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 raise 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, by converted into interest-being securities provided that depositor has

expressly desired this in writing.

If the amount of the security deposit to be paid in 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 will be taken against the contractor for recovery

of the amounts. The security deposit lodged by a contractor shall be refunded after the

expiry of three months from the date on which the final bill is paid.

Security deposit at

less than Rs.2000/-

and so on upto a limit

of ten day, for

contract of

Rs.10,000/-

Clause 2. The time allowed for carrying out the work as entered in the tender

shall be strictly observed by the contractor and shall be reckoned from the date on which

the order to commence work is given to the contractor. The work shall throughout the

stipulated period of the contract be proceeded with, all due diligence (time being deemed

to be of essence of the contract be on the part of the contractor) and the contractor shall

pay as compensation an amount equal to one per cent or such smaller amount as the Dy.

General Manager(CE) / Chief Civil Engineer whose decision in writing shall be final may

decide, of the amount of the estimated cost of the whole work as shown by the tender for

every day 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 case in which the time allowed for any work exceeds on month to

complete.

1/4 of the work in 1/4 of the time.

1/2 of the work in 1/2 of the time.

3/4 of the work in 3/4 of the time.

NOTE – The quantity of work to be done within a particular time to be specified above

Compensation for

delay.

Executive Engineer S.T. Nashik

Signature of Contractor 30 Executive Engineer

S.T. NASHIK

shall be fixed by the Officer competent to accept the Contracts after taking into

consideration the circumstance of each case and inserted in the blank space kept for the

purpose and abide by the programme of detailed progress laid down by the Executive

Engineer. The following proportion will usually be found suitable :-

In 1/4 1/2 3/4 the time

Reasonable progress of earth work….1/4 1/4 1/2 3/4 of the total value of the

work to be done.

Do---------x---------do of masonry work 1/10 4/10 8/10 of the total value of the

work to be done.

In the event of the contractor failing to comply with these conditions he shall he liable to

pay as compensation an amount equal to one per cent or such smaller amount as the Chief

Civil Engineer (whose decision in writing shall be final) may decide of the said estimated

cost of the whole work for every day that the due quantity of work remains incomplete :

Provided always that the total amount of compensation to be paid under the provision of

this clause shall not exceed 10 per cent of the estimated cost of the work as shown in the

tender.

Clause 3– In any case in which under any clause or clauses 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 installments) or in the case of

abandonment of the work owing to serious illness or death of the contractor or any other

cause, the Executive Engineer, on behalf of the Corporation shall have power to adopt

any of the following courses, as he may deem best suited to the interest of Corporation.

(a) To rescind the contract (of which rescission notice in writing to the contractor

under the hand of the Executive Engineer, shall be conclusive evidence ), and in that case

the security deposit of the contractor shall stand forfeited and be absolutely at the disposal

of Corporation.

(b) To employ labour paid by the Civil Engineer Department and to supply materials

to carry out the work, or any part of works debiting the contractor with the cost of the

labour and the price of the materials (as to the correctness of which cost and price the

certificate of the Executive Engineer shall be final and conclusive against the contractor )

and crediting him with the value of work done, 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 : and in that case the certificate of the Executive Engineer as to the value of the

work done shall be final and conclusive against contractor.

(c) Tender that the work of the contractor be measured up and to take such part

thereof as unexecuted out of the hands, and to give it to another contractor to complete, in

which case any expenses which may be incurred in excess of the sum which would have

been paid to the original contractor, if the whole work had been executed by him (as in

the amount of which excess expenses the certificate in writing of the Executive Engineer

shall be final and conclusive) shall be borne and paid by the original contactor and shall

be deducted from any money due to him thereof or a sufficient part thereof.

In the event of any of the above course being 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 advances on account or, or with a view to the execution of the work or the

performance of the contract, and in case the contract shall be rescinded under the

provision aforesaid, the contractor shall not be entitled to recover or be paid any sum for

any work therefore actually performed by him under this contract unless and until the

Executive Engineer shall have certified in writing the performance of such work and the

amount payable to him in respect thereof and he shall only be entitled to be pad the

amount so certified.

(Auction when whole

of security deposit is

forfeited)

Action when the

progress of any

particular portion of

the work is

unsatisfactory.

Executive Engineer S.T. Nashik

Signature of Contractor 31 Executive Engineer

S.T. NASHIK

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

satisfactory in accordance with clause 2, be entitled to take action under clause 3 (b) after

giving the contractor 10 day's notice in writing and contactor will have no claim for

compensation, for any loss sustained by him owing to such action.

Contractor remains liable to pay

compensation if

action not taken

under clause 3 and 4.

Clause 5- In any case in which any of the powers conferred upon the Executive

Engineer by clauses 3 and 4 hereof shall have become exercisable and the same shall not

have been exercised, the non-exercise thereof shall not constitute a waiver of any of the

conditions hereof and such powers shall not withstanding be exercisable in any future

case of default by contractor for which by any clause or clauses 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 desire to take possession of all or any tools, plant, materials and stores in or upon the

work or site thereof or belonging to the contractor, or procured by him and intended to be

used for the execution of the work or any part thereof, paying or allowing for the same in

account at rates to be certified by the Executive Engineer whose certificate thereof shall

be final. In the alternative the Executive Engineer may by notice in writing to the

contractor, or his clerk of the works, foreman or other authorized agent require him to

remove such tools, plant, materials or stores from the premises within a tie 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 of private sale at the risk and account of the contractor in all respects,

and the certificate or the Executive Engineer as to 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.

___________________________________________________________________

{*This will be same percentage as that in the tender at (e)}

{* This sentence to be substituted for the last sense case of clause I in the case of

contract where the work are } {*to be executed by the contractor according to the

specifications recommended by him. }

Power to take

possession of or require removal of or

sell contractor's plant.

Clause 6- If the contractor shall desire an extension of the time for completion of the

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

30 days from the date on which he was hindered as aforesaid or on which the cause for

asking for extension occurred whichever is earlier and the Executive Engineer may, if in

his opinion on there are reasonable grounds for granting an extension, grant such

extension as he thinks necessary or proper. The decision of the Executive Engineer in this

matter shall be final.

Extension of time

Clause 7- On completion of the work the contractor shall be furnished with a

certificate by the Executive Engineer (hereinafter called Engineer-in charge) of such

completion, but no such certificate shall be given nor shall the work be considered to be

complete until to contractor shall have removed from the premises on which the work

shall have been executed all scaffolding, surplus material and rubbish and shall have

cleaned of the dirt from all wood work, doors, windows, walls, floors, or other part of any

building, in or upon which the work, has been executed or of which 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

Final certificate

Executive Engineer S.T. Nashik

Signature of Contractor 32 Executive Engineer

S.T. NASHIK

subordinates until they have received the approval of the Engineer-in charge, the said

measurements, being binding and conclusive against 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 contractor, remove, such scaffolding,

surplus materials and rubbish, and dispose of the same as he thinks fit ami 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 realized by the sale thereof.

Clause 8- No payment shall be made for any work, estimated to cost less than rupees one

thousand, till after the whole of the said work have completed and a certificate of

completion given. But in the case of works estimated to cost more than rupees one

thousand, the contractor shall, on submitting a monthly bill, therefore be entitled to

receive payment proportionate; to the part of the work 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 intermediate payments shall

be regarded as payments by way of advance against the final payments only and not as

payments for work actually done and completed shall not preclude the Engineer-in-

charge from requiring any bad, unsound, imperfect or unskillful work to be removed and

taken away and reconstructed, or re-erected, nor ! shall any such payment be considered

as a admission of the due performance of the contract or any part thereof in any respect or

the occurring of any claim, nor shall it concluded, deter mine or affect in any way the

power of the Engineer -in- charge as to the final settlement and adjustment of the

accounts or otherwise, or other way very 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 measurement and of the total

amount payable for the work shall be final and binding on all parties.

Payments on intermediate

certificates to be

regarded as advances.

Clause 9- The rates for several items of works estimated to cost more than Rs.1,000

agreed to within, shall be valid only when the item concerned is accepted as having been

completed fully in accordance with the sanctioned specification. In cases where the items

of work are not accepted as so completed the Engineer -in- charge may make payment on

account of such items at such reduced rates as he may consider reasonable in the

preparation of final or on accounts bills.

Payment at reduced rates on account of

items of work not

accepted as completed to be as the discretion

of the engineer in

charge.

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 for as it is admissible, shall be

adjusted it possible. Within ten days from the presentation of the bill, if the contractor

does not submit the bill within time the fixed as aforesaid, the Engineer-in- charge may

depute a subordinate lo measure up the said work in the presence of the contractor or his

duly authorized 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.

Bills to be submitted

monthly.

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 be made in the bills shall

always be entered at the rates specified in the tender or in the case of any extra work

ordered in pursuance of these conditions, and not mentioned or provided for in the tender

at the rates hereinafter provided for such work.

Bills to be on printed

forms.

Executive Engineer S.T. Nashik

Signature of Contractor 33 Executive Engineer

S.T. NASHIK

Clause 12 - If the specification or estimates of the work provides for the use of any

special description of materials to be supplied from the Divisional store, or if it is

required that the contractor shall use certain stores to be provided by the Engineer -in-

charge (such material and stores, and the prices to be charged therefore as hereinafter

mentioned being so for as practicable for the convenience of the contractor but not so as

in any way to control the meaning or effect of this contract specified in the schedule or

memorandum hereto annexed)the contractor shall be supplied with such materials and

stores as may be required from time to time to be used by him for the purposes of the

contract only, and the value of the full quantity of materials and stores so supplied shall

be set of or deducted from any sum then due, or thereafter to become due to the contract

under the contract or otherwise from the security deposit, or the proceeds of sale thereof,

if the deposit is held in Corporation securities, the same or a sufficient portion thereof

shall in that case be sold for the purpose. All materials supplied to the contractor shall

remain the absolute property of Corporation and shall on no account be removed from

the site of the work, and shall at all times be open to inspection by the Engineer -in-

charge. Any such materials unused and in perfectly good condition at the time of

completion or determination of the contract shall be returned to the Corporation if the

Engineer -in- charge so require by a notice in writing given under the hand but the

contractor shall not be entitled to return any such materials except with such consent and

he shall no claim for compensation on account of any such materials supplied to him as

aforesaid but remaining unused by him or for any wastage in or damage thereto.

Stores supplied by Corporation

Clause 12-A – The recovery from a contractor on account of materials issued from the

stores should ordinarily be made by deduction from the first bill authorizing and advance

payment or on account payment to him for the work should however a lump-sum

recovery be undesirable in any case, the Executive Engineer may permit for recorded

reasons the recovery to be effected gradually as the materials issued to, the contractor are

actually used in construction and the items of work in which they are sued and paid for

whether by an advance payment or by on account payment.

Clause 13 - The contractor shall execute the whole and every part of the work in most

substantial and workmanlike manner, and both as regards materials and in every other

respect in strict accordance with the specification. The contractor shall also confirm

exactly, fully and faithfully designs, drawings and instructions in writing relating to

the work signed by the Engineer -in- charge and lodged in his office and to which the

contractor shall be entitled to have access for the purpose of inspection at such office or

on the site of the work during office hours, and the contractor shall, if he so requires, be

entitled at his own expense to make or cause to be made copies of the specifications

and of all such designs, drawings and instructions as aforesaid.

Works to be executed

in accordance with

specification drawings, orders etc.

Clause 14 - The Engineer -in- charge shall have power to make any alterations in or

additions to the original specifications, drawings, designs and instructions that may

appear to him to be necessary or advisable during the progress of the work and the

contractor shall be bound to carry out the work in accordance with any instructions in this

connection which may be given to him in writing signed by the Engineer -in- charge and

such alteration shall not invalidate the contract, and any additional work which the

contractor may be directed to do in the manner above specified as part of the work shall

be carried out by the contractor on the same conditions in all respects on which he

agreed to 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

rates 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

Alteration in specification and

designs not to

invalidate contracts.

Rates for works not entered in estimate or

schedule or rate of the

contract

Executive Engineer S.T. Nashik

Signature of Contractor 34 Executive Engineer

S.T. NASHIK

additional or altered work, for which no rates 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 date of receipt by him or 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 be notice

in writing be at liberty to cancel his order to carry it out class of work, and arrange to

carry it out in such manner as he may consider advisable, provided always that if the

contractor shall commence work or incur any expenditure in regard thereto before the

rates shall have been determined as lastly hereinbefore mentioned 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 rate as aforesaid according to such

rates as shall be fixed by the Engineer -in- charge. In the event of a dispute, the decision

of the Dy. General Manager (CE) Chief Civil Engineer of the S.T. will be final.

The time limit for the completion of the work shall be extended in the proportion that

the increase in its cost occasioned by the alterations bears to the cost of the original

contract work; and the certificate of the Engineer -in- charge as to such proportion shall

be conclusive.

Extension of time in

consequence of

addition of alterations

Clause 15 - If at any time the execution of the contract documents, the Engineer -in-

charge shall for any reason whatsoever, require the whole or any part of the work as

specified in the tender, to be stopped for any period or shall not require the whole or part

of the work to be carried out at all to be carried out by the contractor, he shall give notice

in writing of the fact to the contractor who shall thereupon suspend or stop the work

totally or partially as the case may be. In any such case, except as provided hereunder,

contractor shall have no claim to any payment or compensation whatsoever on account of

any profit or advantage which he might have derived from the execution of the work in

full but which he did not so derive in consequence of the full amount of the work not

having been carried out or on account of any loss that he may be put to on account of

materials purchased, or agreed to be purchased or for unemployment of labour recruited

by him, he shall not also have any claim for compensation by reason of any alterations

having been made in the original specifications, drawings, designs and instructions which

may involve any curtailment of the work as originally contemplated where however

materials have already been purchased or agreed to be purchased by the contractor before

receipt by him of the said notice, the contractor shall be paid for such materials at the

rates determined by the Engineer -in- charge, provided they are not in excess of

requirements, and or of approved quality and or shall be compensated for the loss, if any

that he may be put in respect of materials agreed to be purchased by him, the amount of

such compensation to be determined by the Engineer -in- charge whose decision shall be

final, if the contractor suffers any loss on account of his having to pay labour charges

during which the stoppage of work has been ordered under this clause, the contractor

shall, on application, be entitled to such compensation on account of labour charges as the

Engineer -in- charge whose decision shall be final, may consider reasonable, provided

that the contractor shall not entitled to any compensation on account, of labour charges if,

in the opinion of the Engineer-in-charge, the labour could have been employed by the

contractor elsewhere for the whole or part of the period during which the stoppage of the

work has been ordered as aforesaid.

No. compensation for

alteration in, or

reduction of work to be carried out.

Clause 15 A – The contractor shall not be entitled to claim any compensation from

Corporation for the loss suffered by him on account of delay by Corporation in the supply

of materials entered in Schedule A where such delay in caused by.

(i) Difficulties relating to the supply of railways wagons,

No claim to

compensation on account of loss due to

delay in supply of

materials by

Corporation.

Executive Engineer S.T. Nashik

Signature of Contractor 35 Executive Engineer

S.T. NASHIK

(ii) Force Majeure.

(iii) Act of God.

(iv) Act of the Indian Nations enemies or any other reasonable cause beyond the

control of the Corporation.

In the case of such delay in the supply of materials Corporation shall grant such

extension of the time for the completion of works 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 15 B – The contractor shall not be entitled to claim any damages or compensation

whatsoever from the Corporation, if fresh tenders are required to be invited for work with

changed designs and the contractor has not incurred any expenditure on the that account

against the contract already entered into where however, the contractor has incurred any

expenditure the amount of compensation to be paid shall be determined by the Executive

Engineer or Engineer -in- charge whose decision shall be final and binding on the

contractor.

Time limit for

unforeseen claims.

Clause 16 - Under no circumstances whatsoever shall the contractor be entitled to any

compensation from Corporation on any account unless the contractor shall have

submitted a claim in writing to the Engineer -in- charge within one month of the course of

such claim occurring.

Clause 17 - If at any time before the security deposit is refunded to the contractor it shall

appear to the Engineer -in- charge of 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 notwithstanding the fact that the work,

materials or articles complained or 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 and provide other proper and suitable materials or articles at his own charges

and cost and in the event of his failing so within a period to be specified by the Engineer-

in-charge in the written intimation aforesaid, the contractor shall be liable to pay

compensation at the rate of one per cent on the amount of the estimate for every day not

exceeding ten days during which the failure so continues and in the event of any such

failure as aforesaid the Engineer-in-charge may rectify or remove, and re-execute the

work or remove and replace the materials or articles complained of as the case may be at

the risk and expense in all respects of the contractor. Should the Engineer-in-charge

consider that any such inferior work or materials as described above may be accepted or

made use of it shall be within his discretion accept the same at such reduce rates he may

fix therefore.

Action and compensation payable

in case of bad work.

Clause 18 - All work 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 all other times at which reasonable notice of the intention of the Engineer-in-

charge or his subordinates to visit the work shall have been given to the contractor either

Works to be open to

inspection.

Contractor or

responsible agent to

be present.

Executive Engineer S.T. Nashik

Signature of Contractor 36 Executive Engineer

S.T. NASHIK

himself be present to receive orders and instructions, or have a responsible agent duly

accredited in writing present for that purpose. Order given to the contractors duly

authorized agent shall be considered to have the same force and effects 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 there of taken before the same is so covered up or

placed beyond the reach of measurement and shall not cover up or place beyond the reach

of measurement and 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 there of no payment

or allowance shall be made for such work, or of the materials which the same executed.

Notice to be given before work is

covered up.

Clause 20 – If the contractor or his workmen, or servants shall break, deface injure or

destroy any part of a building in which they may be working, or any building, road, fence,

enclosure or grass land or cultivated, ground contiguous to the premises on which the

work or/ any part thereof is being executed or if any damage shall be done to the work

from any cause whatever while it is in progress or if any imperfections become apparent

in it within three months from the grant of a certificate of completion, final or otherwise,

by the Engineer-in-charge the contractor shall make good the same at own expense or in

default the Engineer-in-charge may cause the same to be made good by other workmen,

and deduct the expenses (of which the certificate of the Engineer-in-charge shall be final)

from any sums that may then be due or may thereafter become due to the contractor, or

from his security deposit or the proceeds of sale thereof or of a sufficient portion thereof.

Contractor liable for

damage done and for

imperfection for three

months after

certificate.

Clause 21 – The contractor shall supply at his own cost all materials (except such

special material, if any, as may be supplied from the Divisional stores in accordance with

the contract ), plant, tools, appliances, implements, ladders, cordage, tackle, scaffolding,

and any temporary works which may be required for the proper execution of the work, in

the original, altered or substituted 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 the any matter or which under these

conditions he is entitled to be satisfied, which he is entitled to require together with

carriage therefore, to and from the work. The contractor shall

________________________________________________________________________

*This will apply to a contract where the works are to be executed by the contractor

according to the specification recommended by him. also supply without charge the

requisite number of persons with the means and materials necessary for the purpose of

setting out works, and counting weighting and assisting in the measurement of

examination at any time and from time to time of the work materials. Failing this the

same may be provided by the Engineer-in-charge at the expense of the contract 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 sales thereof, or of a sufficient portion

thereof. The accident, and shall also be bound to bear the expenses of defense of every

suit, action or other legal proceedings, at law, that may be brought by any person tori

injury sustained owing to neglect of the precautions and to pay any damages and costs

which! May be awarded in any such suit, action or proceedings to any such persons, or

which may with the consent of the contractor be paid in compromising any claim be any

such person.

Contractor to supply

plant, ladders scaffolding etc.

And is liable for

damages from non

provision of light

fencing etc.

Executive Engineer S.T. Nashik

Signature of Contractor 37 Executive Engineer

S.T. NASHIK

Clause 21 A - The contractor shall provide suitable scaffolds and working platforms

(a) Suitable scaffolds shall be provided for all work that cannot be safely done from

ladder or by other means.

(b) A scaffold shall not be contracted, taken down, or substantially altered except

(i) Under the supervision of a competent responsible person and

(ii) As for as possible by competent workers possessing adequate

experience in this kind of work.

(c) All scaffolds and appliances connected herewith and all ladders shall

(i) Be of sound materials

(ii) Be of adequate strength having regards to the loads and strains to which

they will be subjected and

(iii) Be maintained in proper condition.

(d) Scaffolds should be so constructed that no part thereof can be displaced in

consequence of normal use.

(e) Scaffolds should not be over-loaded and so far as practicable the load shall be

taken be evenly distributed.

(f) Before installing lifting gear on scaffolds special precautions shall be taken to

ensure the strength and stability of the scaffolds. I

(g) Scaffolds shall be periodically inspected by a competent person.

(h) Before allowing a scaffold to be used by his workmen the contractor shall

whether the scaffold has been erected by his workmen or not, taken steps to

ensure that it; complies fully with the regulating herein specified. '

(i) (i) Working platforms, gangways and stairways shall be so contracted that no

part thereof can say unduly or unequally.

(ii) be so constructed and maintained having regard to prevailing conditions as to

reduce as far as practicable risks or persons tripping and

(iii)be kept free from any unnecessary obstruction,

(j) In the case of working platforms, gangways, working places and stairways at a

height exceeding……………………………..

*( To be specified)

(i) every working platform and every gangway shall be closely boarded unless

other adequate measures are taken to ensure safety :

(ii)Every working platform, and gangway shall have adequate width, and

(iii)Every working platform, gangway, working place and stairway be suitably

fenced.

(k) Every opening in the floor of a building or in a working platform shall except

for the time and to the extent required to allow the access of persons or the

transport or shifting of material, be provided with suitable means to prevent the

fall of persons or material.

(l) When persons are employed on a roof where there is a danger of falling from a

height exceeding suitable precautions shall be taken ( To be prescribe) to prevent

the fall of persons or material,

(m) Suitable precautions shall be taken to prevent persons being struck by articles

which might fall from scaffolds or other working places,

(n) Safe means of access shall be provided to working platforms and other working

places.

Executive Engineer S.T. Nashik

Signature of Contractor 38 Executive Engineer

S.T. NASHIK

Clause 21- B- The contractor shall comply with the following regulations as regards the

Hoisting Appliances to be used by him -

a. Hoisting machines and tackle, including their attachments, anchorages and

supports, shall :-

(i) be of good mechanical construction, sound material, adequate strength and free

from patent defect, and

(ii) be kept in good repair and in good working order,

b. Every rope use in hoisting or lowering materials or as a means of suspension

shall be of suitable quality and adequate strength and free from patent defect:

c. Hoisting machine and tackle shall be examined and adequately tested after

erection on the site and before use and re-examined in position at intervals to be

prescribed by the corporation,

d. Every chain, ring, J hook, shackle, swivel and pully block use in hoisting

lowering materials or as a means of suspension shall be periodically examined.

e. Every crane driver or hoisting appliance operator shall be properly qualified.

f. No person who is below the age of 18 years shall be in control of any hoisting

machines, including any.

g. In the case of every hoisting machine and of every chain, ring, hock, shackle

swivel and pully 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 gear referred to in the preceding regulation shall be

plainly marked with the safe working load.

i. In the case of a hoisting machine -having a variable safe working load each safe

working load and the conditions under which it is applicable shall be clearly

indicated,

j. No part of any hoisting machine or any gear referred to in regulation above shall

be loaded beyond the safe working load except for the purpose of testing,

k. Motor gearing, transmission, electric wiring and other dangerous parts of

hoisting appliance shall be provided 'with efficient safeguards.

l. Hoisting appliances shall be provided with such means as well reduce to a

minimum the risk of the accidental descent of the load,

m. Adequate precautions shall be taken to reduce to a minimum the risk of any part

of a suspended load become accidentally displaced.

Clause 22 -The contractor shall not set fire to any standing jungle, trees, brush wood or

grass without a written permit from the Executive Engineer. When such permit is given,

and also in all cases when destroying out or dug up trees brush wood, grass etc. by fire

the contractor shall take necessary measures to prevent such fire spreading to or otherwise

damaging surrounding property.

The contractor shall make his own arrangements for drinking water for the labour

employed by him.

Measure for prevention of fire

Clause 23 -Compensations for all damage done unintentionally or intentionally by

contractor/ labourers whether in or beyond the limits of corporation 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 estimated of the

Engineer-in-charge subject to the decision of the Dy, General Manager (CE) 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 contractor as damage in the

manner prescribed in clause or deducted by " the Engineer-in-charge from any sums that

may be due to or become due from corporation to the contractor under this contract or

otherwise. The contractor shall bear the expenses of defending any action or other legal

Liability of contractor

for any damage done in or outside work

areas

Executive Engineer S.T. Nashik

Signature of Contractor 39 Executive Engineer

S.T. NASHIK

proceeding that may be brought by any person for injury sustained by him owing to

neglect of precautions to prevent the spread of fire and he shall also pay any damages and

cost that may be awarded by the court In consequence.

Clause 24 -The employment of female labours on works in the neighborhood of soldiers

barracks should be avoided as far as possible.

Employment of

female labour

Clause 25 -No work shall be done on a Sunday and holidays without the sanction in

writing of the Engineering in-charge,

Work on Sunday and

holidays

Clause 26 -The contractor 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

to do soee, or become insolvent or commence any proceedings to be adjudicated and

insolvent or make any composition with his creditors, or attempt so to do, the Engineer in

charge may be notice in writing, rescind the contunct, also if any bride, gratuity gift, loan

requisite, 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 employee of corporation 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 be notice in writing to

rescind the contract. In the event of a contract being rescinded the security deposit of the

contractor shall thereupon stand forfeited and be absolutely at disposal of corporation,

and the same consequences shall ensure as if the contract had been rescind under clause 3

hereof and in addition the contractor shall not be entitled to recover or be paid for any

work there to actually performed under the contract.

Work not to be sublet

Contract may be

rescinded and security deposit forfeited for

subletting it without

approval or for

bribing a public

officer or if contractor

become insolvent.

Clause 27 – All sums payable by a contractor by of compensation under any of these

condition shall be considered as a reasonable compensation to be applied to the use of

Corporation without reference to the actual loss or damage sustained, and whether any

damage has or has not been sustained.

Sum payable by way

of compensation to be

considered as

reasonable

compensation without reference to actual

loss.

Clause 28 – In the case of a tender by porters any change in the constitution of a firm

shall be forthwith notified by the contractor to the Engineer-in-charge for his information.

Change in the

constitution of from to

be notified

Clause 29 – All works to be executed under the contract shall be executed under the

direction and subject to the approval in all respects of the Dy. General Manager (CE) of

the S.T. 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 form time to time carried on.

Works to be under

direction of Dy. G.M.

(CE)/ Chief Civil

Engineer.

Clause 30 - Except where otherwise specified in the contract and subject to the powers

delegated to him by Corporation under the code rules then in force the decision of the Dy

General Manager (CE) / Chief civil Engineer of the S.T. 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 specification designs, drawing and instructions herein before mentioned

and as to the quality of workmanship, or materials used on work, or as to any other

question, claim, right, matter or thing whatsoever, in any way arising out of or relating to

the contract designs, drawings specifications, estimates, instruction, orders or these

conditions or otherwise concerning the works or the execution or failure to execute the

same whether arising, during the progress of the work, or after the completion or

abandonment thereof.

Decision of Dy.

General Manager

(CE)

Executive Engineer S.T. Nashik

Signature of Contractor 40 Executive Engineer

S.T. NASHIK

Clause 31 – The contractor shall obtain form the Divisional stores all stores and articles

of European or American manufacture which may be required for the work, or any part of

the work or in making up any articles required thereof 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 ay 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 the same shall be debited to him at cost price with for the purpose of

this contract shall including the cost of carriage and all other expenses whatsoever, which

may have to he incurred in obtaining delivery of the same of the store aforesaid.

Clause 32 – When the estimate on which a tender is made includes lump sums in respect

of part of the work, the contractor shall be entitled to payment in respect of the items of

works involved or the part of the work in question at the same rates as are payable under

this contract for such items, or if the work in question is not i8n the opinion of the

Engineer-in-charge capable of measurement, the Engineer-in-charge may at his

discretions pay the lump sum amount entered in estimates, 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 provisions of this clause.

Lump sums in

estimates

Clause 33 – In the case of any class of work for which there is no such specifications as

is mentioned in the rule 1 such work shall be carried out in accordance with the divisional

specifications, and in the event of there being no Divisional specifications, then in such

case the work shall be carried out in all respects in accordance with the instructions and

requirements of the Engineer-in-charge.

Action where no specification.

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 the works constructed to be executed under or in virtue

of the :contract whether temporary or permanent and whether original altered, sub

situated or additional.

Definition of works.

Clause 35 – The contractor will quote his rate for sand, murum, stone metal removed

from Government Land (Excluding forest land) inclusive of Royalties, octroi taxes, etc.

Refund of quarry fees

and royalties.

Clause 36 –The contractor shall be responsible for and shall pay compensation to his

workmen payable under the workmen's Compensation Act, 1923 (VIII of 1923)

(hereinafter: called the said Act) for injuries caused to the workmen. If such

compensation is paid by corporation as principle under sub-section I of section 12 of the

said Act on behalf of the contractor, is shall be recoverable by Corporation from the

contractor under sub-section (2) of he said section. Such compensation shall be recovered

in the manner laid down in clause I above

Compensation under

w o r k m e n ' s

Compensation Act.

Clause 36A-The contractor shall be responsible for and shall pay the expense Of

providing medical aid to any workman who may suffer a bodily injury as a result of an

accident. If such expenses are incurred by Corporation the same shall be recoverable from

the contractor forthwith and be deducted without prejudice to any other remedy of

Corporation from any amount due or that may become due to the contractor.

Clause 36 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, shall

Executive Engineer S.T. Nashik

Signature of Contractor 41 Executive Engineer

S.T. NASHIK

maintain the same condition suitable for immediate use at any time and shall comply with

the following regulations in connection therewith :-

(a) The worker shall be required to the equipment so provided by the contractor and

the contractor shall take adequate steps to ensure proper use of the equipments

by those concerned.

(b) When work is carried on in proximity to any place where there is a risk of

drawing, all necessary equipment shall be provided and kept ready for use and

all necessary steps shall be taken for the prompt rescue of any person in danger.

(c) Adequate provision shall be made for prompt first aid treatment of all injuries

likely to be sustained during the course of the work.

Clause 37 (a) (1) -Quantities shown in the tender are approximate and no claim shall be

entertained for quantities of work executed being either more or less than those entered in

the tender for estimate

Claim for quantities of

work entered in the

tender of estimate.

Clause 37 - (b) of B-1 tender form and Clause (b) of B-2 tender form. The contractor

shall provide all necessary personal safety equipment and first aid apparatus available for

the use of persons employed on the site, shall maintain the same in good condition

suitable for immediate use at any time and shall comply with the following regulations in

connection there with :-

(a) The workers shall be required to use equipment so provided by the contractor

and the contractor shall take adequate steps to ensure proper use of the

equipment by those concerned.

Clause 38 -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 39 - No compensation shall be allowed for any delay cause in the starting of the

work on account of any acquisition of land and in the cause of clearance works, for any

delay in according sanction to estimates.

Employment of

famine or other labour

Clause 40 - No compensation shall be allowed for any delay in execution or the work on

account of water standing in borrow pits or compartments. The rates are inclusive for

hard or cracked soil. excavation in mud. sub-soil water or standing in borrow pits and no

claim for and extra rate shall be entertained. unless otherwise expressly specified,

Claim for compensation for

delay in starting the

work.

Clause 41 – The contractor shall not enter upon or commence any portion of work except

with the written authority and instruction of the Engineer in Charge or his subordinate in

charge of the work. Failing such authority the contractor shall have to claim to ask for

measurements of or payment for work.

Entering upon or

commencing any

portion of work.

Clause 42-

(i) No contractor shall employ any person who is under the age of 16 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

tepa (Nawer)

(iii) No animals suffering from stores, lameness or emaciarion or which is immature

shall be employed on the work.

(iv) The Engineer-in-charge or his agent is authorised to remove from the week any

person or animals found working which does not satisfy these condition and

no responsibility shall be accepted by Corporation 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

Minimum age of

person employed in

the Employment of

donkeys and /or other animals and the

payment of fair wages

Executive Engineer S.T. Nashik

Signature of Contractor 42 Executive Engineer

S.T. NASHIK

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

or 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 exclusive and binding on the contractor, but

such decision shall not in any way affect the condition regarding the

payment to be made by Corporation at the sanctioned tender rates.

(vi) The contractor shall provide drinking water facilities to workers engaged on

large work in urban areas

Clause 43 - Payment to contractors shall be made by cheques drawn on S.B.I. through the

Divisional convenient to them, provided the amount exceeds Rs.10. Amounts not

exceeding Rs.10 will be paid in case.

Method of payment

Clause 44 – Any contractor who does not accept these conditions shall not be allowed to

tender for works.

Acceptance of

conditions

compulsory before tendering for work

Clause 45 – If Government declares a state of scarcity of famine to exist in any village

situated within 19 miles of work, the PIECE WORKER/ CONTRACTOR shall employ

upon such part of 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 his duty in writing to be in need of relies and shall be bound to pay such

person wages not below the minimum which Corporation may have fixed in this behalf,

any dispute which may arise in connection with implementation of this clauses shall be

decided by Executive Engineer whose decision shall be final and binding on the PIECE-

WORKER / CONTRACTOR.

Employment of sarcity

Clause 46 – The price quoted by the contractor shall not in any case exceed the control I

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 the provision of

hoarding or profiteering Prevention Ordinance 1943 as amended from time to time if the

price quoted exceeds the control price or the price permissible under Hoarding and

Profiteering Preventing ordinance the contractor will specifically mention this fact in his

tender along with reasons for quoting such higher price. The purchaser at 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 – The tendered rates shall be inclusive of all Taxes, rates and cases and shall

also be inclusive of the tax leviable in respect of Works Contract under the provision of

Maharashtra Sales Tax on transfer of property of goods involved in the execution of

Works Contract Act, 1989 (Maharashtra Act, XXXV of 1989) [This clause 54 is in

accordance with Govt. of Maharashtra P.W.D. Circular No.CAT/1086/CR-330/Bldg-2

Mantralaya, Bombay 400 032. Of 10th, June 1987]

CLAUSE - 47 A -

a) The Bidder shall Quote his rate considering the provisions counted under GST

Act 2017.

b) The Bidder shall Quote his rate excluding GST.

c) GST shall be paid on the amount of bill of the work done as per prevailing

guidelines rate of GST during the period of work done as applicable.

Turnover Tax

Executive Engineer S.T. Nashik

Signature of Contractor 43 Executive Engineer

S.T. NASHIK

Clause 48 – The Contractor should as far as possible obtain his requirement of labour

skilled and unskilled from the nearest Employment Exchange.

Clause 49 – Contractor shall arrange at his own cost the water required for total work, for

minor current repair works only water will be supplied departmental I y Water Charges

will be recovered from the contractor @ 1% on the cost of water consuming items if the

contractor uses water available in S.T. Corporation.

Clause 50 – The Maharashtra State Road Transport Corporation reserves the right

themselves to recover amount if any due to the M.S.R.T. Corporation, against the contract

from any amount that may be due from M.S.R.T. Corporation to contractor.

Clause 51 – The successful tenderer will be required to produce to the satisfaction or the

specified concerned authority, the valid and concurrent license issued in his favor under

the provisions of the contract labour Regulation and abolition Act, 1970 before starting

the work Failure to do so shall result in the tender liable to be cancelled and tamest

money thereof will be forfeited.

Clause 52 – It is hereby agreed between the Chief Civil Engineer / Dy. G. M. (CE) and

the Contractors as under:-

(i) Whenever the world "Civil Engineering Department Stores or G.E.D.

Stores" occurs in the Agreement, these shall be read as "S.T. Divisional

Stores".

(ii) The words "P.W.D." or "Public Works Department" whenever occurs in

the Agreement shall be read as "Maharashtra State Road Transport,

Corporation".

Clause 53 – The contractor will make all the necessary formalities pertaining to the

Drainage and water supply for the works from the Muni. Corp. Of Greater Mumbai or

some such equivalent Parish ads / Council / Municipalities / Corporation through a

licensed plumber and submit "Drainage completion Certificate" (D.C.C.) in respect of

drainage work and certificate 27-A in respect of water supply work of the project. He will

pay all the respective nonrefundable fees of M.C. of Greater Mumbai required for the

above as per Municipal Corp. of Greater Mumbai. The rules and by-laws of the local

Governing bodies. It is contractor's responsibility to get the above formalities completed

timely from the concerned authorities.

Clause 54 – The contractor shall obtain temporary electric supply from M.S.E.B. or

licence for the purpose of fabrication , polishing etc. at his own cost by observing all

necessary formalities including consent of the Unit Head for tapping the connection

(where relevant). The contractor will be responsible for safety against any kind of

damages to property or lives arising, from mishaps due to such installations.

Clause 55 –Price variation clause is not applicable for this work.

Clause 56 –

a) The anti-malaria and other health measure shall be as directed by the

Joint Director (Malaria and Fileria) of health Service, Pune.

b) Contractor shall see that mosquitogenic conditions are not created so as to

keep vector population to minimum level.

Antimisiaris and other

health measures

Executive Engineer S.T. Nashik

Signature of Contractor 44 Executive Engineer

S.T. NASHIK

c) Contractor shall carry out anti-malaria measures in the area as per

guidelines prescribed under National Malarial Eradication Programme

and as directed by the Joint Director (Malaria and Fileria) of Health

services, Pune.

d) In case of default in earring out prescribed anti-malaria measures resulting

in increase in malaria incidence, contractor shall be liable to pay to

government the amount spent by Government on antimalware measures

to control the situation in addition to fine.

e) Relation with Public Authorities:

The contractor shall make sufficient arrangement for draining away the

sullage water as well as water coming from bathing and washing places

and shall dispose of this water in such way so as not to cause any

nuisance. He shall also keep the premises clean by employing sufficient

number of sweepers.

The contractor shall comply with all rules, regulations bye-laws and directions given

from 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 Corporation. [Govt.

circular No. CAT-1086/CR-243/Desk Building 2 dated 1-9-1987]

DEFECT LIABILITIES

CLAUSE NO. 57: CONTRACTOR LIABLE FOR DAMAGE DONE AND

FOR IMPERFECTION.

If during the period of one year from the date of completion as certified by the

engineer in charge or one year in the opinion of the Executive Engineer, the said work is

defective in any manner what so ever. The contract shall forthwith on receipt of notice in

that behalf from the Executive Engineer, duty commence execution and completely carry

out at his cost in every respect all, the works that may be necessary for rectifying and

setting right the defect specified there including dismantling and reconstruction of unsale

portions strictly in accordance with and in the manner prescribed and under the

supervision of Executive Engineer/ or his representative in no event of the Contractor

failing of neglecting to commence.

Execution of the said rectification work within the period prescribed thereof in

the said notice and or complete the same as for said as required by the said notice the

Executive Engineer get the same executed and carried out certainly or by any other

agency at the risk on account and cost of the Contractor. The Contactor shall for on

demand pay to the Corporation the amount of such costs charges and sustained or

incurred by the Corporation of which the certificate of the Executive Engineer shall be

binding on the Contractor. Such cuts charges and expenses shall be deemed to be arrears

of land revenue and in the of the Contractor failing or neglecting to pay the same demand

and aforesaid without prejudice and other right remedies of the corporation, the save may

be recover from the Contractors as arrears of land revenue. The Corporation shall also be

entailed to deduct the same from any due amount to the Contractor.

Executive Engineer S.T. Nashik

Signature of Contractor 45 Executive Engineer

S.T. NASHIK

There after become payable the Corporation to the Contractor either respect of

the works or any other work / works what so ever from the amount Security Deposit

retained by Corporation. Security Deposit shall be refunded after the expiry of one year

from the date which the final bill is paid. The defect liabilities period in particular for

resurfacing & hardening work 6 month, for asphalting work one year and for water

proofing work 7 years & for all other works 6 months.

Clause 58 - Contents of Tender Notice attached to this tender, form a part & parcel of

this tender agreement.

Clause 59:- The contractor shall obtained temporary electric supply from M.S.E.B. or

license for the purpose of fabrication, polishing etc. at his cost by observing all necessary

formalities including concerned of the unit head for tapping the connection (where

relevant). The contractor will responsible for safety against any kind of damages to

property or lives arising from mishaps cause to such installation.

Additional Condition about availability of funds The budget provision for this work is less at present. The payment of bills will be made as per availability of

funds. No claims will be entertained for delayed payments.

If situation arises, the work will be stopped at safe stage and will be withdrawn under clause-15 for which no

compensation will be allowed.

SPECIAL NOTICE

It is particularly requested that no person will propose to undertake works provided for the

and described in the following contract and specification unless he is fully qualified and has good

practical experience as a Master Contractor in the construction of works of Similar kind and is

likewise in all other respectfully competent responsible to and for the performance of the contract. It must be

distinctly understood that the conditions of the contract are intended to be rigidly enforced and any

contractors, who does not accept these conditions in to shall not be considered for the works.

Extra charges or claims in respect of extra works will not be allowed unless either the work to which

they related are clearly without the sprit and meaning of the specifications or unless such works are ordered in

writing by the Chief Civil Engineer / Executive Engineer and approved by the Corporation and are claimed for

in the specified manner.

All materials shall be of the best quality of their respective kind and described in detail in

the "Specification" and schedule of "Quantities" and shall inter alia, fulfill and Municipal requirements

and any deviations from will not be permitted.

The works provided for this contract shall be carried out to the entire satisfaction of the

MAHARASHTRA STATE ROAD TRANSPORT CORPORATION and any directions issued by the

Corporation in all matters, pertaining to the contract shall be binding on the contractor.

Executive Engineer S.T. Nashik

Signature of Contractor 46 Executive Engineer

S.T. NASHIK

LIST OF APPARATUS REQUIRED (A)

SR. Apparatus

Nos.

(Min Req) No.

1 Cube Mould 24 Nos.

2 Slump Cone with Rod 2 Nos.

3 Measuring Cylinder (Glass) (1000 ml) 4 Nos.

4 Compression testing machine hand operated 1 No.

(150 MT capacity)

5 Electric Weighing Machine 3 Kilogram (L.C.I. Gm) 1 No.

6 IS Sieve Set 1 No.

7 Flakiness test gauge 1 No.

8 Vernier Caliper 1 No.

9 Dumpy level with stand and staff 1 No.

10 Theodolite 1 No.

11 Equipment for Determination of moisture 1 No.

content

12 Mason's Kit 5 Nos.

13 Oven 1 No.

14 Furniture as

required

Executive Engineer S.T. Nashik

Signature of Contractor 47 Executive Engineer

S.T. NASHIK

LIST OF APPARATUS REQUIRED FOR ROAD WORKS INCLUDING HOT MIX (B)

SR.

No. Apparatus

Nos.

(Min Req)

1 Set of buckets for bulk density 30 Litr. capacity sample. Diving (Various

sizes 15, 20, 30 Liters )

3

2 Riffle Box (Sample Diving Box ) 1

3 Bitumen extractor (Hand/Electrically Operated) 1

4 Marshal stability testing machine. 1

5 Field Density (Sand replacement method) 1

6 Straight edge 3 m. Long ISMC 50 x100 1

7 M.S.Camber plate, 2.75 m. 3.5 m. long. 1 No. each.

8 Constant temporary Hot Water Bath 1 No.

9 Electronic balance capacity upto 1200 G. 1 No.

10 G.I. Trays of various sizes. 12

11 Digital thermometers capacity upto 200oC with 100 least count 1

12 Electric Oven. 1

13 Marshal stability moulds with ramber 1 Set.

14 Chemicals (Benzene / Trichloroethylene) 250 Litrs.

15 Filter Papers. 500/Swason

16 Weight box with 5 kg. To 1 Gm. Weights 1

17 Fractional weight box and pan balance 1

18 G.I./Brass sieves of various sizes for gradation 1 No. each.

19 Pick axes 1

20 Cooking gas/Kerosene burner with cylinder 1

21 Impact test Apparatus (For coarse Aggregate) 1

22 Flakiness and Elongation test gauges 1

23 Penetrometer with standard needle for asphalt test. 1

24 First aid Box. 1

25 Vicat apparatus. 1

Executive Engineer S.T. Nashik

Signature of Contractor 48 Executive Engineer

S.T. NASHIK

PROFARMA FOR MAINTAINING CEMENT /ASPHALT REGISTER

CALCULATION TO COMPUT THE QUANTITY OF CEMENT WHICH SHOULD BEEN USED AND THAT ACTUALLY USED DURING THE MONTH FOR VARIOUS ITEMS

ABSTRACT FOR THE MONTH ENDING

FOR THE MONTH OF .................... 2018

Sr

No

Name

of the

item

Approximate

quantity of

work done

Quantity of cement

which should have been

used

(in bags)

Quantity

of cement

which was

actually used

(in bags)

Deviation,

if any between

Column No.

7 & 8

(in bags)

Remarks

Quantity

Unit

Slandered

Consum-

-ption

Per

Unit

Quantity

in bags

1 2 3 4 5 6 7 8 9 10

1

2

3

STATEMENT SHOWING RECEIPT AND CONSUMPTION OF BULK / PACKED DRUM ASPHALT

(for Tack Coat / B.B.M. /Liquid Seal Coat / B.M. / SDBC/etc.)

Date Bouzer

No.

Gate pass of Refinery. Net weight of

asphalt.

Net weight of

used asphalt.

Balance weight of

used asphalt at end of

day Number Name

1 2 3 4 5 6 7

Signature of Engineer in charge Signature of Agency

Executive Engineer S.T. Nashik

Signature of Contractor 49 Executive Engineer

S.T. NASHIK

SPECIAL CONDITIONS AND TECHNICAL SPECIFICATION (Civil Work & Electrical Work)

1.General Technical Specification shall comprise the specifications containing in the Standard Specifications

mentioned hereinbefore. The I.S. specification contained in P.W.D. Hand Book of Government of

Maharashtra and Indian Electricity Rules framed under Indian Electricity Act for Electrical Works, also be

considered as part of these

2.GENERAL TECHNICAL SPECIFICATIONS

In the event that no specifications. Instruction or guidelines are available in Standard Specifications or

Annexure, for carrying -out particular item or work or testing of materials as relevant specification and

standards laid down in the codes of Practices listed below shall be applicable and binding on the Contractor. 3.THE CODES OF PRACTICES THAT SHALL ALSO BE APPLICABLE ARE AS UNDER

Abbreviations Code of Practice.

IS Indian Standard of the Bureau of Indian Standard

BS British Standard of British Standards Institutions.

ASTM American Standard of the American Society of Testing

Material.

ACI American Concrete Institution

DIN Deutscher Normenausschuss ( Germanlspetons )

SP Special Publication of Bureau of Indian Standard

NBC National Building Code of India.

IRC Indian Roads Congress.

MOST Ministry of Surface Transport (Roads Wings)

Specification for Road and Bridge Works 1988

MORTH Ministry of Road Transport & Highways.

CPHEEO Central Public Health and Environmental Engineering Organization Drainage and per Manuals-Govt., of India

4. In so far any stipulation made herein conflicts or is inconsistent with any of the Provision of the

standard specifications. the stipulation made herein shall always prevail

5. The codes of Practices would always mean the latest editions of codes of Practices current on the day.

30 days prior to the last date of receipt of tender and. only the Standards and specification mentioned

therein shall be applicable.

6. The Contractor shall to responsible for the quality of work in the entire construction work within the

Contract. The Contractor shall therefore have his own independent and adequate set up for ensuring

the same.

Executive Engineer S.T. Nashik

Signature of Contractor 50 Executive Engineer

S.T. NASHIK

7. The Contractor shall carryout modification in procedure of work, if any, as directed by the Engineer

during his inspection. Contractor shall keep a book called Work Order Book on site Engineer will

enter his observation i this book whenever necessary. Contractor's representative shall sign below the

remarks in token of acknowledgement. Works falling short of quality directed by the Engineer shall

be rectified immediately the Contractor as his cost. For cement mild steel, High Tensile steel,

Concrete and similar other materials where essential test are to be carried at the manufacturers Plants

or at laboratories other named laboratory the cost of samples, sampling forwarding, testing and

furnishing of test certificates, shall also be borne by the Contractor. The test certificates shall be

furnished to the Engineer in-charge 8. Unless specified otherwise, the method of sampling and testing of materials shall be as per the

relevant IS and special publications. In the absence of relevant Indian standards the sampling and

testing procedure to be used shall be as prescribed by the Engineer-in-charge. 9. The Materials to be incorporated in the building for various items of works shall be procured by the

Contractor in advance and samples thereof got approved from the Engineer-in charge

10. The approved samples shall be retained in a sample room constructed at site of work till completion

of work. No deviation in size, grade and quality of the material shall be made by the Contractor

during the construction on any Plea/ground that the large quantity of such material is not available or

otherwise. 11. The contract rates quoted for various items of work in the Bill of Quantities shall be deemed to be

inclusive of the cost of the provisions indicated in the above mentioned clauses.

12. Equipments for surveying, leveling, lining out and measurement on the work shall be procured at his

cost by the Contractor for his use. The same shall also be made available to the Engineer at site for

any work connected with the Contract without any charge. Maintaining the instruments in proper

working condition shall be the responsibility of Contractor.

13. The equipment such as spirit level, plump bob, log and short right angles steel tapes of different

lengths, nylon thread plastic transparent water tubes etc. shall be procured and Kept in dimensions. 14. The contractor shall have to construct and provide laboratory cum sample room and site office with

toilet for the supervisory staff of the Engineer-in-charge in addition to his site office, go-downs etc.

all these structures shall of semi permanent nature and shall be constructed by the Contractor at his

own cost as per the plan repaired and approved by the Engineer-in-charge 15. This site office, laboratory cum sample room shall be Independent structures or shall be housed under

one roof

The site office shall have a cabin for the Engineer and /or his authorised representative and a meeting

shall which will also serve as place for supervisory staff of the Engineer-in-charge Suitable land if

available with the, Department will be made available to the Contractor for this purpose.

16. The sample room shall be meant for keeping the sample of materials approved by the Engineer and the same shall be the sole property of the Department to be supplied free of cost by the Contractor.

17. A room for site laboratory shall be provided by the contractor and equipped by the Contractor. 18. On completion of the entire work the temporary structures shall be dismantled by the Contractor, if so

ordered by the Engineer. 19. However, in case the Engineer desires to retain these structures for his use for some time more, even

after completion of work the Contractor shall retain these structures and the ownership of the same

shall deemed to be transferred to the Engineer-in-Charge. In such event the Contractor shall have no

financial claim against the Engineer-in-charge.

20. Obtaining the water supply and electric connection for above structures from the concerned local

authorities and payment of water supply and electric energy charge to concern authorities shall be the

responsibility of the Contractor which he shall discharge at his own cost, for the entire contract

period.

Executive Engineer S.T. Nashik

Signature of Contractor 51 Executive Engineer

S.T. NASHIK

21. The Contractor intending to use particular equipments, plants and machinery on work, shall inform

the Engineer about such intention one month in advance. He shall clarify the purpose utility and

mode of operation etc. to the Engineer and get the same approved.

22. During the course of construction unusual situations and typical problems may arise in which case the

Engineer may demand the methodology of construction, the contractor intends to adopt.

In such an event the Contractor shall furnish the same and adopt the methodology duly modified if so

ordered by the Engineer. In order to achieve quality, workmanship and constructional effect the

Engineer shall also propose particular methodology which shall be adopted by the Contractor.

Executive Engineer S.T. Nashik

Signature of Contractor 52 Executive Engineer

S.T. NASHIK

GENERAL INSTRUCTIONS

1. In the absence of any definite provisions on any particular issue in the aforesaid "Standard

Specification" reference may be made to the Volume-II Codes of practice and in case of any dispute

arising out of interpretation of the above the decision of the Engineer shall be final and binding on the

Contractor.

2. In so far as any stipulation made herein conflicts or is inconsistent with any of provision of the "Standard Specification" I.S. Codes of practice, the stipulation made herein shall always prevail.

3. The special stipulations which are in addition and over and above the specifications contained in

"Standard Specification " are given in foregoing clauses and shall be binding on the Contractor

without any claim for extra labour and material there for.

4. The purpose o this stipulation is to achieve good workmanship and the work done in an Engineer-

like-manner in part as well as in the totality at every proper stage of work. This necessitates and

becomes binding on part of the Contractor to obtain written approval and acceptance of the work

done under different stages from the Engineer-in-charge 5. Not obtaining the written approval/acceptance of the work done from the Engineer-in-charge at a

particular stage of item of work stipulated and proceeding ahead of the next stage of work under the

same or different item may viewed as serious lapse on part of the contract. In such an event the work

done not proved by the Engineer-in-charge may be summarily rejected similarly wherever work done

which converts the unapproved work may also be rejected Such rejected work shall be removed by

the Contractor at his own cost. 6. Acceptance of work done and granting permission to the Contractor to proceed with further stage of

work as per the stipulations made herein shall be done by the Engineer by such mentions in Work

Order Book or by letter in writing. the Contractor shall have to note and sign such remarks and

certifications made in the work order book maintained at the site of work. 7. In case the Contractor finds that part of whole of the excavated material is such that it is not useful for

refilling the excavated pits and trenches and /or plinth or land development of site of work, he shall

inform in the initial stage only. In case the Engineer approves of his fact and such proposal he shall

order for final disposal of excavated unuseful material beyond the premises. 8. As soon as the excavation in pits and trenches partly or fully by the Contractor he shall get the same

approved in writing from the Engineer and shall not proceed with next item of work such as laying of

sailor bed concrete etc. without complying with his requirement.

9. As soon as the excavation for foundation is approved he levels of these same shall be taken and

recorded by the Engineer in a separate book known as field book which will be signed by the

Contractor in token of acceptance of the same.

10. The depths and heights of work done different hidden items of work in foundation shall be

determined from difference of levels of top and bottom Hence it will be binding upon the Contractor

to arrange for level taking at intervals of top and bottom. Hence it will be binding upon the

Contractor to arrange for level taking at intervals and sign the levels record in field book by the

Engineer in token of acceptance of the same. The Contractor shall not proceed with next item unless

this be done.

11. The plinth level i.e. floor level of the ground floor shall be got predetermined by the Contractor from the Engineer in writing.

12. The floor level shall be fixed in the form of reduced level with reference to the level of permanent or

temporary bench mark. The bench mark fixed shall be properly secured, constructed protected, and

maintained by the Contractor at one or more locations as ordered by the Engineer.

13. For fixing the plinth level the Contractor shall get the made up or the developed ground level decided

before hand in writing from the Engineer.

Executive Engineer S.T. Nashik

Signature of Contractor 53 Executive Engineer

S.T. NASHIK

For this purpose the Engineer & the Contractor shall take account for following consideration.

a) Contours and slope of natural ground of works sight.

b) Level of top of adjoining public road. c) The length and gradient of approach road from the public road to the entrance of the

building.

14. The plinth level shall be in accordance with the height of plinth shown on Architectural drawing measured above the made up or developed ground level decides and fixed in advance as above.

15. On the basis of reduced levels of made up or developed ground level in plinth the Contractor shall

submit the Sectional drawings of plinth in to copies to the Engineer duly signed by him. He shall

clearly show thereon the reduced level of flooring at plinth, top of bed concrete below flooring, top of

plinth filling based on the predetermined reduced level of the made up or developed ground level.

The sectional drawing shall show the sections through internal wall and external walls distinctly duly

indicating top of R.C.C. plinth beams in case of frame structure and offsets of walls at plinth level

and at ground level and inside the foundation, in case of load bearing structure.

16. The Engineer shall scrutinize the sectional drawings submitted by the Contractor; modify the same if

necessary and return one copy of approved drawings to the Contractor duly signed in token of

approval and acceptance of the contents of the drawing. The contractor shall strictly adhere to the

reduced levels involved in different items of work in plinth as shown on approved plan.

Executive Engineer S.T. Nashik

Signature of Contractor 54 Executive Engineer

S.T. NASHIK

ADDITIONAL SPECIFICATION FOR CONCRETE WORKS 1.0 For all items of concrete works in any structural portion or its components only Design Mix concrete

shall be used. For grade of concrete less than M-15 Nominal mix concrete may be used.

2.0 Nominal Mix

In case of nominal mix concrete is not required to be designed by preliminary tests. The proportion of

cement, fine aggregate sand coarse aggregates specified by volume.

3.0 Design Mix

3.1 Concrete of specified grade shall be designed on the basis or preliminary tests. The

Contractor shall make trial mixes using samples of aggregate and cement typical of those to

be used in the works, if possible the concreting plant and the methods of transporting and

depositing the concrete to be employed in the work shall be used to stimulate working

conditions with the trial mixes.

Design mix shall be carried out in accordance with the provisions laid in 18.10262

3.2 Preliminary tests strength requirements of controlled concrete shall conform to requirements of IS.456

3.3 All these preliminary tests approvals etc. shall be got done well in advance by the Contractor

before any concreting is contemplated Failure on the part of the Contractor to do so and the

consequent delay in the work will not entitle "him to any compensation whatsoever. either

financially, or by way of extension of time. 4.0 Cement Content

Minimum cement content of various grades of Design mix concrete shall be as per I.S.

4.1 Water Cement Ratio

Water cement ratio in all elements shall be as low as practicable in conformity with requirement of workability as per I.S.456

4.2 Water Quantity and Slump

Water quantity and slumps for all reinforced (ordinary and controlled concrete) and Plain concrete

work shall conform to IS 456 specification unless otherwise directed by the Engineer.

4.3 Admixtures

Use of super plasticizers in concrete shall be permitted Admixtures shall comply with IS 6925 The cost of admixtures shall be borned by the Contractor.

5.0 Workmanship

5.1 Proportioning Concrete Proportioning of concrete shall conform to IS: 10252 unless otherwise directed by the Engineer.

5.2 Mixing of Concrete

Design mix concrete as well as nominal mix concrete shall be mixed following the provisions in

standard specifications unless otherwise directed by the Engineer Unless otherwise agreed by the

Engineer concrete shall be mixed in a batch type mixer which shall comply with IS: 1791, IS : 4935

Executive Engineer S.T. Nashik

Signature of Contractor 55 Executive Engineer

S.T. NASHIK

or such other types as the Engineer may approve.

When swing type weight batcher are used they shall comply with IS 2722 Batch mixers shall be

tested and perform in accordance with IS: 4634 or such other tests as the Engineer may require.

During hot weather the Contractor shall ensure that the constituent materials are sufficiently cool to

prevent the concrete from stiffening in the intervals between its discharge from the mixer and as final

position. 5.3 Transportation, Placing and Compaction of Concrete

The method of Transportation, Placing and compaction of concrete shall be followed as-per Standard

Specifications unless otherwise directed by the Engineer. The Compaction shall be done with surface

float vibrators for slab and with pin vibrator for columns and beams.

Vibrators of adequate capacity shall be employed of the all types of works.

5.4 Curing

Curing shall be done following provisions of Standard Specifications and as directed by the Engineer,

Approved curing compounds may be used in lieu of moist curing with the permissions of the

Engineer. such approved compounds shall be applied to all exposed surfaces of concrete as soon as

possible after the concrete has set.

5.5 Working in Extreme Weather

During windy weather efficient protection shall be provided to prevent the cement from being blown

away during the process of proportioning and mixing. During wet weather, the concrete shall be

adequately protected as soon as it is in position No concreting shall be carried out during period of

continuous heavy rain unless, it is completely covered during mixing transportation and placing. in

extreme hot weather, concreting shall be restricted to mornings and evenings, Time between mixing

and placing of concrete shall be kept to the minimum and formwork shall be cooled by sprinkling

with water starting curing before concrete dries out.

5.6 Finishing

Finishing work shall comply with requirements of Standard Specification unless otherwise specified herein below.

Immediately on removal of forms, the RCC work shall be examined by Engineer before any defects are made good.

a) The work that has sagged or contains honey combing to an extent detrimental to structural

safety or architectural concept shall be rejected.

Surface defects of a minor nature shall be rectified generally as indicated below by the Contractor

Surface defects which require when form are removed usually consists of bluges due to movement of

forms, ridges at form joints, honey combed areas, damages resulting from the stripping of forms and

bolt hole Bulges and ridges shall be removed by careful chipping or tooling and the surface is then

rubbed with a grinding stone. Honey combed and other areas shall be chipped out, the edges being

cut as straight as possible and perpendicularly to the surface, or preferably slightly under cut to

provide a key at the edge of the patch, bolt holes shall be closed by cement mortar to ensure through

filling.

Shallow patches shall first be treated with a coat of thin grout composed of one part of cement and

Executive Engineer S.T. Nashik

Signature of Contractor 56 Executive Engineer

S.T. NASHIK

one part of sand and then filled with mortar similar to the used in concrete.

The mortar is placed in layers not more than 10mm thick and each layer shall be given is scratch

finish to secure bond with the succeeding layer. The last layer shall be finished to match the

surrounding by floating. rubbing or cooling formed surfaces by the pressing the form material against

the patch while the mortar is still plastic.

Large and deep patches require filling up with concrete held in place by forms. Such patches shall be reinforced and carefully dowelled to the hardened concrete.

The same amount of care to the material in the patches shall be taken as with the hole structure

Curing shall be started as soon as possible after the patch is finished to prevent early drying, damp

hessian may be used.

Constructions joints shall be provided and treated following the provisions of specification and as directed by the Engineer.

6.0 Durability

Minimum cement contents for different exposures and sulphate attack are given in Tables 19 and 20

of IS 456 shall be followed for design mix.

7.0 Tests and Standard of Acceptance

7.1 Test and Standard of acceptance criteria of design mix concrete and nominal mix concrete shall be as

follows Sampling and testing of concrete shall be as done as per provisions of Standard Specification

Acceptance criteria for strength of concrete shall be as below.

a) Design Mix Concrete

Full payment shall be made when 80% of the test cube results are equal to and above the minimum

specified strength and the remaining 20% on the results are above 80% of the specified strength.

b) Nominal Mix Concrete

Full payment shall be made when 70% of the test cube results are equal to and above the minimum

specified strength and the remaining 30 % of the results are above 75% of the specified strength. Case falling outside the above limit shall be examined by the Engineer on merits in each case.

7.2 Defective Concrete

Any concrete which give sub standard results, or is severally damaged due to cracking or shows

excessive honey combing and exposure of reinforcement of if and fault, which in the opinion of the

Engineer, seriously impairs its function may be declared as defective concrete Acceptance of such

concrete shall be covered by IS 456, such non acceptable concrete shall be cuts out /removed from

the site and replaced by fresh concrete of the specified quality by the Contractor at his own cost.

Alternatively in case of acceptable concrete, the Contractor shall carry out whatever other remedy the

Engineer may reasonably required having regard to all the circumstances at expenses of the

Contractor. 7.3 Keeping Records

The records of mix design slump testing of CC cubes etc. shall be maintained in accordance with standard specification.

Executive Engineer S.T. Nashik

Signature of Contractor 57 Executive Engineer

S.T. NASHIK

SPECIAL CONDITONS OF CONTRACT

DRAWINGS SPECIFICATONS AND DEVIATIONS

The drawings and specifications, laid down minimum standards of equipment and workmanship shall be

observed. Should the tenderer wish to depart form the provisions of the specifications and drawings either on

account of manufacturing practice or for any other reasons, he should clearly draw attention in his tender to

the proposed points of departures and submit such complete information, drawings and specifications as well

enable there lattice merits of the deviations to be fully appreciated. The contractor shall prepare fabrication

and working drawings and be got approved by the Engineer. Approval of drawings does not believe the

contractor of his responsibility to meet with the intents of the specifications. All such drawings of approval

shall be in duplicate. All tools, tackles scaffolding and staging required for erection and assembly of the equipment and installation

covered by the contractor by the contract shall be obtained by the Contractor himself. All other materials such

as foundation bolts, nuts, etc. required for the installation of the plant shall also be supplied and deem to be

included in the contract.

CO-ORDINATION WITH OTHER AGENCIES:- Successful tenderer shall co-ordinate his work with other agencies engaged in, the construction of building.

COMPLETION OF TENDER SPECIFICATION:-

All fittings, unit, assemblies, accessories, hardware, foundation bolts, terminal lugs for electrical connection,

cable glands and miscellaneous materials or accessories or items of work which are useful glands and

necessary for efficient assembly and working of the equipment shall be deemed to be included in the tender

within the over-all cost quoted the equipment shall be completed in all details whether such details have been

mentioned or not. WORKMANSHIP:-

The entire work of fabrication, manufacture assembly and installation of equipment shall conform of high

grade workmanship. All the equipment supplied and erected must be able to withstand the Atmospheric

condition of A) Maximum ambient temp. 45 C

B) Maximum relative humidity 98%

C) Corrosive atmosphere

D) Hot and humid climate close to sea coast. TESTING & HANDING OVER:-

The contractor shall carry out tests on different equipment as specified in various standards in the presence of

representatives of the Engineer in order to enable him to determine whether the plant, equipment and

installation is in general, complying with the specifications.

The installation shall be taken over by the Engineers after satisfactory testing along with four sets of documentation each consisting of:- i) Detailed equipment data as approved by the engineer.

ii) Manufacturer's maintenance and operating instructions.

iii) Set of drawings, showing plant layouts, piping ducting, etc.

iv) Approved test readings and certificate of statutory authorities.

v) Test report of the contractor as per I.E. Rules. Submission of the above documentation shall form a precondition for the final acceptance of the plant and installation and final payment.

Executive Engineer S.T. Nashik

Signature of Contractor 58 Executive Engineer

S.T. NASHIK

PERFORMANCE GUARANTEE:-

All equipment and the entire installation shall be guaranteed to yield the specified ratings and design condition

plus / minus 3% tolerance. Any equipment found short of the specified ratings by more than the allowable

tolerance as determined by the test reading shall be rejected. The tenderer shall guarantee the following.

a) Quality, strength & performance of materials used.

b) Mechanical & electrical strength of all parts under all specified conditions of operation shall withstand for safe operation.

c) Satisfactory operation during the maintenance period.

d) Performance figures and other particulars as specified by the tenderer as per Schedule.

e) Quick free of change service during guarantee period for repairs and breakdowns

Executive Engineer S.T. Nashik

Signature of Contractor 59 Executive Engineer

S.T. NASHIK

STATUTORY INSPECTIONS:-

The contactor shall be fully responsible for meeting all the statutory obligations and local inspectorates

pertaining to the works carried out by them. The contractor should prepare all working drawing and obtain

approval of competent authority and also have the equipment and installation inspected and get approved. All

official fees will be borne and paid by the contractor and if paid by the Department to avoid delay directly

against demand in writing from the appropriate authority the Department will recover the same form the

contractor. All other expenses for submission and approval of the various and relevant statutory bodies

including the above shall be deemed to have been embodies in the tender prices.

INSURANCE:-

The insurance for the equipment shall be effected by the contractor with the Govt. Insurance fund with

director of Insurance, Govt. of Maharashtra, 16/17 floor, New Administrative Building M.G. Road Mumbai

400 032 or any other Nationalized insurance company on behalf of the department covering the risks toward

handling transit storage at site, transporting, erection testing and commissioning of the equipment at site.

Insurance shall be full and shall cover any loss or damages in accordance with clause 11 of General conditions

of contract of electrical works in the Public Works department (special Elcct. Form 180.) The damaged

materials will be set right or replaced by the contractor free of cost. The claims arising OUT of the composite

Insurance policy shall be dealt with or handled by the contractor. The contractor shall take a separate M.C.E.

Composite policy for these purposes COMPLIANCE OF SAFETY CODE :-

Successful tenderer shall ensure compliance with statutory provision of safety regulation and departmental

requirements of safety codes in respect of labour employed on the work by the department will be at liberty to

make the necessary arrangement at the cost of the contractor and recover this cost form him The contractor

shall be responsible for any compensation to the workmen payable under the Workmen compensation Act

1923 duly amended as on date or any other statutory regulations in force.

A competent authorised and licensed supervisor shall be on the site whenever the contractor's men are at

work. The supervisor should ensure that all plant and machinery used on the site are rendered safe for working

and meets with the Indian or International safety standards applicable for the use and operation of such

machinery. The supervisor should also ensure hat the workmen are supplied with and made to use safety

appliances such as safety belts, life lines helmets etc. and those prescribed as per I.E. Rules, 1956.

It is entirely the responsibility of the contractor to practice the principles of 'Safety First' during the entire

tenure of work with adequate comprehensive insurance covering injury or death to workmen or any other

persons on site loss by theft, or damage to materials and property in position or not. The contractor should

clear the site of all debris very day to avoid accidents.

In case this is not done, the Department may engage necessary labour to maintain the cleanliness of the

premises and removal of debris, and debit all or part of the expenditure so incurred to the Contractor.

The contractor shall here to, at his own expenses make all preliminary arrangement as indicated below immediately after the contract is awarded without any loss of time.

A) He shall construct necessary store sheds with double locking arrangement for the storage of

the materials required on the work The material brought at site for execution of the work shall not be removed

without specific permission is obtained form the competent authority in writing.

B) He shall at his own expenses engage watchman for guarding the materials and the work

during day and night against any pilferage or damage and also for prohibiting any tress passers till it is finally

handed over to the building authority.

Note: All codes and standard referred in the specific action are latest where not specified otherwise

the installation shall generally follow the Indian Standard codes of Practice or the relevant British standard

codes of practice in the absence of corresponding Indian Standards.

Executive Engineer S.T. Nashik

Signature of Contractor 60 Executive Engineer

S.T. NASHIK

LIST OF APPROVED MAKES

The Engineer-in-charge is at liberty to select any of the brands indicated below. The Contractor obtains prior

approval from Engineer-in-charge, placing order for any specific material may approved order any of the

"Makes' or Brands' out of the list below.

All material should confirm to relevant standards and codes of BIS and. shall have ISI mark. In the case of items for which approved make/vendor is not given below,the Contractor shall with the prior

approval of the Engineer-in-charge. in charge procure the same of the first quality and satisfy the Engineer-in-

charge before use in the works.

In case of Contradiction between the approved makes /vendors specified below and mentioned in the

Specifications / Bill of quantities. The decision of the Engineer-in-charge shall be final and binding on the

Contractor.

Sr No. Material Approved Manufacturers

1. Reinforced Steel TISCO , SAIL, IISCO, SHARDA,

ISPAT, INDIA LTD.

2. Cement L&T, ACC, Grasim.

3. Ceramic Tiles (1"quality) SPARTEK, REGENCY, KAJARIA

4. Silica Granular Plaster BELL, NITCO.

HERITAGE (M/s Bakelite Hyiam Ltd.)

5. Synthetic Plaster/Paint. RENOVO

(M/s. Damany Dye Chem. Pvt. Ltd)

6. Water Proofing Compound FOSCROCK IMPERMO

7. Plasticizers etc.

PIDILITE

MC BAUCHEMEL, FOSCORCK

CHEMISOL

8. Medium Density Filter Boards NUWUD

9 Aluminium Sections INDAL, HINDALCO, JINDAL

10. Polyester Sun Control film GARWARE

11. Glass TRIVENI. SHREE VALLABH

INDOSHHANI. MODI FLOAT GLASS

12. GLASS ATUL, GOLD FISH, MODIGUARD

13. Hydraulic door closer EVERITE, DOORKING, EVEREST

14. Gypsum Board GYPSUM INDIA

15. laminate Sheets FORMICA, RAMMICA. NEC/

DECOLAM

16. Bitumen Impregnated B SHALITEX (M/s SHAUMART

17. Mortise Lock & Latch GODREJ HARISON, KESHAN GI

RAMYUS, DHIMANI

18. Rolling shutter KESHAVRAM RAMYUS D

19. Paint ASIAN, BERGER, J & N.

20. Acrylic Plastic Emulsion (1"quality) ASIAN, BERGER, J & N.

21. Cement Paint SNOWCEM. TERRACO

Executive Engineer S.T. Nashik

Signature of Contractor 61 Executive Engineer

S.T. NASHIK

22. Synthetic Enamel Paint ASIAN, BERGER, ICL, J/N 1" Quality.

23. Road Paints. NEROLAC, BERGER, ILC

24. Adhesive BALENDURA, PIDILITE VR../

25. Hard ware fitting EVERITE, ECIE

26. Sanitary Ware HINDUSTAN, NYCER, PERNA.

27. E.W.C. Seat Covers COMMANDER, CHAMPIAN, C/..

DIPLOMAT

28. C.P. Fitting GEM, PARDO, JAOUAM nQMV,

29. Soil & Waste Pipe

RIF B.C. KESHAVRAM, RIG N CENTRI

( CONFORMING /

30. G.I. Pipes ZENITH, TATA, 1ST, GST, ISI

31. Gun Metal Valves LEADER ENGG.

KIRLOSKARC'.KILBURN

32. Flush Valve VALLABH , JAQUAR, KISGSTOR-L /.

33. Cisterns IND. SEICO. NOMOS.

34. C.I.s/s L.A. Pipes c/ fitting HINDUSTAN TISCO, KESORAM Z1

35. C.I. Sluice Valve KIRLOSKAR, INDIAN LEADER, BURN B.C. RON R F

36. C.I. Manholes MA L ZENITH, TATA, R V

37. G.I. Fittings lst Quality ITC, UNIC FINOLEX, JAIL FOSCROC, PINT. I

INARCO

38. P.V.C. Fittings PVC W. N

39. Concrete Admixtures

40. Antistatic Floor coat ii M

41. Meta-colour sheet ISI Standard approved brand

42. Vitrified Tiles ISI Standard approved brand

In addition to the conditions of contract described before, following General Conditions shall also be become part of this bid document and will latter become part of the Contract.

1.0 Water Supply for Construction.

The water Procurement responsibility of construction work as well as drinking for labours etc. shall

solely rest on the Contractor. No pavilion on account of water shall be admissible to the bidder irrespective of

water lead, lift and cost. Before quoting, the bidder shall asses the availability of the water at site. In case the

Contractor desires to have a bore well on the site of work and utilise the water available for the same,

necessary permission may be sought from the Engineer-in-charge subject to the condition that.

a) The cost of bore, piping and pumping machinery is borne by the Contractor and the use of water shall be allowed free of charge.

b) The quality of water is to be found suitable for construction/drinking after testing of the same in the approved laboratory.

c) The bore-well, piping and pumping machinery shall become key property of the employer after

completion of the work without any claim for cost of the same by the Contractor

d) The availability of the water in sufficient quantity and of suitable quality shall be responsibility of the Contractor.

Contractor to make his own arrangements for supply of strong temperature piping etc. at his own cost.

Executive Engineer S.T. Nashik

Signature of Contractor 62 Executive Engineer

S.T. NASHIK

GENERAL SPECIFICATIONS FOR WATER PROOFING WORK

Rates for respective items shall include for the additional specifications: 1. The work of water proofing described in the following items shall be carried out by the contractor

only through a renowned specialist waterproofing agency using cement waterproofing compounds, as

approved in writing by the Executive Engineer.

2. The contractor shall give before actual execution, detailed specifications for each item of work of

waterproofing to be executed according to the specifications of the specialist agency he proposes to

employ, for approval. The work shall not be started unless approval in writing is given by the

Engineer-in-charge to the said specifications. 3. The contractor shall give a guarantee bond on requisite stamp paper for a minimum period of 7 years

for all the items of waterproofing done. During the guarantee period the contractor shall entirely be

responsible to rectify any defect at his own cost to maintain the work in water proof condition. The

waterproofing contractor shall also have to make good all the surroundings disturbed by him during

the rectification work at his own cost. The form of written guarantee shall be on a legal stamped

agreement acceptable to the Government. The Guarantee shall be given within one month from the

date of completion of waterproofing treatment but any delay in furnishing the guarantee shall not

relieve the contractor from the implication of this clause. 4. 25% (Twenty Five percent) of the cost of the waterproofing work executed shall be retained as

"Retention Money" for a period of seven years covering the guarantee and the same shall be released

only after satisfactory performance of the treatment during guarantee period of 7 years. 5. The waterproofing agency shall provide and install at its own cost the following for its own use and

remove the same after completion of the work:

i] Two pumps electrical/ diesel operated for watering and curing at any level in the building. Curing for all items shall be carried out for a minimum period of 14 days.

ii] Temporary Mild Steel water storage tanks.

iii] Temporary galvanised iron piping and fittings for water line. iv] Flexible hose lengths. v] Cement go-down, site office.

6. Injections to reinforced cement concrete slab, wherever required have to be undertaken by the

contractor free of cost.

7. Before starting the waterproofing work, the surface receiving the treatment shall be cleaned properly. 8. The item of waterproofing as given in the Schedule "B" applied for work in any position and on any

floor and at any height. The lift of material shall not form any criteria for extra payment.

9. For the reference of contractor, guideline specifications for waterproofing are attached herein with

the General Specifications.

Executive Engineer S.T. Nashik

Signature of Contractor 63 Executive Engineer

S.T. NASHIK

GENERAL GUIDELINES FOR WATERPROOFING WORK FOR REFERENCE OF

CONTRACTOR (NOTE: The contractor is required to give detailed specifications for each item of waterproof work.)

1. Roof Slab and Terrace :

Providing average 112 mm thick cement based waterproofing treatment with brick bat coba bedding

by keeping the treatment minimum 75 mm thick at the rain water pipe point and keeping the gradient not

flatter than 1 in 100.

a) Cleaning the surface to the requirements.

b) Giving a coat of wash mixed with cement.

c) Providing 12 mm thick cement mortar bed with admixture of water-proofing compound to

form a bed for brick bats. Special care shall be taken at the junction of parapet and terrace

slab to ensure gaps, if any, are properly sealed.

d) Placing brick bats of varying sizes (average 80 mm thick) to a proper slope and grouting

their joints with chemical process in cement mortar with 2% with waterproofing compound.

e) Providing all around the terrace large waterproof wattas (roundings) upto a height of 30 cm. in P.C.C. or as directed above the finished level of waterproof treatment.

f) Finishing and curing for 14 days.

g) Carrying out the test. Payment for the item shall be released only after results of pond test are satisfactory.

2. Toilets :

a) Cleaning the surface to the Department's requirements.

b) Giving a coat of wash mixed with cement.

c) Providing 25 mm thick waterproof treatment to bottom of toilet floors

d)

e) Providing 20 mm to 25 mm thick cement mortar water proof treatment to the walls of toilets

up to the height of 1.00 metre above the finished floor level.

f) Providing waterproof wattas all around the toilets.

f) Grouting the mouths of inlets and outlets.

g) Filling sunk portion with brick bats including waterproof mortar and the top surface left

rough to form a key for tiles.

OVERHEAD TANK:

The work under some items in Schedule 'B' of the tender pertains to construction of

underground/ over head water tank. After completion of the work, water tank as a whole shall be

tested for water tightness and leakages if any shall be rectified forthwith without any extra cost to the

Department.

Executive Engineer S.T. Nashik

Signature of Contractor 64 Executive Engineer

S.T. NASHIK

GUARANTEE BOND FOR WATER PROOFING WORK

(Format of affidavit to be given on Rs. 500 Non-Judicial stamp paper sworn before Executive Magistrate/Notary Public)

(To be submitted with R.A. Bill /Fist & Final Bill to concerned Divisional Engineer of MSRTC)

Name of Work:

Name of Agency :

Agreement No. :

The Contractor hereby declared that the water proofing work on slab ,toilet, tank, etc carried out under this

contract shall be of the best quality and Workmanship and shall be strictly in accordance with the

Specifications and particulars contained / mentioned in the clause hereof and to the description and quality

aforesaid for a period of Seven years from the date of handing over the said work to the Department and

notwithstanding the fact that the Department may have inspected and or approved the said work.

If during the aforesaid period of Seven years, the said work be discovered not to conform to the said

description and quality aforesaid or have deteriorated (and the decision of the Engineer-in-charge in that

behalf will be final and conclusive) the Department will be entitled to reject the said work or such portion

thereof as may be discovered not to conform to the said description and quality. On such rejection, the work

will be at the Contractor's risk and all the provisions herein contained relating to rejection of work etc. shall

apply.

The contractor shall,if so called upon have to make good the work etc. or such portion thereof, as is rejected

by the Engineer-in-charge, otherwise the contractor shall pay to the Department, such damages, as may arise

by the reason of the breach of the condition herein contained. Nothing herein contained shall prejudice any

other right of the Department in the behalf under this contract specified amount i.e. maximum upto 10% (Ten

Percent) of total amount of respective executed amount of water proofing item (in addition to this bond) will

be recovered from running/ final bill as a ‘Retention Money’ this amount will be refunded to a contractor

after completion of defect liability period of Ten years prescribed for water proofing item.

Date : Name and sign. / Seal

of Contractor with date

Place :

Divisional Engineer Witness - in presence of

S.T. _________ 1) ____________________

Executive Engineer S.T. Nashik

Signature of Contractor 65 Executive Engineer

S.T. NASHIK

SPECIFICATIONS FOR FORMWORK AND STEEL CENTERING

I - FORMWORK: 1. Form Work:

Form work shall include all temporary forms of moulds required for forming the concrete which is

cast-in-situ together with all temporary construction required for their support. Unless otherwise

stated all formwork shall conform to I.S. Specifications.

2. Design of Formwork: Formwork including complete false work shall be designed by the Contractor

in accordance with IS:2750,4041 and all other relevant I.S. Codes without any extra cost to the

Employer and these shall be got approved from the Engineer before any formwork is taken up.

2.1 The contractor shall entirely be responsible for the adequacy and safety for false work

notwithstanding any approval or review by the Engineer of his drawing and design property, system

of formwork, if used detailed information shall be furnished to the Engineer for approval. 3. Quality of shuttering:

The shuttering shall have smooth and even surface and its joints shall not permit leakage of cement slurry.

3.1 Ply-board shuttering material to be used for sides of beams and columns shall be marine or

laminated plywood well seasoned free from projecting nails. Splits or other defects that may mark on

the surface of concrete. It shall not be so dry as to absorb water from concrete and swell and bulge, or

as green of wet as to shrink after erection. Mild steel plates or ply wood shall be used for slab and

beam bottoms.

3.2 The timber shall be accurately sawn and planed on the sides and the surface coming in contact with concrete.

3.3 So far as practicable clamps shall be used to hold the forms together. Where use of nails is

unavoidable minimum number of nails shall be used and these shall be left projecting so that they can

be easily with drawn. Use of double headed nails shall be preferred. 4. TOLERANCE

4.1 The formwork shall be made so as to produce finished concrete true to shape, lines, levels, plumb and dimensions as shown on the Drawings, subject to the following tolerance unless otherwise specified in these documents or drawings or as directed by the Engineer.

a] Section dimensions = 5 mm

b] Plumb = 1 in 1000 in height

c] Levels = 3 mm before any deflection has been taken place.

4.2 Tolerance given above are specified for local aberrations in the finished concrete surface and

should not be taken as tolerance for the entire structure taken as a whole or for the setting and

alignment of formwork, which should be as accurate as possible to the entire satisfaction of the

Engineer. Errors of noticed in any lift/tilt of the structure after stripping of forms, shall be corrected

in the subsequent work to bring back the surface of the structure to its true alignment. 5. Special Provisions:

Whenever the concreting of thinner members is required to be carried out within shutters of

considerable depth, temporary openings in the sides of the shutters shall, if so directed by the

Engineer be provided to facilitate the pouring and consolidation of the concrete. Small temporary

openings shall be provided as necessary at the bottom of shutters of walls and deep beams to permit

the expulsion of rubbish etc.

Executive Engineer S.T. Nashik

Signature of Contractor 66 Executive Engineer

S.T. NASHIK

6. Removal of formwork:

The formwork shall be so removed as not to cause damage to concrete. Centering shall be gradually

and uniformly lowered in such a manner as to avoid any shock or vibration. Supports shall be

removed in such a manner as to permit the concrete to take stress due to its own weight uniformly

and gradually.

The whole of the formwork removal should be planned and definite scheme of operation

worked out. Under no circumstance should forms be struck until the concrete reaches a strength of at

least twice the stress to which the concrete may be subjected at the time of striking but not before the

period as mentioned in IS:456 1978 where ordinary Portland cement is used.

II - STEEL CENTERING 1. Work Include:

Erecting steel centering with contractor's material comprising of standard steel adjustable props and

standard steel trusses/ joists/ spans, centering plate for bottom of slab and steel plates for bottom of beams etc. of adequate strength properly balanced for obtaining adequate rigidity to withstand all

loads coming on it including permanent and temporary fixtures and fastenings etc. complete for R.C.C. members like beams, slabs and canopy including its removal after the specified period

stacking, making good the damaged parts/ its replacement before its next use with all leads and lift

(all centering material shall be of contractor).

1.1 For R.C.C. beams, lintels, arches etc. formwork shall be of plywood of adequate thickness

and grade only. The centering/ supporting arrangement such as standard steel trusses/ joists/ spans as

standard adjustable/ fixed props. H type frames etc. shall be designed by the Contractor and got

approved from the Engineer before commencement of its erection. The contractor with the prior

approval of the Engineer shall use standard steel centering arrangements which may be manufactured

by the reputed firm.

1.2 The supporting arrangement designed by the contractor shall be conform to the relevant I.S.

code and Standard practice adopted in this type of work. The centering arrangement shall be

adequately braced and properly secured by using appropriate type of fastenings and fixtures to ensure

stability and rigidity of the centering to withstand all leads coming on it. The entire responsibility for

design, erection, maintenance and safety etc. will exclusively rest with the contractor. The Engineer

reserves right to call detailed design calculations of the entire centering or part thereof to verify its

stability and also reserve right to reject entire centering arrangement or part thereof and any material

used for the centering in the event of which the contractor shall have to arrange for its replacement at

his own cost.

2. Item to include:

2.1 The item shall include erection of centering with M.S. props, struts with all bracing,

fastening and fixtures, its removal after the specified period and its safe maintenance during the

above period, cost of safety precautions required to be taken for the workmen and Govt. property,

stacking of material after removal at suitable place, replacement of damaged / worned out parts,

cleaning etc.

2.2 The material used for centering shall be property of contractor and shall be allowed to be taken away after completion of work.

2.3. The centering, supporting arrangement should be designed by the contractor. He makes use of

the standard centering arrangement made by standard manufacturer such as Acro blue bird. All the

relevant codes etc. will be followed and appropriate centering may be suggested. The rate should all

include temporary/ permanent arrangement including temporary fastening and fixtures. The centering

material should be of contractor and he should take away from the site of work after completion of

work. Isolated lintels less than two meters in length chajja and plinth beam shall not be paid for

centering under this item. The payment irrespective of quantity of centering material procured by the

contractor at the work site.

Executive Engineer S.T. Nashik

Signature of Contractor 67 Executive Engineer

S.T. NASHIK

ADDITIONAL CONDITIONS FOR MATERIALS (CEMENT, ASPHALT, STEEL ETC.) BROUGHT BY CONTRACTOR

1. All materials such as cement, Mild Steel, HYSD bars Bulk Asphalt, etc. required for execution of work

shall be brought by Contractor at his own cost.

2. The Contractor shall maintain the record of these materials (Cement, Bulk Asphalt etc.) in the prescribed

proforma and registers as directed by Engineer-in-charge. The sample of prescribed proforma is

attached.These registers shall be signed by both contractors and representative of Engineer-in-charge. These

registers shall be made available for inspection, verification for the Deptt. as and when required. These

registers shall be in the custody of department and shall be maintained by the department.

3. The material required only for this work shall be kept in the go-down at site. No material shall be shifted

out side except for the work for which this agreement is entered, without prior approval of the Engineer-in-

charge.

4. The material i.e. cement, steel / Asphalt etc. brought on the work site shall be accompanied with the

necessary Company/ Manufacturing firm's test certificates. In addition these material shall be tested as per

frequency prescribed by the Department and the cost of such testing shall be borne by the Contractor. If the

test results are satisfactory, then and then only the material shall be allowed to be used on the work. If the

test results are not as per standards these materials shall be immediately removed from the work site at

Contractor's cost. In case of cement, if so requested by the Contractor in writing material will be allowed to

be used before receipt of test results but this will be entirely at the risk and cost of the Contractor.

5. The Contractor shall produce sufficient documentary evidence i.e. bill for the purchase, octroi receipts etc.

for the purchase of material brought on the work site at once, if so requested by the department.

6. All these material i.e. cement, steel / Asphalt etc. shall be protected from any damage, rains etc. by the contractors at his own cost.

7. The Contractor will have to erect temporary shed of approved specifications for storing of above materials at work site having double lock arrangements (By double lock it is meant that go-down shall always be locked by two locks, one lock being owned & operated by Contractor and other by Engineer-in-charge or his authorised representative and the door shall be openable only after both locks are opened.

8. If required, the weightment of cement bags/ steel / Asphalt etc. brought by the Contractor shall be carried out by the Contractor at his own cost.

9. The Contractor shall not use cement and other material for the item to be executed outside the scope of this

contract except for such ancillary small item as are connected and absolutely necessary for execution of this

work as may be decided by the Engineer-in-charge.

10. The Deptt. shall not be responsible for the loss in cement, steel, bulk asphalt etc. during transit to work site.

The cement brought by the contractor at the work site store shall mean 50 kg., equivalent to 0.0347 cubic

metre per bag by weight. The rate quoted should correspond to this method of reckoning. In case of

ordinary/ controlled concrete, if cement is found short, the shortage/ shortages will be made good by the

contractor at his cost. 11. Indemnity:

The condition regarding indemnity as defined will apply mutatis-mutandis in case of material brought by

Contractor at the site for the execution of the work being executed under this contract. 12. In case the materials brought by the contractor become surplus owing to the change in the design of the

work, the materials should be taken back by the contractor at his own cost after prior permission of

Engineer incharge.

13. All empty bags or empty asphalt drums shall be the property of contractor and the same shall be removed

immediately after completion of work.

14. RCC Hume Pipes of ISI Mark required for the construction of C.D. Work (whichever in this work) should

be purchased by the contractor from MSSIDC Only.

Executive Engineer S.T. Nashik

Signature of Contractor 68 Executive Engineer

S.T. NASHIK

QUALITY ASSURANCE CLAUSE

Annexure to the Public Works Department Circular No CAT-1091/CR-60/Bldg.2 Dated 14th October 1991

regarding incorporating additional conditions for Quality assurance and maintenance manual

________________________________________________________________________________

1. To ensure the specified quality of work which will also include necessary survey, temporary works etc. the

contractor shall prepare a quality assurance plan and get the same approved from the Engineer in charge

within one month from the date of work order. For this, the contractor shall submit an organisation chart in

his technical personnel to be deployed on the work along with their qualifications, job descriptions defining

the functions of reporting, supervising, inspecting and approving. The contractor shall also submit a list of

tools, equipments and machinery and instrumentation which he proposes to use for the construction and for

testing in the field and/ or in the laboratory and monitoring. The contractor shall modify/ supplement the

organisation chart and the list of machinery; equipments etc. as per the directions of Superintending

Engineer and shall deploy the personnel and equipment on the field as per the approved chart and the list

respectively. The contractor shall submit written method statements detailing his exact proposals of

execution of the work in accordance with the specifications. He will have to get these approved from the

Engineer in charge. The quality of the work shall be properly documented through certificates, records,

checklists and log books of results etc. Such records shall be compiled from beginning of the work and be

continuously updated and supplemented and this will be the responsibility of the contractor. The forms

should be got approved from the Executive Engineer in charge.

2. Where the work is to be done on lump sum basis on contractor's design the contractor shall also prepare and

submit a maintenance manual giving procedure for maintenance with the periodicity of maintenance work

including inspections, tools and equipment to be used, means of accessibility for all parts of structure. He

shall also include in the manual, the specifications for the maintenance work that would be appropriate for

the design and technique of construction. This manual shall be submitted within the contract period.

Executive Engineer S.T. Nashik

Signature of Contractor 69 Executive Engineer

S.T. NASHIK

DRAWINGS

CONTRACT DRAWINGS :

The Contract Drawings provided for tendering purpose with the tender documents shall be used as a reference only.

Contractor should visualize the nature of type of work contemplated and to ensure that the rates and prices quoted by

him in the bill of quantities take due considerations of the complexities of work involved during actual execution /

consideration as experienced in the field.

The tendered rates/prices for the work shall be deemed to include the cost of preparation, supply and delivery of all

necessary drawings, prints, tracings and negatives which the contractor is required to provide in accordance with the

contract.

DOCUMENTATION :

If so ordered by the Engineer-in-charge, the contractor will prepare drawings of the work at constructed and will

supply original and three copies to the Engineer who will verify and certify these drawings.

Final as constructed drawings shall then be prepared by the contractor and applied in triplicate along with a micro-

film of the same to the Engineer for record and reference purpose at the contractors cost.

Executive Engineer S.T. Nashik

Signature of Contractor 70 Executive Engineer

S.T. NASHIK

DECLARATION OF THE CONTRACTOR

I/We hereby declare that I/we have made myself /Ourselves thoroughly conversant with the Sub-soil

conditions, the local conditions regarding all materials (such as stone, murum and etc.) and labour of which I/We

have base my/our rates for this work. The specifications, conditions and lead of materials for this work have been

carefully studied and understood by me/us before submitting this tender. I/We undertake to use only the best

materials approved by the Engineer in charge, or his duly authorised representative assistant, before starting the work

and to abide by his decision.

I/We shall maintain / rectify the entire work as per as per standard specification of P.W.D. (Red Book)

I.R.C. Codes and M.O.R.T.&H. specification as soon as damage occurs upto the expiry defect liability period

without putting forth any reasons.

I hereby undertake to pay the laboures engaged on the work as per Minimum Wages Act 1948 applicable to

the zone concerned.

Signature of Contractor

Seal &Address

Executive Engineer S.T. Nashik

Signature of Contractor 71 Executive Engineer

S.T. NASHIK

Annexure “A” Quality Control Test and their Frequencies

Sr.

No.

Material Test Frequency of Remarks

Testing

1 Sand 1 Fineness At the beginning

Modules and if there is

2 Silt Contents change in source

2

Metal 1 Crushing Value One test per 200 PWD Hand

2 Impact Value Cubic Metre or Book IS-56

3 Abrasion Value part thereof Part – II

4 Water

Absorption

5 Flakiness Index

6 Slupping Value

7 Gradation

3 Bricks 1 Crushing A set of 15 IS – 1077

Strength Bricks for each

2 Water

Absorption

50000

consignment or

part thereof

4 Flooring

Tiles/

Vitrified Tiles

1

2

Flexural

Strength

Water

Absorption

A set of 12 Tiles IS-1237-

for each 2000 1989

tiles or part

thereof

5 Cement 1 Compressive Upto 5 Cum- 1 As per IS

Concrete Strength Set 456-2000

6-15 Cum 2 Sets

16-30 Cum 3

Sets

31-50 Cum 4

Sets

51 and above 4

Sets + 1

additional set for

each additional

50 Cum or part

Executive Engineer S.T. Nashik

Signature of Contractor 72 Executive Engineer

S.T. NASHIK

Sr.

No.

Material Test Frequency of Remarks

6 Cement 1 Compressive

Strength One test of each

consignment of

Tonne (1000

Bags) or part

thereof

IS-269-

12269 2 Initial Setting

Time

3 Final Setting

Time

4 Specific Gravity

5 Soundness

6 Fineness

7 Steel 1 Weight Per Metre One test for

every 5.0 Metric

Tonne or Part

thereof of each

IS-432

2

Ultimate Tensile Stress

3 Yield Stress

4 Elongation

8 MASONRY STONE

1 Compressive Strength

A set of 5 stone for each quarry and for doubtful Quality

2 Specific gravity

3 Water Absorption

9 WATER BOUND

MACADAM 1 Average impact

value One test per 200 Cum

MORT& H Specification Table 900.3

2 Gradation One test per 100 Cum

3 Flakiness Index and Elongation Index

One test per 200 Cum

4 Attenberg limits of binding materials

One test per 20 cum for binding material

5 Attenberg limits of portion of aggregates passing 425 Micron

One test per 100 Cum

10 WET MIX

MACADAM 1 Impact value One test per 200 Cum MORT& H

Specification

Table 900.3 2 Gradation One test per 100 Cum

3 Flakiness Index and

Elongation Index

One test per 200 Cum

4 Attenberg limits of

portion of aggregates

passing 425 Micron

One test per 100 Cum

5 Density of

compacted of layer

One test per 500 Cum

11 Metacolour sheet Thickness

Bend Test

Yield strength

Top coat Thickness

Bottom coat Thickness

Chemical analysis

Mechanical properties

Net weight/ Sqm.

Executive Engineer S.T. Nashik

Signature of Contractor 73 Executive Engineer

S.T. NASHIK

Sr.No. Material Test Frequency of Remarks

12 PRIME COAT

/ TACK

COAT / FOG

SPRAY

1 Quality of binder No. of samples per lot and test as

per IS-73, IS-217, IS-8887 as

applicable

MORT& H

Specification

Table 900.4 2 Binder Temperature At regular close Intervals.

3 Rate of spread of

binder 1 test per 500 Sqm and not less

than 2 test per day.

13 DENSE

BITUMINOUS

MACADAM

/

SEMI DENSE

BITUMINOUS

CONCRETE

/

BITUMINOUS

CONCRETE

1 Quality of Binder Same as per Sr. No. 11 MORT& H

Specification

Table 900.4 2 Impact value / Abrasion value Same as per Sr. No. 11

3 Flakiness and Elongation

Index Same as per Sr. No. 11

4 Stripping value Same as per Sr. No. 11

5 Water sensitivity of Mix Same as per Sr. No. 11

6 Water absorption Same as per Sr. No. 11

7 Soundness Same as per Sr. No. 11

8 Percentage of

fractured faces Same as per Sr. No. 11

9 Sand equivalent test As required

10 Plasticity Index As required

11 Mix grading One set of test on individual

constituents and mixed aggregate from

dryer for each 400 tonnes of mix

subject to minimum tests per Plant per

day.

12 Binder content Minimum 2 test per day per plant upto

100 MT + 1 test per 50 M.T. additional

weight .

13 Stability of Mix For each 400 tonnes of mix

products

14 Swell test of Mix As required for Bituminous

concrete

15 Control of temperature

of Binder in boiler, aggregate in

dryer and mix at the time of

layer and rolling.

As regular close

Intervals

16 Rate of spread of

mixed material

Regular control through checks on

the weight of mixed material and

layer thickness.

17 Density of compacted

Layers One test per 250 Sqm area.

14 INTER

LOCKING

CONCRETE

PAVING

BLOCK

1 Compressive strength A set of 8 blocks for every 10000

blocks.

2 Water absorption A set of 8 blocks for every

10000 blocks.

3 Flexural test A set of 8 blocks for every

10000 blocks.

4 Resistance to wear A set of 8 blocks for every

10000 blocks.

15 Bitumen 1)

2)

3)

4)

5)

6)

7)

8)

Penetration

Ductil ity

Specific gravity

Water Content

Flash Point

Softening points

Loss on heating %

%Soluble in carbon

di-sulphide

Per bouzer or change in source

Executive Engineer S.T. Nashik

Signature of Contractor 74 Executive Engineer

S.T. NASHIK

Executive Engineer S.T. Nashik

Signature of Contractor 75 Executive Engineer

S.T. NASHIK

Executive Engineer S.T. Nashik

Signature of Contractor 76 Executive Engineer

S.T. NASHIK

Executive Engineer S.T. Nashik

Signature of Contractor 77 Executive Engineer

S.T. NASHIK

Executive Engineer S.T. Nashik

Signature of Contractor 78 Executive Engineer

S.T. NASHIK

Executive Engineer S.T. Nashik

Signature of Contractor 79 Executive Engineer

S.T. NASHIK

MAHARSHTRA STATE ROAD TRANSPORT CORPORATION

CIVIL ENGINEERING .

GENERAL CONDITION OF CONTRACT

(1) Contract drawing, specification, and location of works etc.

(A) One set of Contract drawing will be kept in the office of the Executive Engineer, for reference and study of the

Contractor / Contractors which will be made available to the intending Contractor / Contractors during office hours

on all working days.

(B) The above drawings show the work to be done in as many details as possible at present stage. This may be

supplemented or supersedes by such additional detailed drawing, as may be necessary as the work progress, the

Contractor / Contractors shall perform the work on these reargues and in accordance with the revised or additional

drawings as the case may be.

(C) Statement as to the conditions under which the work is to be carried out including plans,

surveys, measurements, dimensions, calculations, estimates, billing etc, are made solely to furnished a basis

comparison of tenders. The Contractor / Contractors shall check all drawing, estimates carefully and also satisfy

himself themselves by his / their own investigations regarding all conditions effecting the work to be carried out and

labour and material needed and make his / their own bid on sole reliance thereon.

(D) The Contractor / Contractors shall advise the Engineer – In – charge immediately advantage of any errors of

omission if discovered. The Contractor / Contractors shall not take advantage of any kind of errors of omission his

drawing and specifications supplied.

(E) In all cases of omission and or double in description of dimensions of any items reference

shall be made to the General Manager (CE), M.S.R.T.CORPORATION, MUMBAI whose clarifications,

elaboration, or decision shall be considered authentic Contractor / Contractors shall be held responsible if any error

that may occur in the work due to lack of such reference and negligence.

(2) Treasuries and trove.

In the event of discovery by the Contractor / Contractors or his / their employees during progress of the work of any

treasure, fossils, minerals or any other articles or things of value interest, the Contractor / Contractors shall give

immediate notification thereof to the Executive Engineer or his representative and forth with handover to Engineer –

In charge such measures of things which shall be the property of M.S.R.T.CORPORATION.

(3) Employ of Resident Engineer.

(A) Contractor / Contractors must employ a qualified skilled and fully authorized Engineer for carrying out the work.

His resident Engineer will be considered at any time to be acting for the Contractor / Contractors with fully

responsibility in every respect. It must be seen that persons having previous experience in this type are preferred.

(B) Contractor / Contractors shall intimate the name of his / their agent to M.S.R.T. Corporation

duly authorizing him to carry out and legal affairs in connection with the contract also he / they shall communicate

the name of the person appointed by him them for supervising of the work on his their behalf sufficiently in advance

to the Engineer – In – Charge who is empowered fully to disallow the above mentioned person or persons, on the

work without giving any reasons thereof. No compensation shall be payable to the Contractor / Contractors in case

he / they is / are advised and required to change his / their Engineer agent / representative.

(4) Testing Of Materials:

(A) All materials to be used in the work such as lime, sand, cement, crushed metal, aggregate, bricks, M.S. Bars,

concrete tiles, structural steel, cast iron etc, shall comply the tests and analyses as per standard specifications for the

item concerned .

(B) Contractor / Contractors shall at his / their risk and cost make all arrangements and shall provided for all such

facilities as may be required by the Engineer – In – charge for collecting, preparing and forwarding required number

of sample for testing for analysis at such time and to such place as may be directed by the Engineer – In – charge.

Executive Engineer S.T. Nashik

Signature of Contractor 80 Executive Engineer

S.T. NASHIK

(C) Test of materials will be made regularly and also whenever specifically called up to by the

Department. The Contractor / Contractors in all cases shall furnish the required samples without

changes.

(D) In case of major items of cement concrete such as R.C.C. slabs, beams and columns etc., the Contractor /

Contractors shall field arrangement for slump intensity and bulk age test and also prepare concrete cubes as per I.S.

Specifications for testing it tensile and compressive strength at his / their own cost. These shall be got tested by the

Contractor / Contractors in any Govt. testing laboratories at his / their cost, payments to the R.C.C. items will not be

made till the results are furnished by the Contractor / Contractors.

(E) All relevant test for developing & hardening work (including site and laboratory test) will be

made regularly and also when ever specifically called upon by the department. The Contractor /

Contractors in all cases shall furnish the required sample.

(F) Test of precast concrete blocks (Compressive test etc.) will be made regularly and also when ever specifically

called up to by the contractor.

(G) The contractor / contractors shall conduct all relevant test as prescribed in the S.S.R. for various building and

road material in laboratory and submit the test report with department at the cost of contractor / contractors.

Executive Engineer S.T. Nashik

Signature of Contractor 81 Executive Engineer

S.T. NASHIK

IMPORTANT TENDER NOTES

1. All taxes will be applicable / recovered as per Government rate in force and as amended from time to time

in future.

2. Rates of Items in the tender /schedule "B” are Exclusive of GST (Goods and service Tax) and will be

reimbursed to contractor as per GST rate in force and amended form time to time in future.

3. It is responsibility of the Contractor to pay Royalty charges to concern Revenue Department. Contractor

will have to produce documentary evidence of payment of such royalty charges, issued by the competent

revenue authority for specified work for reimbursement . In absence of such documentary evidence, it will

be with-held & kept in deposit.

4. Testing of materials: -It is mandatory on the contractor to submit test reports of materials obtained from

government laboratory. Various materials used in construction work shall be get tested before its use and

testing charges should be borne by contractor. Schedule of testing and frequency of testing will have to be

done as per S.S.R. (State Schedule Rate) Published by Public Works Department Government of

Maharashtra for Year 2017-18. Schedule of testing, frequency and specified limits of various construction

materials is enclosed in tender set as "Annexure A".

5. Engineer in charge will decide with prior approval of Executive Engineer to conduct required test from

"Annexure A". For these tests only , It is responsibility of contractor to make arrangement for forwarding

test sample to Govt. Lab. for testing and testing charges should be borne by contractor initially, on

production of original receipts/bills along with test report, the testing charges as per government receipts

will be reimbursed to contractor.

6. As per Govt. circular No.SSR - 1090/cr - 6453/PLN-3 Dt. 14-7-1993, 1% for labour amenities is considered

in the Rates of Items in the tender /schedule "B”

7. As per G. R. of Industries and power Department No. BCA – 2009 /CR - 108 / Labour 7-A dated

17/06/2010.1%(one Percent) cess for labour welfare is considered in the Rates of Itemsin the tender

/schedule "B”

8. Labourcess,labour welfare will be recovered through bills of contractor at the rate in force .

9. As per revised circular issued by Dy. Directorate of Insurance Maharashtra State vide letter No. ¹ãÆãäÌã¶ããè - 2314/ ªñ¾ã‡ãŠ ‡ãŠ¹ãã¦ã À‡ã‹‡ãŠ½ã / Ôãâ‡ãŠãè¥ãà / ‚ããä¼ã-3, ã䪶ããâ‡ãŠ 31/03/2015 Insurance towards labour is considered in rate abstract of SSR items. As over head charges are inclusive of insurance, hence insurance charges will not be reimbursed.

The contractor shall produce the labour insurance policy, else 1.0% amount will be deducted from his first

R. A. Bill.

10. For concrete grade M-20 and above, GSB, WMM, B.M. , SDBC, (Asphalting Item) mix design shall be

obtained with material to be used at site of work by the contractor form Govt. Lab / Govt. Engineering

collage at his own cost well in advance and mix design report shall be submitted to Executive Engineer.

Prior approval of Executive Engineer for Mix Design is must before using it at site of work.

11. Quantities shown in schedule ‘B’ may vary i.e. may be less or more than tender quantities and in that case

contractor will not be liable for any claim for variation in quantities.

12. Maximum care is taken while preparing and printing schedule "B" of the Tender. However if there is any

error in printing of Quantity, wording of Item, Unit of Item, then Executive Engineer is authorize to make

correction for such error at any time prior to starting of work or during Execution of work, in that case

contractor will not be liable for any claim in any court of law arising out of such correction. Decision of

Executive Engineer will be final & binding on Contractor.

13. Rates of all removing / dismantling items of this tender are inclusive of removed / dismantled /serviceable

material is to be deposited in the nearest Divisional/Depot stores with receipt voucher as directed by

Engineer in charge.

14. Maximum care is taken while preparing and printing schedule "B" of the Tender. However if there is any

variation found in rate of same item in various sub work’s of this project , then the lowest rate will be

considered for payment of such item for all sub-works

Executive Engineer S.T. Nashik

Signature of Contractor 82 Executive Engineer

S.T. NASHIK

INSTRUCTIONS TO PERSON TENDERING

1. AUTHORITY OF ENGINEER - IN - CHARGE

Save in so far as it is legally or physically impossible, the contractor shall execute complete and maintain the works

in strict accordance with the contract under the directions and to the entire satisfaction of the Engineer - in - charge

and shall comply with and adhere strictly to the Engineer - in - charge instructions and directions on any matter

(Whether mentioned in the contract or not) pertaining to this work. The Engineer - in - charge shall decide all

questions which may arise as to quality and acceptability of materials furnished and work executed,

manner of executions, rate of progress of work, interpretations of the plans and specifications and acceptability of

fulfillment of the contract on the part of contractor. He shall determine the amount and quality of work performed

and materials furnished and his decision and measurements shall be final. In all such matters and in any technical

questions which may arise touching the contract, his decision shall be binding on the contractor.

The engineer in charge shall have power to enforce such decisions and orders if the contractor fails to carry out them

promptly. If the contractor fails to execute the work order by the engineer in charge, the engineer in charge may give

notice to the contractor specifying a reasonable period therein and on the expiry of that period proceed to execute

such work as may be deemed necessary and recover the cost thereof from the contractor.

1.1 AUTHORITY OF ENGINER-IN-CHARGE REPRESENTATIVE

The duties of the representative of the engineer in charge are to watch and supervise the work and to test and

examine any material to be used or workmanship employed in connection with the works.

1.2 The Engineer in charge may from time to time in writing delegate to his representative any of the 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 the 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 department as

though it had been given by the Engineer in charge provided always as follows.

(a) 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 to order pulling down, removal

or breaking up thereof.

(b) If the contractor is dissatisfied with any decision of the representative of the engineer in charge he shall be

entitled to refer the matter to the engineer in charge who shall thereupon confirm reverse or vary such decisions.

2. OTHER CONDITIONS FOR SUBMISSION OF TENDER

2.1 The contractor shall be deemed to have carefully examined the work and site conditions including labours, the

general and he special conditions, the specification schedule and drawing 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 the rates quoted in the tender. In this regards he will be given necessary information to the best of the

knowledge of Department but without any guarantee about it.

2.2 It is presumed that the contractor has carefully gone through the works specifications. P.W.D. Hand Book and

the Schedule of rates of the division and as per norms of M.S.R.T.C. and studied the site conditions before arriving

at the rates quoted by him.

3. TREASURE TROVE :

In the event of discovery by the contractor or his employees during the progress of the works of the any treasure,

fossils, minerals or any other article of value or interest, the contractor shall give immediate intimation thereof to the

Engineer. And forth with mark over to the Engineer his representative such treasure or things, which shall be the

property of Government / M.S.R.T.C.

3 A : LAYOUT OF WORK :

Layout of the work will be done by the contractor in consultation with the Engineer in charge or his representative.

Some permanent marks should be established to indicate the demarcation of the structures or any component thereof

made to these permanent marks in measurement books and drawing, signed by the contractor and the departmental

officer. Preparation of layout plan and marking it on site will be the responsibility of contractor. Once the layout plan

is prepared he should submit it to Engineer in charge or his authorized representative for approval and get it

approved from the Engineer in charge. Once the layout plan is approved contractor shall proceed with marking it at

site of work.

4. AGENT AND WORK ORDER BOOK :

4.1 The contractor shall himself engage an authorized 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

Executive Engineer S.T. Nashik

Signature of Contractor 83 Executive Engineer

S.T. NASHIK

provided by the contractor as his agent for technical matters. Site engineer can also be designated as an agent of the

contractor. Agent 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 of the Executive

Engineer and his representative on the work site. The Engineer-in-charge has the unquestionable right to ask for

changes in the quality and strength of supervisory staff of contractor and to order removal from work of any of such

staff. The contractor shall comply with such order and effect replacements of the satisfaction of the Engineer-in

charge.

4.2 A work order book shall be maintained on site and it shall be the property of M.S.R.T.C. and the contractor shall

promptly sign orders given therein by the Executive Engineer or his representative and his superior officer, and

comply with them. The compliance shall be reported by contractor to the Engineer in good time so that it can be

checked, the blank work order book, with machine numbered pages will be provided by the Department free of

charge for this purpose. The contractor will be allowed to copy out the instruction therein from time to time.

5. INITIAL MEASUREMENT OF RECORD :

Where for proper measurements of the work it is necessary to have an initial set of levels or other measurements

taken the same as recorded in the authorized field book or M.B. of M.S.R.T.C. by the Engineer or his authorized

representative will be signed by the contractor who will be entitled to have a true copy of same made at his cost. Any

failure on the part of the contractor to get such level etc. recorded before starting the work will render him liable to

accept the decision of the Engineer as to basis of taking measurements and will be binding on contractor Likewise

the contractor will not carry out any work which will render its subsequent measurement difficult or impossible

without first getting the same jointly measured and recorded by himself and the authorized representative of the

Engineer. The record of such measurement maintained by M.S.R.T.C. shall be signed by the contractor and he will

be entitled to have a true copy of the same made at his cost.

6. CUSTODY OF WORK :

All work and materials before being finally taken over by M.S.R.T.C. will be the entire liability of the contractor for

guarding, maintaining and making good any damages of any magnitude. It is however to be understood that before

taking over such work, M.S.R.T.C. will not put it to its regular use as distinct from casual or incidental use except as

specially mentioned elsewhere in this contract or as mutually agreed to.

7. 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 between the 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 come to mutual agreement on his behalf and make joint agreement with the approval of

the Engineer. No contractor shall take or cause to take any steps or action that may cause destruction, discontent or

disturbance to work, labour or arrangements etc. of other contractors in the project localities. Any action by any

Contractors which the Engineer in his unquestioned discretion may consider as infringement of the above code

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

In case of any dispute or disagreement between the various contractors, the Engineer’s decision regarding the co-

ordination, co-operation and facilities to be provided by any of the contractor shall be final and binding on the

contractor concerned & such a decision shall not vitiate any contract nor absolve the contractor of his obligations

under the contract nor form the grounds for any claim or compensation.

8. PATENTED DEVICES, MATERIALS AND PROCESS:

Whenever the contractor desires to use any designed device, materials or process covered by letter of patent or

copyright, 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 filed with the Engineer-in-charge, if so desired by the later.

9. RELATION WITH PUBLIC AUTHORITIES:

The contractor shall comply with all rules, regulations, bye-laws and directions given from time to- time by any local

or public authority in connection with this work and shall him-self pay all charges which are leviable on him without

any extra cost of Government.

Executive Engineer S.T. Nashik

Signature of Contractor 84 Executive Engineer

S.T. NASHIK

10. INDEMNITY:

The contractor shall indemnify the M.S.R.T.C. against all actions, suits, claims, and demands brought or made

against it 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 M.S.R.T.C. in consequence to any action or suit

being brought against the contractor for anything done or committed to be done for the execution of this contract.

The M.S.R.T.C. may at its discretion and entirely at the cost of the contractor defend such suit, either

jointly with the contractor or single in case the latter chooses not to defend the case.

11. STACKING, STORAGE AND GUARDING OF MATERIALS:

11.1 The stacking and storage of building materials at site shall be in such a manner as to prevent deterioration or

inclusion of foreign materials and to ensure the preservation of the quantity, properties and fitness of the work,

suitable precautions shall be taken by contractor to protect the materials against atmospheric action, 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 likelihood of subsidence of soil, heavy materials shall be stored on paved platforms, suitable

separating barricades and enclosure as directed shall be provided to separate materials

brought by contractor and from different sources of supply.

11.2 The contractor shall at his own expenses, engage watchman for guarding the Materials and plant and machinery

and the work during day and night against any pilferage or damage and also for Prohibiting trespassers.

11.3 No Materials brought to site shall be removed from the site without prior approval of the Engineer –incharge

12. 12.1 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 these without affecting the further progress of the

work.

12.2 The contractor shall provide at his cost necessary ladders and such arrangements as are considered safe by the

Engineer in charge for proper inspection of all parts of the work.

12.3 The contractor shall extend his full co-operation and make all necessary arrangement when needed for carrying

out inspection of the work or any part of the work by the local representative, M.L.A’s M.P.’s and officers and

dignitaries / delegates of various Government department, local bodies, private sectors AND M.S.R.T.C. Officials.

etc. no compensation shall be paid to the Contractor on this account.

13. PRECAUTIONS TO BE TAKEN BY CONTRACTOR:

13.1 The work shall be carried out by the contractor without causing damage to the existing Govt. property

M.S.R.T.C. property ,and / or private property. If any such damages are caused the contractor shall pay for

restoration of the property to the original condition and any other consequent damages.

13.2 In the event of an accident involving serious injuries or death of any persons, at site of work or quarry or at

place in connection with the work the same shall be reported in writing within 24 hours of the occurrence to the

Engineer in charge and the Commissioner of workmen’s compensation.

14. CLEARANCE OF SITE ON COMPLETION OF WORK:

The contractor after completion of work shall clean the site of all debris and remove all unused materials other than

those supplied by the department and all plant and machinery equipment, tolls, etc. belonging to him within one

month from the date of completion of the work, or otherwise the same will be removed by the department at his cost

or disposed off as per departmental procedure. In case the materials are disposed of by department, the sale proceeds

will be credited to the contractor’s account after deducting the cost sale incurred. However no

claim of the contractor regarding the price or amount credited will be entertained afterwards.

15. REMOVAL OF CONSTRUCTIONAL PLANT WITH PRIOR PRMISSION:

All constructional plant, provided by the contractor shall when brought on the site be deemed to be exclusively

intended for the construction and the contractor shall not remove the same or any part thereof (Save for the purpose

of moving it from one part to the site to another) without the consent in writing of the engineer in charge who shall

record the reasons for withholding the consent.

Executive Engineer S.T. Nashik

Signature of Contractor 85 Executive Engineer

S.T. NASHIK

16. RESTRICTIONS BECUASE OF LOCAL TRAFFIC:

As there is local traffic by the side of construction of the work, the contractor will have to take proper precautions

such as proper barricading, fencing, lighting, information and cautionary boards for safe and smooth flow of traffic,

and keeping the concerned authorities informed about the work in progress.

17. COMPLETION CERTIFICATE:

17.1 The work shall not be considered to have been completed in accordance with the terms of the contract until the

Engineer in charge shall have certified in writing to that effect. No approval of material or workmanship or approval

of part of that during the progress of execution shall bind the engineer in charge or any way prevent him for even

rejecting the work which is claimed to be completed and to suspend the issue or his certificate of completion until

such alterations and modification 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.

17.2 After the work is completed, the contractor shall give notice of such completion to the Engineer in charge and

within 30 days of receipt of such a notice the Engineer in charge shall inspect the work and if there is no defect in the

work, shall furnish the contractor with a certificate indicating the date of completion. However, if there are defects

which in the opinion of the engineer in charge are rectifiable he shall inform the contractor the defects noticed. The

contractor after rectification of such defects shall then inform the engineer in charge and

engineer in charge on his part shall inspect the work and issue the necessary completion certificate within 30 days if

the defects are rectified to his satisfaction, and if not he shall inform the contractor indicating defects yet to be

rectified. The time cycle as above shall continue.

17.3 In case defects noticed by the Engineer in charge which in his opinion are not rectifiable but otherwise work is

acceptable at reduced payment, work shall be treated as completed. In such cases completion certificate shall be

issued by the Engineer in charge within 30 days indicating the un rectifiable defects for which specified reduction in

payment is being made by him.

17.4 The issue of completion certificate shall not be linked up with the site clearance on completion of the work.

17.5 Should regular, public traffic be allowed on the bridge, road at any stage prior to being taken over then the

maintenance period shall be deemed to commence from the date of such traffic passing over the bridge, road & shall

be upto 30 days after the date of issue of completion certificate by Engineer in charge but not more than 12 months

after opening to traffic.

18. ANCILLARY WORKS:

The contractor shall submit to Engineer in charge in writing the details of all ancillary works including layout and

specifications to be allowed for its constructions. Ancillary work shall not be taken up in hand unless approved by

Engineer in charge. The Engineer in charge reserves the right to suggest modification or make complete changes in

the layout and specifications proposed by the Contractor at any stage to ensure the safety on the work site. The

contractor shall carry out all such modifications to the ancillary works at his own expenses as ordered by the

Engineer in charge.

19. TEMPORARY QUARTER:

The contractor shall at his own expense maintain sufficient experienced supervisory staff etc., required for the work

and shall make his own arrangements for housing of such staff with all necessary amenities. General layout plan for

such responsibility of the contractor to get his layout plan of temporary structure approved from the local competent

authorities.

20. SAFETY MEASURES:

The contractor shall take all necessary precautions for the safety of the workers and preserving their health while

working on such jobs as required special protection and precaution wherever required. The following are some of the

requirements listed though not exhaustive. The contractor shall also comply with the directions issued by the

Engineer in this behalf from time to time at all times.

The following are some of the requirements (The list is not exhaustive)

(1) Providing protective footwear to workers in situations like mixing and placing of mortar of concrete, in quarries

and place where the work is to be done under too much wet conditions as also for movements over surfaces tested

with oyster growth.

Executive Engineer S.T. Nashik

Signature of Contractor 86 Executive Engineer

S.T. NASHIK

(2) Providing protective headwear to workers in quarries etc. to protect them against accidental fall of materials from

above.

(3) Providing handrails to the edges of the loading platforms of barrages ropeways, ladders not allowing rails of

metal parts or unless timber to spread around etc.

(4) Providing workmen with proper safety belts, ropes, etc. when working on any masts, cranes, circle hoist, dredges

etc.

(5) Taking necessary steps towards training the workers concerned of the use of machinery before they are allowed

to handle it independently and taking all necessary precautions in and around the areas where machines, hoists and

similar units are working. Wherever required by the law the persons handling the machinery shall have the required

license, certificate etc.

(6) Preventing over loading and overcrowding of floating the land based machinery and equipment.

(7) Providing life belts to all men working at such situations from where they may accidentally fall into water,

equipping the boats with adequate number of life boats etc.

(8) Avoiding bare live wires etc. as would cause electrocution to workers.

(9) Making all platforms, stagings and temporary structures sufficiently strong and not causing the workmen and

supervisory staff to take undue risks.

(10) Providing sufficient first aid trained staff and equipment to be available quickly at the work site to render

immediate first-aid treatment in case of accident due to suffocation, drowning and other injuries.

(11) Taking the all-necessary precautions wherever divers are engaged on work.

(12) Providing full length gum boots, leather hand gloves, leather jackets with fireproof aprons to cover the chest and

back reaching upto knees, plain goggles for the eyes to the labour working with hot asphalt, handling, vibrators in

cement concrete and also where use of any or all these items is, essential in the interest of health and well-being of

the labourers in the opinion of the Engineer-in –charge

21. 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 pure and wholesome water for the use of labourers on works

and in camps.

(b) The contractor shall construct trenches, semi permanent latrines for the use of labourers. Separate latrine shall be

provided for men and women.

(c) The contractor shall build sufficient number of huts on suitable plot of land for use of the labourers according to

the following specifications.

(1) Huts of bamboos and grass may be constructed.

(2) There should be no overcrowding. Floor space at the rate of 3 Sqm (30 Sq.ft.) per head shall is provided. Care

should be taken to see that the huts are kept clean and in good order.

(3) The contractor must find his own land. If he wants Govt. land he should apply for it. Assessment for it if

demanded will be payable by contractor. However the Department does not bind itself for making available the

required land.

Executive Engineer S.T. Nashik

Signature of Contractor 87 Executive Engineer

S.T. NASHIK

(4) A good site not liable to submergence shall be selected on high ground remote from jungle but well provided

with trees; shall be chosen wherever it is available. The neighborhood of tank, jungles, trees or woods should be

particularly avoided. Camps should not be established close to large cutting of earthwork.

(5) The lines of huts shall have open space of at least 10 meters between rows. When a good natural site cannot be

procured particular attention should be given to the drainage.

(d) The contractor shall construct sufficient number of bathing places, sufficient number of washing places also be

provided for the purpose of the washing clothes.

(e) The contractor shall make sufficient arrangement for draining away the surface and sewage water as well as

water from the bathing and washing places and shall dispose of the waste water in such away as not cause any

nuisance.

(f) The contractor shall engage a medical officer with a traveling dispensary for a camp containing 500 or more

person if there is no Government or other dispensary situated within eight Kilometers from the camp. In case of an

emergency contractor shall at his cost, free transport for quick medical help to his sick workers.

(g) The contractor shall provide the necessary staff for affecting the satisfactory conservancy and cleanliness of the

camp to the satisfaction of the Engineer -in charge. At least one sweeper per 200 person should engaged.

(h) The Assistant Director of public health shall be consulted before opening a labour camp and his instruction on

matters such as water supply, sanitary, convenience, the camp site, accommodation and food supply shall be

followed by the contractor.

(i) In addition to above all provision of the relevant labour act pertaining to basic amenities to be provide to the

labour shall be applicable which will be arranged by the contractor.

(j) The contractor shall make arrangement for all anti malaria measures to be provided for the labour employed on

the work. The anti malaria measures shall be as directed by the Public Health Officer.

22. The contractor except as provided in special conditions which follow shall if necessary construct at his cost

temporary roads and maintain these in proper conditions till completion of the work at his own cost.

23. The contractor except as provided in special conditions which follow shall have to at his own expenses make all

preliminary arrangements for labour, water, electricity and material etc. immediately after getting the work order.

The M.S.R.T.C. may render necessary assistance in this regard by way of letters of recommendations, if so requested

by the contractor. No claim for any extra payment or applications for extension of time on the grounds of any

difficulty in connection with the above matters will be entertained.

24. WORKING METHODS AND PROGRESS SCHEDULES :

24.1 The contractor shall submit within the time stipulated by the Engineer-in-charge in writing the details as actual

methods that would be adopted by the contractor for the execution of any items as required by Engineer at each of

the location supported by necessary detailed drawing and sketches including those of the plant and machinery that

would be used their locations arrangement for conveying and handling materials etc., and obtain prior approval of

the Engineer-in-charge well in advance of starting of such item of works. The Engineer-incharge

reserves the right to suggest modifications or make corrections in the method proposed by the contractor whether

accepted previously or not at any stage of the work to obtain the desired accuracy, quality and progress which shall

be binding on the contractor no claim on account of such change in method of execution will be entertained by

Government so long as specification of the item remain unaltered.

24.2 The contractor shall furnish within one month of the order to start the work programme of work in

quadruplicate indicating the date of actual start, the monthly progress expected to be achieved and anticipated

completion date of each major item of work to be done by him also indicating dates of procurement of materials and

setup of plant and machinery. The programme is to be such as practicable of achievement towards the completion of

whole work in the time limit and of the particular items; if any of due dates specified in contract, planning and

programme of work should be done by the mature decision between the Executive Engineer.

and the contractors representative in charge of work. The progress of work shall be reviewed in every two months

and revised programmes shall be drawn if necessary. No revised programme shall be operative without the approval

of engineer in charge in writing. The Engineer is further empowered to ask for more detailed schedule or schedules

say weekly for any item or items. In case of urgency of work as will be directed by him and the contractor shall

Executive Engineer S.T. Nashik

Signature of Contractor 88 Executive Engineer

S.T. NASHIK

supply the same and when asked for. Acceptance of the programme or the revised programme by the Engineer in

charge shall not relieve the contractor of his responsibility to complete the whole work by the prescribed time or the

extended time if any.

24.3 The contractor shall employ sufficient plant, equipment and labour as may be necessary to maintain the

progress schedule. The working and shift hours restricted to one shift a day for operations to be done under the

M.S.R.T.C. supervision shall be such as may be approved by the Engineer in charge. They shall not be varied

without prior approval of the Engineer. Night work which requires supervision shall not be permitted except when

specially allowed by Engineer on each item if required by contractor. The contractor shall provide necessary lighting

arrangement etc. for night work as directed by Engineer without extra cost to M.S.R.T.C.

24.4 The contractor shall submit reports on progress of work in forms and statements etc. at periodical intervals in

the form of progress chart, forms, statements and / or reports as may be approved by the Engineer in charge. Forms

for the sending reports about the progress will be supplied by the Executive Engineer.

24.5 The contractor shall maintain proforma, charts, details regarding the machinery, equipments, labour, materials,

periodical returns thereof, proforma to be got approved from the Engineer in charge.

25. PAYMENTS :

The contractor must understand clearly that the rates quoted are for completed work and include all cost due to

labour, all leads and lifts involved and if further necessitated, scaffolding, plants, machineries, supervision power,

service works, octroies, taxes, etc. and should also include all expenses to cover the cost of lighting, night works if

and when required & no claim for additional payment beyond the rates quoted will be entertained and the contractor

will not be entitled subsequently to make any claim on the ground of any representation or on any promise by any

person (whether member in the employment of any M.S.R.T.C. or not) or on the ground of any failure on his part to

obtain all necessary information for the purpose of making his tender and fixing the several prices and rates therein

relieve him from any risks or liabilities arising out of or consequences upon submission of the tender. Payment to the

contractor will be made by the cheque drawn on any treasury within the division provided the amount to be paid

exceeds Rs. 100/- shall amount will be paid in cash .

26. BILLS AND PAYMENT :

26.1 One running payments in the month are permitted shall be submitted by the contractor by the 10th day of

Month. Second bill, if necessary, shall be submitted by the 25th day of the month.

26.2 The format of the running bill on which the bills are to be submitted by the contractor shall be supplied to the

contractor by the department. Printed copies of the bills forms as per his format shall be arranged by the contractor at

his cost. The bills in five copies shall be submitted to the concerned engineer’s representative in the standard

proforma only.

26.3 The final bill shall be submitted by the contractor within one month of the date of issue of completion

certificate. The final bill shall be paid within six months of initial submission.

26.4 Recovery of secured advance shall be affected through bills proportionately as per consumption of materials in

the work billed for.

26.5 The contractor can have true copy of the bills paid to him after paying charges for photocopying the same.

CONTROLLED CONCRETE :

Acceptance criteria shall be as per IS : 456 – 2000 (With latest amendments)

NORMAL MIX CONCRETE :

Acceptance criteria shall be as per IS : 456 – 2000 (With latest amendments)

27. ASSISTANCE IN PROCURING PRIORITIES, PERMIT ETC. :

27.1 The engineer on written request by contractor, will if in his opinion the request is reasonable and in the interest

of work and its progress, assist the contractor in securing, the priorities for deliveries, transport, permits for

controlled materials etc. where such are needed. The department however will not be responsible for the non-

Executive Engineer S.T. Nashik

Signature of Contractor 89 Executive Engineer

S.T. NASHIK

availability of such facilities or delays in this behalf and no claims on account of such failure or delay, shall be

allowed by the Department.

27.2 The contractor shall have to make his own arrangement for machinery required for the work. However if same

is conveniently available with the department it may be spared as per rules in force on recovery of necessary security

deposit and rent at the rate approved from time to time by the independent to this contract and the supply or non

supply of machinery shall not form a ground for any claim or extension of time limit for this work.

28. WATER SUPPLY:

28.1 Availability of adequate water for work and sources thereof shall be confirmed by the contractor before

submitting the tender.

28.2 The contractor shall make his own arrangements at his own cost for entering into contract with concerned

authority for obtaining the connection and carry the water up to the work site as required by him. The location of the

pipeline with respect to the road shall be decided by Engineer-in-charge and shall be binding on the contractor. The

department shall not bear any responsibility in respect of any problems and contractor shall not be liable for getting

the any compensation on any ground. The progress of work shall not hamper for the above

reasons.

28.3 The contractor is advised to provide water storage tanks of adequate capacity to take care of possible shut down

of water supply system.

28.4 The contractor shall have to supply water required by the department for its establishment at work site free of

cost.

28.4 If the water supply made by department then water charges will be recovered @ the rate 1% or @ the privilege

rate is in force whichever is higher.

29. ELECTRICITY :

29.1 The contractor will have to make his own arrangement at his own cost for obtaining or providing electric supply

at work site. The department shall not bear any responsibility in respect of any problems and contractor shall not be

liable for getting any compensation on any ground. The progress of work shall not hamper for the above reasons.

29.2 Electrical supply for the Department’s use at work site shall be provided by the contractor on mutual agreed

terms. The contractor may not abide by these conditions when power supply at the site fails. 29.3 If the electric

supply provided by the department, electricity charges will be recovered @ the rate is in force as decided by

department.

30. TELEPHONE FACILITIES:

The contractor will have to make his own arrangement at his own cost for a telephone connection at work site if

required.

31. MATERIAL SOURCES:

31.1 The contractor shall make their own independent investigation as to the availability as well as suitability of

various materials required for construction as referred to in these paras.

31.2 If any quarry is in the possession of the department the contractor will be allowed to use the same on usual

condition. In other cases, the contractor will have to make his own arrangement for procuring quarries or the quarry

permits, necessary assistance for which will be given by the department.

31.3 Lime stone shall not be permitted for any concrete work.

32. LAND :

32.1 The contractor shall make all efforts to obtain land required for the ancillary works. In case the contractor is

unable to obtain land and if requested, then the department may requisitioned land at his own cost.

Executive Engineer S.T. Nashik

Signature of Contractor 90 Executive Engineer

S.T. NASHIK

32.2 Land as available with department for requisitioned by the department at the request of a contractor will be

handed over to the contractor for such use as will be necessary for ancillary works, on payment of rent to the

department. Plot development if any will have to be done by the contractor at his own cost. The development shall

be in conformity with the regulations with the local authorities.

32.3 If for the purpose of construction of the work it becomes necessary for the contractors to occupy land not in

possession of the department, the contractors will have to make his own arrangement with the land owners, and pay

such compensation as a mutually agreed between them. on completion of work , all land mentioned in para

32.1 and 32.2 and 32.3 shall be handed back to the owners or the department as the case may be after cleaning the

land as directed by the Engineer in charge.

32.4 Dismantling of building on a Govt. or department land shall be done only after the approval of Engineer-

incharge.

33. FLOODS AND ACCIDENTS:

The contractor shall take all precaution against damages by floods or from accidents etc. No compensation will be

allowed to the contractor on this account or for correction and repairing any such damage to the work during

construction. The contractor shall be liable to make good at his cost any plant or material belonging to the Govt. loss

or damaged by floods or from any other cause while in his charge. The proof of occurrence of flood report with flood

level will have to be furnished by the contractor .No compensation will be allowed for damages on ancillary items

and equipments etc which are brought to the site by the contractor for effecting execution of

Work.

34. URGENT WORK:

If any “Urgent Works”(In respect where decision of the Engineer –in –Charge shall be final and binding) become

necessary and contractor is unable or unwilling to carry it out at once, the Engineer in charge by his own or through

the other people have it carried out as he may consider necessary. If the Urgent Work shall be such as in the opinion

of the Engineer in charge the contractor is liable under the contract to carry out at his expenses. All expenses

incurred on it by the department shall be recoverable from the contractor, and be adjusted or sets off against any sum

payable to him.

35. CHANGE OF CEMENT CONTENT ETC. :

THEORETICAL CONSUMPTION OF CEMENT FOR THE CONCRETE WORK:

As per standard specifications/D.S.R.

Note : (i) The weight per bag of Cement is considered as 50 Kg.

(ii) If contractor desires to use any other type of cement, he should obtain permission for same from Engineer in

charge. In the event he is permitted to do so, contractor should obtain mix design for the same from the laboratory

approved by Engineer in charge. No payment will be made to contractor for obtaining the mix design. No extension

will be given to contractor for the time lost in getting mix design.

The rate of consumption of cement for various grades of concrete referred above is a theoretical rate of consumption

assumed for the estimate purpose. The contractor will have to obtain an economic mix design for grades of concrete

M-20 and above and get it approved from the Engineer-in-charge. The specification for controlled cement concrete

shall be as per standard specification No. B-7 Page 38, and IS 456-2000 (with latest amendments).

Immediately upon the receipt of the award of the contract, the contractor shall inform the Engineer the exact location

of the sources of the acceptable material. The concrete mix to be used shall be got designed by P.W.D. laboratory or

any other laboratory fully approved by Engineer in charge, by the contractor with a optimum quantity of cement to

give the specified strength in the preliminary tests and the proportion got approved by the engineer in writing. These

proportions shall be used so long as the materials continue to be of the same quality

and from the same sources subject only to slight changes in the relative quantities of fine and course aggregate for

the purpose of promoting workability provided the work tests also shows the required strength. No adjustment of the

cost shall be made for a change of proportions of cement fixed in the original preliminary tests. For all concrete

items only trap metal shall be used.

Executive Engineer S.T. Nashik

Signature of Contractor 91 Executive Engineer

S.T. NASHIK

36. CONTRACTOR TO INFORM HIMSELF FULLY:

The contractor shall be deemed to have carefully examined the work and site conditions including labours, the

general and the special conditions, the specifications schedule and drawing 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 the rates quoted in the tender. In this regards he will be given necessary information to the

best of the knowledge of Department but without any guarantee about it. If he shall have any doubt as to the meaning

of any portion of these general conditions, or the special conditions to the scope of working of the specification 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 Engineer in writing in order that such doubt may be clarified

authoritatively before tendering. Once a tender is submitted the matter will be decided in accordance to the tender

conditions in absence of such authentic clarification.

37. ERRORS, OMISSION & DISCREPANCIES:

a) In case of errors, omissions and / or disagreement between written and scaled dimensions in the drawing or

Between the drawing and specifications etc., the following order of preference shall apply.

(i) Between actual scaled and written dimensions or description on a drawing the latter shall be adopted.

(ii) Between the written description or dimensions in the drawing and the corresponding one in the specifications, the

latter shall apply.

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

preferred

b) In all cases of omissions and/or doubts or discrepancies in the dimensions or of any item or specification a

reference shall be made to the engineer, whose elucidation, elaboration or decision shall be considered as authentic.

The contractor shall be held responsible for any errors that may occur in the work through lack of such reference and

precautions.

c) The contractor should not sublet any part of work without written permission of the Engineer in charge.

38. SAMPLES AND TESTING OF MATERIALS:

(i) All materials to be used on work, such as cement, steel, stones, bricks, aggregates, asphalts / bitumen, wood,

various types of tiles etc. shall be got approved in advance from the Engineer in charge and shall pass the test and

analysis required by him.

(ii) The necessary job mix formula required for asphalting work, concreting work shall be got approved in advance

from the Engineer in charge.

(iii) 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 required for collecting, preparing and forwarding required number of samples for test or for

analysis to the nearest approved laboratory when ever available or from the well known College of Engineering and

bear all the charges and cost of testing. Such samples shall also be deposited with Engineer in charge tills for testing.

39. MISCELLANEOUS:

39.1 ERASER :

Person tendering are informed that no erasers or any alteration by them in the text of the documents set herewith will

be allowed and any such eraser or an alteration will be disregarded. If there is any error in writing no overwriting

should be done but the wrong words or figures should be struck out and the correct one written above or near it in an

unambiguous way. Such correction should be initialed and dated.

39.2 ACCEPTANCE:

Intimation of acceptance of tender will be given by a e-mail, fax (both if available) or by a letter sent by registered

post to the address given below the signature of the tenderer in the tenders. The tenders which do not Fulfill any of

the above conditions or those in the form and which are incomplete in any respect shall be liable for rejection.

39.3 COMPETENCY OF TENDERERS:

Executive Engineer S.T. Nashik

Signature of Contractor 92 Executive Engineer

S.T. NASHIK

The work will be awarded only to those contractors who are considered to be responsive bidders, capable of

performing the class of work to be completed. Before passing the final award any or all bidders may have to show

that he has the necessary experience, facilities, ability and financial resources to execute the work in satisfactory

manner and also within the stipulated time. The bidders may also be required to furnish to the Department a

statement in respect of their experience and financial resources.

39.4 PRECAUTIONS TO BE TAKEN BY THE CONTRACTOR TO PREVENT ACCIDENT:

1) No live electric line should be allowed to run along the ground in the blasting zone and they should be at least 3 m

above ground if not more.

2) The wiring cable should not be taken near the live electric line and it should be preferably shot firing cable as

supplied by the supplier of explosives. If such a cable is not available a substitute cable made up of several pieces

jointed and tapped should be used.

3) The blasting shed from where the exploder is to finally operate should be at least 150 m. away from the area to be

blasted. It should have a strong roof, which can withstand the impact of flying stones at this range.

4) Only trained hands shall be allowed to handle explosive cable detonators etc.

39.5 POLICE PROTECTION :

For the police protection of the camp of the contractor’s work, the Department will help the contractors as far as

possible to arrange for such protection with the concerned authorities ,the cost shall be borne by the contractor.

39.6 For providing electric line and water line etc. recesses shall be provided. If necessary, through walls, slabs,

beams, etc., and later on refilled it with a bricks or stones, chipping cement mortar without any extra cost.

39.7 In case it becomes necessary for the due fulfillment of the contractor for contractor to occupy land outside the

department limits, the contractor will have to make his own arrangement with the land owners and pay such a rents,

if any, which are payable as mutually agreed between them.

39.8 The contractor shall duly comply with the provisions of the Apprentices Act. 1961 (iii of 1961) and the rule and

orders made there under from time to time under the said Act and 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 Rules.

39.9 It is presumed that the contractor has gone carefully through the standard specification (Vol. I & II 1981

edition) and the schedule of rate of the Division, and studied of site conditions before arriving at rates quoted by him.

The special provisions and detailed specification of wording of any item shall gain precedence over the

corresponding contrary provisions (if any) in the standard specification given without reproducing the details in

contract. Decision of Engineer-in charge shall be final in case of interpretation of specification.

39.10 If the standard specifications fall short for the items quoted in the schedule of this contract reference shall be

made to the latest Indian Standard Specifications, I.R.C. codes, and MOST specification if any of items of this

contract do not fall in reference quoted above, the decision and specifications as directed shall be final.

40. LOAD TESTING

1. In case of doubts regarding grade of concrete used either due to poor workmanship or based on results of cube

strength tests, the load testing of any part of the structure will have to be carried out by the Contractor at his own

cost.

2. Before carrying out load test, the Contractor shall carryout the suitable non destructive testing of the structure

which is in doubt, at his own cost. Non destructive testing is fully optional and at the discretion of the Contractor.

3 In such cases the Engineer-in-Charge shall inform the Contractor sufficiently in advance in writing along with the

reasons for carrying out the load test, during execution of work or during maintenance period of the Contract.

4. The load test will have to be carried out as per the provisions contained in IS : 456-2000.

5. If the load test results do not meet the requirements as stipulated in relevant I.S. code the

Structure shall be deemed to be unacceptable.

Executive Engineer S.T. Nashik

Signature of Contractor 93 Executive Engineer

S.T. NASHIK

41. SPECIAL CONDITIONS:

41.1 The contractors should ensure that all safety precautions are observed by their labours, working closed to the

State Highway and while closing the state Highway precautions are taken including insurance etc., for their labour at

the cost of the contractor etc. if any accident occur to the labour etc., no claim in this regard on whatsoever account

shall be entertained and the decision of the Department will be final and conclusive.

41.2 During the execution if there is any change in:

(i) Span Arrangement.

(ii) Height of substructure and superstructure above ground level.

(iii) Change in the depth of foundation, tendered rate for respective items will hold good and no extra claims shall be

entertained on this account.

41.3 Contractor shall observe the rules and regulations empowered by traffic police for smooth flow of traffic on the

diversion road and shall not be entitled for claim any compensation arising thereof.

42. DEFINITIONS:

(a) M.S.R.T.C. : Unless included by or repugnant to the contents the expression “M.S.R.T.C.” as used in the tender

documents shall mean the M.S.R.T.C. Mumbai, Maharashtra.

(b) Chief Engineer: The expression ‘The Chief Engineer’ as used in the tender papers shall mean Chief Engineer

M.S.R.T.C. Mumbai.

(c) Engineer-in-charge : The expression Engineer or Engineer-in-charge as used in the tender paper shall mean the

Engineer-in-charge of the work.

(d) Contractor: The expression ‘Contractor’ as used in the tender papers shall mean the successful tenderer that is the

tenderer whose tender has been accepted and who has been authorized to proceed with the work.

(e) Contract: The expression ‘Contract’ as used in the tender papers shall mean the deed of contract together with all

its original accompaniments and those later incorporated in it by mutual consent.

(f) Plant: The expression ‘Plant’ as used in the tender papers shall mean every temporary accessory necessary or

considered necessary by the Engineer to execute, construct, complete and maintain the work and all altered,

modified, substituted and additional works ordered in the time and the manner herein provided and all temporary

materials and special and other articles and appliance of every sort kind and description whatsoever intended or used

therefore.

43. MIX DESIGN:

43.1 The following instructions shall be followed as regards preliminary design of mix and methods of batching of

plain cement concrete and reinforced cement concrete. These instructions should be treated as supplementary to the

relevant provision in the specifications for the respective items contained in the book of standard specifications and

will override the provisions contained therein wherever they are contrary to the following instructions.

The preliminary mix design and batching for various grades of concrete shall be governed by the following

guidelines.

Concrete Grade Guidelines

1) Up to M-15 : This should only be ordinary concrete. No change may be prescribed in the present practice as

regards preliminary design of mix and permitting volume batching. Only cement to be weight batched.

2) M-20 to M-25 : Preliminary mix design must be carried out for these mixes. However, weight batching shall be

insisted for cement .only for concrete M-20 and above

3) M-25 and above : Preliminary mix design must be prepared for such mixes weigh batching shall be insisted for

cement fine aggregate and course aggregate.

43.2 For the grades of concrete M-20 and above the preliminary mix design shall be carried out from the approved

laboratory.

(1) The charges for preliminary design, of concrete mix shall be entirely borne by the contractor.

(2) For grades of concrete M-20 and above where cement is to be used by weight, the cost of extra cement required

to make-up the under-weight bags shall be borne by the contractor.

Executive Engineer S.T. Nashik

Signature of Contractor 94 Executive Engineer

S.T. NASHIK

(3) For the items of concrete of grades lower than M-20 and other items in the agreement, where cement is not to be

used by weighment, the cement bags as received from the manufacturer and supplied to the contractor under

Schedule ‘A’ shall contain cement of 50 Kg. net weight.

43.3 The admixtures such as plasticizers/super plasticizers for concrete grade M-20 and above shall be used as

directed by Engineer in charge depending upon specific requirements. No extra payment on this account will be

admissible.

ADDITIONAL TENDER CONDITIONS

(1) After award of contract, contractor will have to provide and fix the information boards showing name, tender

cost, period of completion, name and telephone number of agency and Executive Engineer and other details as

directed by Engineer in charge. No extra payment is admissible on this account. (such Item in schedule ‘B’ will be

not operated, if proposed)

(2) Insurance of Contract Work :

Contractor shall take out necessary insurance Policy/Policies (viz Contractor’s all risk Insurance Policy, Erection all

risk 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, Opp.

Kalamagar, Bandra (E), Mumbai 400051 (Telephone Nos. 26590403 / 26590690 and Fax No. 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 effected Insurance with any insurance company, the same will not be accepted and

the amount of premium calculated by the Government Insurance fund will be recovered directly from the amount

payable to the contractor for executed contract work and paid to the Directorate of Insurance Fund, Maharashtra

State, Mumbai.

The Director of Insurance reserves the right to distribute the risk of Insurance among the other insures.

(3) A board 0.90 m x 0.60 m showing information shall be provided by contractor at no extra cost to the

Government. (such Item in schedule ‘B’ will be not operated, if proposed)

Executive Engineer S.T. Nashik

Signature of Contractor 95 Executive Engineer

S.T. NASHIK

MAHARASHTRA STATE ROAD TRANSPORT CORPORATION

CIVIL ENGINEERING DIVISION, NASHIK

SCHEDULE 'A'

Name of work: Reconstruction of Bus Station with it's Sub Work, at Chandwad

in Nashik Division Schedule 'A'

-----NIL-------

Required quantity of cement / Asphalt shall be brought by Contractor

of fresh stock and good quality at site of work at his own cost.

Rate considered for cement in Schedule “B” is 4200/- Per M.T. + *

(Excluding GST)

* schedule A rate of cement mentioned as above will be further increasesed by applicable percentage (i.e. Hilly area

Trible area etc.) as per rate analysis of respective work.

Note:-

1. Permission will be given to the contractor for allowing him to bring cement at site of work, from local

market at his risk and cost.

2. Contractor should produce cement Receipt & Test report to Executive Engineer in original duly certified by

the concerned authority time to time & before actual utilization of cement. Transportation charges will have to be

borne by the contractor.

3. As regards cement consumption following consideration on total

consumption will be adopted on the basis of standard cement consumption given in DSR.

Upto (-2%) variation, over standard cement consumption will be accepted as it is, subject to recovery of cement cost

at a schedule "A" Rate.

Beyond (-2%) upto (-5%) variation, recovery of cement at double the rate of Schedule ‘A’ rate will be made from

the contractor.

Beyond (-5%) variation, at Reduced rate or Rejection of particular item.

Upto (+5%) variation, accepted as it is.

----------------------------------------------------------------------------------------------

Executive Engineer S.T. Nashik

Signature of Contractor 96 Executive Engineer

S.T. NASHIK

Name Of Work - Reconstruction and Modernaization with it's Sub

Works of Bus Station at Chandwad in Nashik Division.

RECAPULATION SHEET

1 Main Building work 22217805.00

2 Road work 5379912.00

3 Landscape work- 225490.00

Total 27823207.00

(Rs.Two Crore Seventy Eight Lacs Twenty Three Thousand Two Hundred

Seven only.)

Executive Engineer S.T. Nashik

Signature of Contractor 97 Executive Engineer

S.T. NASHIK

Name Of Work - Reconstruction and Modernaization with it's Sub Works of Bus Station

at Chandwad in Nashik Division.

Schedul "B"

Main Building work QTY NO. DESCRIPTION RATE. UNIT AMOUNT.

6000.00 1 Clearing grass and removal of rubbish up to a

distance of 50 metres outside the periphery of

the area .

8.00 sqm 48000.00

408.47 2 Excavation for foundation in earth, soil of all

types, sand, gravel and soft murum, including

removing the excavated material up to a

distance of 50 m. beyond the building area &

stacking and spreading as directed, dewatering,

preparing the bed for the foundation and

necessary back filling, ramming, watering

including shoring and strutting etc. complete.

(Lift from 1.5 m. to 3.0 m.) BDA 1 page no -

259

136.00 CuM. 55551.92

37.04 3 Excavation for foundation in hard murum

including removing the excavated material upto

a distance of 50 metres beyond the building

area and stacking and spreading as

directed,dewatering, preparing the bed for the

foundation and necessary back filling,

ramming, watering including shoring and

strutting etc. complete. (Lift from 1.5 to 3.0m)

BDA 2 Page no 259

169.00 CuM. 6260.44

37.04 4 Excavation for foundation in Soft rock and old

cement or lime masonry foundations including

removing the excavated material upto a

distance of 50 metres beyond the building area

and stacking as directed, including dewatering,

preparing the bed for the foundation and

necessary back filling with available earth

/murum, ramming ,watering including shoring

and strutting etc. complete. (Lift from 1.5m To

3.0 m.) BDA 4 Page 259

275.00 CuM. 10187.10

37.04 5 Excavation for foundation in hard Rock by

chiselling, wedging,line drilling etc including

trimming and levelling the bed,removing the

excavated material up to a distance of 50

metres beyond the building area, stck as

directed and including dewatering and back

filling with available earth murum watering,

ramming completed.(Lift upto 1.5m ) BDA 6

Page 260

1094.00 CuM. 40521.76

37.04 6 Filling in plinth and floors with approved

excavated material in 15cm. to 20cm. layers

including watering and compacting etc.

complete. Spec. No. : Bd.A. 11/Page No. 262

BDA 10, Page No.

262

65.00 CuM. 2407.60

Executive Engineer S.T. Nashik

Signature of Contractor 98 Executive Engineer

S.T. NASHIK

1324.90 7 Filling in plinth and floors with contractors

material/brought from outside and approved

by Engineer incharge in layers of 15cm. to

20cm. including watering and compaction etc.

complete. Spec. No. : Bd.A. 11/Page No. 263

,BDA 11,Page No. 263

391.18 CuM. 518274.38

115.96 8 Providing dry/ trap/ granite/ quartzite/ gneiss

rubble stone soling 15 cm to 20 cm thick

including hand packing and compacting etc.

complete. BDA 12

768.83 CuM. 89150.10

6.37 9 Providing and laying in situ, cement concrete

in M10 ( PCC Below foundation & plinth

beam )of trap/ granite/ quartzite/ gneiss metal

for foundation and bedding including bailing

out water, formwork, compacting and curing

complete, with fully automatic micro processor

based PLC with SCADA enabled reversible

Drum Type mixer, With natural sand. BDE 1

Bd. E. 1 Page No. 287

3525.20 CuM 22455.52

139.74 10 Providing and casting in situ cement concrete

in M15 of trap /granite /quartzite/gneiss metal

for steps including steel centering, plywood

/steel formwork, compacting, roughening them

if special finish is to be provided, finishing

uneven and honeycombed surface and curing

etc. complete. The Cement Mortar 1:3 plaster is

considered for rendering uneven and

honeycombed surface, only. Newly laid

concrete shall be covered by gunny bag,

plastic, tarpaulin etc. (Wooden centering will

not be allowed.),with fully automatic micro

processor based PLC with SCADA enabled

reversible Drum Type

mixer ... With natural sand.

Bd.F.3 Page No. 298 and B.7, Page No.38

4549.20 CuM 635705.21

54.43 11 Providing and laying in situ cement concrete

M25 of trap /granite /quartzite/ gneiss metal

for R.C.C. work in foundations like raft,

strip foundations, grillage and footings of

R.C.C. columns and steel stanchions etc.

including bailing out water, formwork, cover

blocks compaction and curing roughening

thesurface if special finish is to be provided

(Excluding reinforcement and structural steel)

etc. complete, with fully automatic micro

processor based PLC with SCADA enabled

concrete batch mix plant With Natural Sand

/V.S.I quality artificial sand Bd.F.3 Page

No.298 and B.7, Page No.38

5488.20 CuM 298722.73

Executive Engineer S.T. Nashik

Signature of Contractor 99 Executive Engineer

S.T. NASHIK

142.09 12 Providing and laying Cast in situ/Ready Mix

cement concrete M-25 of trap / granite

/quartzite/ gneiss metal for R.C.C. columns as per detailed designs and drawing or as

directed including centering, formwork, cover

blocks, laying /pumping, compaction finishing

the formed surfaces with cement mortar 1:3 of

sufficient minimum thickness to give a smooth

and even surface or roughening if special finish

is to be provided and curing etc.

complete,(Excluding reinforcement and

structural steel).with fully automatic micro

processor based PLC with SCADA enabled

reversible Drum Type mixer/ concrete Batch

mix plant (Pan mixer) etc. complete. With

natural sand/V.S.I. quality Artificial Sand

Bd.F.5 Page No. 300 and B.7, Page.No. 38

8203.20 CuM 1165592.69

113.57 13 Providing & casting in situ cement concrete

M25 of trap /granite / quartzite / gneiss

metal for R.C.C. beams and lintels as per

detailed designs & drawings or as directed

including centering, formwork,cover blocks

compaction & roughening the surface if

special finish is to be provided & curing

etc.complete. (Excluding reinforcement and

structural steel) with fully automatic micro

processor based PLC with SCADA enabled

concrete batch mix plant (pan mixer) With

natural sand/V.S.I quality artificial sand

Bd.F.6 Page No.

300 and B.7, Page No.38

7322.20 cum 831582.25

106.56 14 Providing and casting in situ cement concrete

M25 of trap/granite / quartzite/ gneiss metal for

R.C.C. slabs and landings canopy as per

detailed designs and drawings including

centering, formwork, cover blocks compaction

finishing the formed surfaces with cement

mortar 1:3 of sufficient minimum thickness to

give a smooth and even surface or roughening

if special finish is to be provided and curing

etc. complete, (Excluding reinforcement and

structural steel).With fully automatic micro

processor based PLC with SCADA enabled

reversible drum type concrete mixer With

natural sand. Bd.F.8 Page No.302 and B.7,Page

No.38

9097.20 CuM 969397.63

Executive Engineer S.T. Nashik

Signature of Contractor 100 Executive Engineer

S.T. NASHIK

12.42 15 Providing and casting in situ cement concrete

in M25 of trap/granite/ quartzite/ gneiss metal

for R.C.C. pardi of required thickness

including centering, formwork, cover blocks

compacting , curing , finishing & roughening

them if special finish is to be provided and

curing complete. (Excluding reinforcement and

structural steel). With fully automatic micro

processor based PLC with SCADA enabled

reversible drum type concrete mixer. with

reversible Drum Type mixer with SCADA

With natural sand. Bd.F.11 Page No.304 and

B.7, Page No. 38

10120.20 CuM 125692.88

11.39 16 Providing and casting in situ cement concrete

in M20 of trap/granite/ quartzite/ gneiss metal

for R.C.C.coping to plinth or parapet and sill

of doors and windows moulded as per detailed

drawings or chamfered as approved by the

Engineer including centering, formwork, cover

blocks compacting , curing , finishing &

roughening them if special finish is to be

provided and curing complete. (Excluding

reinforcement and structural steel).With fully

automatic micro processor based PLC with

SCADA enabled reversible drum type concrete

mixer With natural sand. Bd. F. 12 Page

No. 304 & B7, Pg 38

6180.20 CuM 70392.48

1.49 17 Providing & casting in situ cement concrete

M20 of trap/granite/ quartzite/ gneiss metal for

R.C.C. chajja as per detailed design &

drawings including centering, formwork, cover

blocks compacting , curing , finishing &

roughening the surface if special finish is to be

provided & curing complete. (Excluding

reinforcement and structural steel).With fully

automatic micro processor based PLC with

SCADA enabled reversible drum type concrete

mixer With natural sand. Bd.F.9 Page No.303

and B.7, Page No.38

9173.20 CuM 13668.07

1.89 18 Providing and casting in situ cement concrete

in M25 of trap /quartzite /granite /gneiss

metal for R.C.C. Waist slab, and steps of

staircases as per detailed design and drawings

or as directed including steel centering,

plywood/ steel formwork, steel props,

compaction, finishing uneven and

honeycombed surface with C.M. 1:3 of

sufficient minimum thickness to give a smooth

and even surface or roughening the surface if

special finish is to be provided and curing etc.

complete. (Excluding einforcement, including

cover block).(Newly laid concrete shall be

covered by gunny bag, plastic, tarpaulin etc.)

(Wooden centering will not be allowed)Bd. F.

13 Page No. 305 /I.S.456 (2000

10657.20 CuM 20142.11

Executive Engineer S.T. Nashik

Signature of Contractor 101 Executive Engineer

S.T. NASHIK

624.62 19 Providing and casting Ferocement concrete

slab ( thk -50-75 mm )in 1:4 cement morter

with 8mm dia reinforcement including welded

mesh of 11gauge in size of 100mmx100mm

fixed in double layer of G.I. chicken mesh with

necessary formwork curing etc. complete

2706.00 sqm 1690221.72

32.43 20 Providing and fixing in position TMT FE 500

bar reinforcement of various diameters for

R.C.C. pile caps, footings, foundations, slabs,

beams columns, canopies, staircase, newels,

chajjas, lintels pardis, copings, fins, arches etc.

as per detailed designs, drawings and

schedules. including cutting, bending, hooking

the bars, binding with wires or tack welding

and supporting as required complete. a) For

TMT Fe 415 steel bars ( If Mild Steel/HYSD

steel is to be used prior permission from S.E.

should be taken ) Bd.F.17, Page No. 306

46309.00 M.T. 1501800.87

392.02 21 Providing second class Burnt Brick masonry

with conventional/ I.S. type bricks in cement

mortar 1:6 in superstructure including striking

joints, raking out joints, watering and

scaffolding etc. Complete Bd.G.10 (b) Page

No. 318

5093.81 cum 1996875.40

37.50 22 Providing second class Burnt Brick masonry

with conventional/I.S. type bricks in cement

mortar 1:6 in foundations and plinth ofinner

walls/ in plinth external walls including bailing

out watermanually , striking joints on

unexposed faces, raking out joints on exposed

faces and watering etc. Complete.

4942.61 cum 185347.88

3458.69 23 Providing internal cement plaster 25mm

thick in two coats in cement mortar 1:4 without

neeru finish, to concrete, brick or stone

surfaces, in all positions including scaffolding

and curing etc.complete. Bd.L.5 Page No.

368

402.23 Sq.M 1391188.88

120.00 24 Providing and fixing chicken mesh of 22

gauge, with about 30 cm. width at the junction

of R.C.C members and brick work, of approved

quality including fixing mesh in position by

necessary drilling in concrete /B.B.masonry

and or tying by binding wire etc. complete.

81.00 Sq.M 9720.00

200.00 25 Providing fine cement finish 1.5 mm thick

over green plaster surface including scaffolding

curing etc. complete.

59.00 Sq.M 11800.00

Executive Engineer S.T. Nashik

Signature of Contractor 102 Executive Engineer

S.T. NASHIK

1641.66 26 Providing sand faced plaster externally in

cement mortar using approved screened sand,

in all positions including base coat of 15 mm

thick in cement mortar 1:4 using waterproofing

compound at 1 kg per cement bag curing the

same for not less than 2 days and keeping the

surface of the base coat rough to receive the

sand faced treatment 6 to 8 mm thick in cement

mortar 1:4 finishing the surface by taking out

grains and curing for fourteen days scaffolding

etc.complete. Bd.L.7 Page No. 369

522.01 sq.M 856964.50

200.00 27 Labour charges for providing groove in

external plaster having width and spaced as

directed by engineer incharge etc.complete.

28.00 Rmt 5600.00

162.00 28 Providing and applying gypsum plaster ( with

Gypsum material of Gypsum India / Mega Sign

or equivalent make ) with finishing with

gypsum material in 10 to 13 millimeter

thickness to previously plastered surface / or on

newly brick surface (Excluding rough cast

plaster ) in all position including preparing and

Finishing the surface scaffolding etc.complete.

544.00 Sq.M 88128.00

46.03 29 Providing cement based water proofing

treatment to terraces (Indian water proofing or

alike) with brick bats laid in required slope to

drain the water for any span after cleaning the

base surface. Applying a coat of cement slurry

admixed with approved water proofing

compound and laying the brick bats on bottom

layer in C.M.1:5 admixed with approved

waterproofing compound filling up to half

depth of brick bats, curing this layer for 3 days,

applying cement slurry over this layer joints of

brick bats with C.M.1:3 admixed with

approved water proofing compound and finally

top finishing with average 20 mm. thick layers

of same mortar added with jute fiber at 1 Kg

per bag including finishing the surface smooth

with cement slurry admixed with approved

water proofing compound. Marking finished

surface with false squares of 300mm x 300

mm. making the junctions at the parapet

rounded and tapered top for required height,

with drip mould at the junction of plaster and

parapet and curing and covering 10 years

Guarantee against leakproofness on Court fee

stamp paper of Rs. 500/- including ponding test

etc. complete.

738.60 sqm 33997.76

Executive Engineer S.T. Nashik

Signature of Contractor 103 Executive Engineer

S.T. NASHIK

121.52 30 Providing water proof bedding for flooring of

Bath and WC 25 mm thick in C.M. 1:3

including using approved water proofing

compound in specified proportion as per

manufacturers specifications for per bag of

cement including leveling, curing and covering

10 years guarantee on court fee stamp paper of

Rs.500/including ponding test etc. complete

383.46 Sq.M 46598.06

1122.26 31 Providing and applying water proofing

treatment using acrylic polymer modified

cement based water proofing coating with fibre

glass mesh mixing at the rate of powder to

liquid (2:1) by weight covering 9 to 10 sqm /kg

with two coat using Dr. Fixit or alike of

chemicals for masonry and concrete surface by

brush covering 7 years guarantee on Stamp

Papers etc. complete.

791.00 Sq.M 887707.66

624.42 32 Providing & fixing broken tile kawadi work on

bed of 1:6 cement mortar including cement

grouting in joints,curing & cleaning

etc,complete.

1950.00 Sq.M 1217619.00

550.69 33 Providing and laying in position flooring of

telephone black /Amba White / Cat bary brown

/ Ruby red / Ocean Brown granite stone of

approved shade and size 18 mm to 20 mm thick

on bed 1:6 cement mortar including cement

floats striking joints, pointing in C.M. 1:3

curing and cleaning etc. complete. Bd.M. 3

B/Page No. 380

3369.88 Sq.M 1855759.22

154.00 34 Providing and laying machine cut machine

Polished Kota stone flooring 25mm to 30mm

thick and required width in plain/diamond

pattern on bed of 1:6 C. M. including cement

float, filling joints with neat cement slurry,

curing, polishing and cleaning etc. complete.

Bd.M.3 Page No. 380

884.88 Sq.M 136271.52

254.66 35 Providing Mirror polishing to Kota Stone

including using all necessary stones and

equipments cleaning, washing etc. complete.

For Flooring

112.00 Sq.M 28521.92

100.66 36 Providing and laying vitrified mirror / glossy

finish tilesdecorative type having size 590 mm

to 605 mm x 590 mm to605 mm of 8 to 10 mm

thickness and confirming to IS. 15622-2006 (

group Bla) of approved make, shade and

pattern forflooring in required position laid on

a bed of 1:4 cement mortarincluding neat

cement float, filling joints, curing and

clearingetc. complete. a) Flooring

847.68 Rmt 85327.47

Executive Engineer S.T. Nashik

Signature of Contractor 104 Executive Engineer

S.T. NASHIK

64.41 37 Providing Mirror polishing to Kota Stone

skirting including using all necessary stones

and equipments cleaning, washing etc.

complete. For Skirting

50.00 Rmt 3220.50

245.00 38 Providing Chamfer Of Required size to

granite stone including fine polishing and

cleaning etc.complete.

83.00 Rmt 20335.00

137.31 39 Providing and laying Antiskid Ceramic tiles of

approved quality of company RAK / Kajaria /

Nitco / Asian or equivalent make of size 30 cm

x 30 cm and confirming to IS 156222006

(GroupB IIA) for antiskid flooring in required

position laid on a bed of 1:4 cement mortar

including cement float, filling joint with

cement slurry cleaning curing etc.complete. Bd.

M12 page No. 385

972.70 sqm 133561.44

325.46 40 Providing and laying ceramic tiles of RAK/

Kajaria / Nitco /Asian or equivalent make

having size 30 cm. x 60 cm. for dado and

skirting in required position with readymade

adhesive mortar of approved quality on plaster

of 1:2 cement mortar including joint filling

with white/ colour cement slurry cleaning

curing etc. complete. Bd.M.13 Page No. 386

1024.70 sqm 333498.86

86.93 41 Providing sills of required material 20mm to

25mm thick, on a bed of cement mortar 1:4

including cement float, filling joints with neat

cement slurry, curing, polishing, rounding

edges,cleaning complete. b) Granite Spec.No.:

Bd.M.31/PageNo.393

2876.88 Sqm 250087.18

87.97 42 Providing and fixing machine cut machine

polished 18 mm to 20 mm thick telephone

black / Amba White / Cat bary brown /RBI red

/ Ocean Brown granite stone for treads and

risers of steps and staircases of approved colour

and shade with rounded moulding and three

grooved line for the treads on bed of 1:4

Cement mortar including float filling joints

with neat cement slurry curing polishing and

cleaning etc. complete. Bd. M.22 B/Page No.

390

3212.88 Sq.M 282637.05

84.00 43 Providing and fixing machine cut mirror

polished 18 mm to 20 mm thick telephone

black granite / Amba White / Cat bary

brown / RBI red / Ocean Brown granite

stone partition with rounding the edges etc.

complete . Both side polish Bd.M.35 B/Page

No.393

3381.97 Sq.M 284085.48

Executive Engineer S.T. Nashik

Signature of Contractor 105 Executive Engineer

S.T. NASHIK

328.61 44 Providing and laying telephone black / Amba

White /Cadburybrown / Ruby red / Ocean

Brown granite stone of 18 to 20 mm thick for

door frame/ dado/ window boxing etc. On C.M.

1:6 including filling joints with polymer base

filler nosing the sharp edges wherever

necessary, curing, etc. complete.

3525.70 Sq.M 1158580.28

1.48 45 Providing and fixing frame with / without

ventilator of size as specified with Country

cut teak wood for doors and windows

including chamfering, rounding, rebating, iron

holdfast of size 300mm x 40mm x 5mm with

oil painting, etc. complete

126451.28 Cum 187147.89

78.00 46 Providing and fixing solid core flush door

shutter in single leaf 32 mm thick decorative

type of exterior grade as per detailed drawings

approved face veneers 3 mm thick on both

faces or as directed, all necessary beads,

mouldings and lipping, wrought iron hold fasts,

chromium plated fixtures and fastenings, with

brass mortise lock, chromium plated handles on

both sides, and finishing with French Polish

etc. complete. BdT34, PageNo. 499

2199.00 Sq.M 171522.00

45.00 47 Providing and fixing in position (as per 1868 /

1982) Aluminium sliding window of three

tracks with rectangular pipe 95 x 38.10 x 0.90

mm at weight 0.637 kg/Rmt. with window

frame bottom track section 92 x 31.75 x 1.30

mm at weight 1.070 kg/Rmt.. Top and side

track section 92 x 31.75 x 1.30 mm at weight

0.933 kg/Rmt. The shutter should be of bearing

bottom 40 x 18 x 1.25 mm at weight 0.417

kg/Rmt. Inter locking section 40 x 18 x 1.10

mm at weight 0.469 kg/Rmt. and handle and

top section 40 x 18 x 1.25 mm at weight o.417

kg/Rmt. As per detailed drawings and as

directed by Engineerincharge with all

necessary Aluminium sections fixtures and

fastenings such as roller bearing in nylon

casting and self locking catch fitted in vertical

section of shutter including 5 mm thick plain

glass and aluminium mosquito net shutter with

stainless steel jail with all required screws and

nuts etc, complete. With powder coating with

box

3731.00 Sq.M 167895.00

Executive Engineer S.T. Nashik

Signature of Contractor 106 Executive Engineer

S.T. NASHIK

6.48 48 Providing and fixing in position powder coated

aluminium louvered windows / ventilator of

various sizes with powder coating as per

detailed drawing and specifications including

aluminium frames 80 x 38 mm x 1.22 mm box

type, 5 mm thick sheet glass louvers, of

approved quality etc. complete.

2688.00 Sq.M 17418.24

45.00 49 Providing and fixing mild steel grill work for

windows, ventilators etc. 20 kg/sqm as per

drawing including fixtures, necessarywelding

and painting with one coats of anticorrosive

paint and two coats of oil painting complete.

BDU1 page n0.537

1171.00 Sq.M 52695.00

50.40 50 Providing and fixing 900mm high S.S.304

Grade Stainless steelrailing with 40mm

diameter and 1.5mm thick at

top,40mmdiameter and 1.5mm thick vertical

supports spaced at 1.5mcenter to center and

8mm thick toughened glass

includingfabricating ,fixtures, errecting ,

necessary welding , grinding ,finishing, buffing

to stainless steel pipe etc. complete

2501.00 Rmt. 126050.40

500.48 51 Providing and applying primer coat for wall

surface to receive oil bound distemper

treatment etc. complete BDP 7D

19.00 Sq.M 9509.12

500.48 52 Providing and applying putty to new plastered

surfaces in two coats to receive approved paint

in all positions including all materials,labour

scaffolding and curing etc. complete.

98.00 Sq.M 49047.04

500.48 53 Providing and applying plastic emulsion

paint of approved quality, colour and shade to

new surface in three coats including

scaffolding, preparing the surface. (excluding

primer coat) etc. complete.

87.00 Sq.M 43541.76

134.93 54 Providing and applying two coats of appex

Appex Ace white exterior paint of approved

manufacture and of approved colour to the

plastered surfaces including cleaning ,preparing

the plaster surface ,applying primer coat

,scaffolding if necessary ,and watering the

surface for two days etc complete.

208.00 Sq.M 28065.44

Executive Engineer S.T. Nashik

Signature of Contractor 107 Executive Engineer

S.T. NASHIK

135.12 55 Providing and fixing false ceiling of 15mm

thick Acoustic tubular Armstrong/ Everest/

AMS (0.60 x 0.60 m.) boards of approved

make, shape and sizes as per drawings

including powder coated G.I. wall angle of 20

mm x 20 mm x 0.60 mm size, G.I. grid runners

of size 15 mm x 38 mm at 600 mm center to

center both ways and suspended using G.I. 3

mm wire including fixing using butterfly clips

and fasteners including transporting,

scaffolding all necessary labour and machinery,

finishing etc. complete.

1495.00 Sq.M 202004.40

35.84 56 Providing and fixing False ceiling of 12 mm

thick Laminated board with frame of M.S.

angle 40 x 40 x 5 mm and Tee of size 40 x 40 x

6mm at 60 cm c/c including 12 mm dia.

hangers, T.W. battens 50 x 25 mm and beading

25 x 15 mm thick scaffolding if necessary, all

Iron work etc. complete. Bd. R. 17, Page No.

461

1817.00 Sq.M 65121.28

813.11 57 Providing preconstructional antitermite

treatment as per I.S.6313 (PartII) by treating

the bottom surface and sides of excavation at

the rate of 5 litres of emulsion concentrate of

0.5 percent of clorophyrifos per square meter of

surface area covering 10 years guarantee on

bond paper. ( AS per Item no. 22.41 of

schedule of rates of NBO )

57.00 Sqm 46347.27

10.00 58 providing and fixing oval type under counter

wash hand basin of 16 inch x 22 inch size and

of special colour shade having telephonic black

/ coloured granite of 180 mm thick stone black

kadappa framework including chromium plated

coupling bottle - Trap using CERA company or

equivalent oval typa wash basin model no 3448

as per detailed drawing or as directed by engg

incharge etc complete. (Counter size 1.20 m x

0.60 m )

7442.00 No. 74420.00

9.00 59 Providing and fixing European type wall-

hung white water closet of Paryware /

Hindware with push valve concealed type with

cover plate 32mm size of JAQUAR MAKE

SERIES FLV-1095 including soil pipe ,vent

pipe up to outside face of wall ,100mm dia.

G.I. plug bend inlet pipe all fittings, cuttingand

making good walls, floors etc. complete.

7920.00 No. 71280.00

Executive Engineer S.T. Nashik

Signature of Contractor 108 Executive Engineer

S.T. NASHIK

5.00 60 Providing and fixing orissa type colour glazed

earthenware 625

x 450 mm. w.c. pan including trap, C.I. soil and

vent pipe upto the out side face of wall

including 100 mm. dia. C.I. plug, bend, 15mm.

thick 10 litre PVC flushing cistern with all

necessary pipe connection etc. complete.

6422.00 No. 32110.00

10.00 61 Providing and fixing Autoclosing pillar cock

of pressmatic tap of Jaguar make or equivalent

including all fixtures, fittings etc. complete.

2230.00 No. 22300.00

12.00 62 Providing and fixing push cock (Self closing

tap) symet type of 20 mm dia. including

necessary socket, testing etc. complete.

350.00 No. 4200.00

21.00 63 Providing and fixing C.P. Angular stop clock

with wall flange Jaquar make or equivalent

continental (CAT.NO. CON-059) including

necessary sockets/union nut etc. complete.xing

in position concealed flush VALVE in position,

including all necessary sockets, union nuts etc

complete and to the complete satisfaction of the

Architect.

1724.00 No. 36204.00

12.00 64 Providing and fixing coloured glazed

earthenware full stall type Urinal with P.V.C.

flushing cistern of 5 liters capacity with

fitting,inlet pipes and stop tap brackets for

fixing the cistern 32mm dia. P.V.C. flush pipe

with fittings and flushing arrangement

including lead soil pipe, lead trap soil pipe

connection up to the outside face of the wall.

6302.00 No. 75624.00

13.00 65 Providing and fixing screw down for 32 mm

dia. wheeled stoptap of brass including

necessary sockets/union nut complete.

440.00 No. 5720.00

10.00 66 Providing and fixing C.P.Two way BIB cock

jaquar make orequivalent continental

(CAT.NO. CON-041) including necessary

sockets /union nut etc. complete.

1043.00 No. 10430.00

10.00 67 C.P.Handshower (health faucet) 1m.PVC

tube with wall hook jaquar make (Cat. No.

ALD 563 )

785.00 No. 7850.00

4.00 68 Providing and fixing chromium plated towel

rod 16 mm dia and 75 cm. in length including all accessories

complete.

790.00 No. 3160.00

Executive Engineer S.T. Nashik

Signature of Contractor 109 Executive Engineer

S.T. NASHIK

4.00 69 Providing and fixing C.P. wall mixer with

provision for overhead shower with 115mm

long bend pipe and wall flange jaquar or

equivalent ?make continental (CAT.NO. CON-

273 UPR) including necessary sockets/union

nut etc. complete.

3347.00 No. 13388.00

4.00 70 C.p.shower arm 190mm long light body with

wall flange jaquar make continental (Cat. No.

SHA - 477)

297.00 No. 1188.00

4.00 71 Shower rose chromium plated brass 10cm 250.00 No. 1000.00

20.00 72 Providing and fixing 10cm C.I. Nahani Trap

including C.I. grating bend and piece of C.I.

pipe upto the outside face of the wall complete.

874.00 No. 17480.00

76.00 77 Providing and fixing on walls/ ceiling/ floor 50

mm dia. CPVCpipe with necessary fittings,

remaking good the demolished portion etc.

complete.

455.00 Rmt 34580.00

28.00 74 Providing and fixing on walls /ceiling/ floor 40

mm dia. CPVCpipe with necessary fittings,

remaking good the demolishedportion etc.

complete. Including removing existing pipe

line ifnecessary and conveying and stacking

336.00 Rmt 9408.00

30.00 75 Providing and fixing on walls/ ceiling/ floor

32 mm dia. CPVC pipe with necessary

fittings, remaking good the demolished

portion etc. complete. Including removing

existing pipe line if necessary and conveying

and stacking the same in PWD chowky or as

directed etc. complete. portion etc. complete.

Including removing existing pipe line if

necessary and conveying and stacking the

same in PWD chowky or as directed etc.

complete.

262.00 Rmt 7860.00

95.00 76 Providing and fixing on walls/ ceiling/ floor

25 mm dia. CPVCpipe with necessary

fittings, remaking good the demolished

portion etc. complete. Including removing

existing pipe line ifnecessary and conveying

and stacking the same in PWD

chowky or as directed etc. complete.

209.00 Rmt 19855.00

22.00 77 Providing and fixing on walls/ ceiling/ floor

20 mm dia. CPVCpipe with necessary

fittings, remaking good the demolished

portion etc. complete. Including removing

existing pipe line ifnecessary and conveying

and stacking the same in PWD

chowky or as directed etc. complete.

167.00 Rmt 3674.00

Executive Engineer S.T. Nashik

Signature of Contractor 110 Executive Engineer

S.T. NASHIK

111.00 78 Providing and laying in trenches 50mm dai.

CPVC pipeincluding necessary excavation,

fittings. Refilling trenches etc.complete.

Including removing existing pipe line if

necessaryand conveying and stacking the same

in PWD chowky or asdirected etc. complete.

491.00 Rmt 54501.00

78.00 79 Providing and laying in trenches 40mm dai.

CPVC pipe including necessary excavation,

fittings. Refilling trenches etc

complete. Including removing existing pipe

line if necessary and conveying and stacking

the same in PWD chowky or as directed etc.

complete.

302.00 Rmt 23556.00

14.00 80 Providing and fixing in position UPVC ultra

violet stabilized 110 mm outer diameter cowl

dome confirming to I.S.-4985 including

making joints with solvent cement etc.

complete

67.00 No. 938.00

55.00 81 Providing and fixing 100 mm dia stabiliser

pipe/ P.V.C. soil vent/waste pipe and with

necessary fixtures and fitting such as bends,

tees, single junctions, slotted vent, clamps etc.

complete.

484.00 Rmt 26620.00

48.00 82 Providing and fixing 75 mm dia stabiliser

pipe/ P.V.C. soil vent/waste pipe and with

necessary fixtures and fitting such as bends,

tees, single junctions, slotted vent, clamps etc.

complete.

350.00 Rmt 16800.00

12.00 83 Providing and fixing P.V.C. Rain water pipes

of 110mm outerdiameter and having wall

thickness of 2.2 to 2.7 mm confirming to I.S.

13592-1992 including proper rainwater

receiving recess with P.V.C. plug, bend,

necessary fittings, such as, offsets, shoes,

inluding fixing the pipe on wall using approved

wooden cleats projecting 25mm to 40mm from

face of wall a fixing with clips of approved

quality and number ,filing the joint using

rubbergasket with solvent cement and properly

resting the shoe ofpipes on C.C. or masonry

blocks, including necessaryscaffolding and

maintenance for 3 yrs for any leakages

ordislocations of pipes. All the P.V.C. fittings

and additional 2piece socket clips shall be got

approved from engineer incharge etc. complete.

(The contractor shall give 3 yrsguarantee bond

for payment)

403.00 Rmt 4836.00

Executive Engineer S.T. Nashik

Signature of Contractor 111 Executive Engineer

S.T. NASHIK

185.00 84 Providing and fixing P.V.C. Rain water pipes

of 160mm outer diameter and having wall

thickness of 2.2 to 2.7 mm confirming to I.S.

13592-1992 including proper rainwater

receiving recess with P.V.C. plug, bend,

necessary fittings, such as, offsets, shoes,

inluding fixing the pipe on wall using

approved wooden cleats projecting 25mm to

40mm from face of wall a fixing with clips of

approved quality and number ,filing the

joint using rubber gasket with solvent

cement and properly resting the shoe of

pipes on C.C. or masonry blocks, including

necessary scaffolding and maintenance for 3

yrs for any leakages or dislocations of pipes.

All the P.V.C. fittings and additional 2 piece

socket clips shall be got approved from

engineer in charge etc. complete. (The

contractor shall give 3 yrs guarantee bond

for payment)

865.00 Rmt 160025.00

9.00 85 Providing and fixing 15cm x 10cm salt glazed

stoneware gully trap in cement concrete

1:4:8 outside the building including cast iron

grating in the sink, connecting glazed

stoneware pipe, brick masonry chamber

with cast iron lid and cast iron grating for

the gully trap.

802.00 NO 7218.00

85.00 86 Providing and laying concrete pipes of I.S.NP.

class of 225mm diameter in proper line, level

and slope including necessary collars,

excavation, laying, fixing with collars in

cement mortar1:1 and refilling the trench

complete.

537.00 Rmt 45645.00

120.00 87 Providing and laying concrete pipes of I.S.NP.

class of 300mm diameter in proper line, level

and slope including necessary collars,

excavation, laying, fixing with collars in

cement mortar 1:1 and refilling the trench

complete.

773.00 Rmt 92760.00

9.00 88 Providing and constructing Brick Masonry

Inspection Chamber 60cm x 45cm x 90cm

including 1:4:8 cement concretefoundation

1:2:4 cement concrete channels half round

G.S.W. pipes, Brick Masonry, plastering from

inside and airtight C. I. cover of 75 kg with lid

and frame fixed in cement concrete.

7005.00 NO 63045.00

Executive Engineer S.T. Nashik

Signature of Contractor 112 Executive Engineer

S.T. NASHIK

4.00 89 Providing and constructing Brick Masonry

Inspection Chamber 90cm x 45cm x 90cm

including 1:4:8 cement concrete foundation

1:2:4 cement concrete channels half round

G.S.W. pipes, Brick Masonry, plastering

from inside and airtight C. I. cover of 75 kg

with lid and frame fixed in cement concrete.

8562.00 NO 34248.00

9.00 90 Providing and fixing reinforced cement

concrete cover of size

60 cm x 45 cm with frame over inspection

chamber etc complete. Heavy duty (160 kg)

3524.00 NO 31716.00

4.00 91 Providing and fixing reinforced cement

concrete cover of size

90 cm x 45 cm with frame over inspection

chamber etc. complete. Heavy duty (160 kg)

4206.00 NO 16824.00

2.00 92 Providing and constructing Brick Masonry

inspection Chamber90cm x 45cm including 1:4:8 C.C foundation, 1:2:4C.C.channels/half

round glazed stoneware pipe channel,

saltglazed stone-ware intercepting trap with

rodding pipe set in1:4:8 cement concrete block,

brick masonry plastering insideand Outside,

with C.I. lead cover of 75 kg with frame fixed

incement concrete.

10053.00 NO 20106.00

30000.0

0

93 Providing and fixing H.D.P container Syntex

or alike one piece moulded water tank made

out of low density polythyler and built

corrugation including of delivery up to

destination hoisting and fixing of accessories

such as inlet, outlet overflow of all tanks

capacity above 1000 to 20,000 litres

8.00 liters 240000.00

3.00 94 Providing and fixing hume pipe septic tank

900mm diameter with vent pipe and cap

including necessary (including excavation and

laying)

10880.00 No 32640.00

3.00 95 Providing soak pit of size 120cm x 120cm x

120cm including excavating and filling with

brick-bats.

1537.00 No 4611.00

24.00 96 Excavation for foundation in earth, soil of all

types, sand, gravel and soft murum, including

removing the excavated material up to a

distance of 50 m. beyond the building area &

stacking and spreading as directed, dewatering,

preparing the bed for the foundation and

necessary back filling, ramming, watering

including shoring and strutting etc. complete.

(Lift from 1.5 m. to 3.0 m.) BDA 1 page no -

259

136.00 CuM. 3264.00

Executive Engineer S.T. Nashik

Signature of Contractor 113 Executive Engineer

S.T. NASHIK

24.00 97 Excavation for foundation in hard murum

including removing the excavated material upto

a distance of 50 metres beyond the building

area and stacking and spreading as

directed,dewatering, preparing the bed for the

foundation and necessary back filling,

ramming, watering including shoring and

strutting etc. complete. (Lift from 1.5 to 3.0m)

BDA 2 Page no 259

169.00 CuM. 4056.00

48.00 98 Excavation for foundation in Soft rock and old

cement or lime masonry foundations including

removing the excavated material upto a

distance of 50 metres beyond the building area

and stacking as directed, including dewatering,

preparing the bed for the foundation and

necessary back filling with available earth

/murum, ramming ,watering including shoring

and strutting etc. complete. (Lift from 1.5m To

3.0 m.) BDA 4 Page 259

275.00 Cum 13200.00

72.00 99 Filling in plinth and floors with approved

excavated material in 15cm. to 20cm. layers

including watering and compacting etc.

complete. BDA 10, Page No.262

65.00 Cum 4680.00

3.79 100 Providing dry/ trap/ granite/ quartzite/ gneiss

rubble stone soling 15 cm to 20 cm thick

including hand packing and compacting etc.

complete.

768.83 CuM. 2913.85

1.90 101 Providing and laying in situ, cement concrete in

M10 ( PCC Below foundation & plinth beam

)of trap/ granite/ quartzite/ gneiss metal for

foundation and bedding including bailing out

water, formwork, compacting and curing

complete, with fully automatic micro processor

based PLC with SCADA enabled reversible

Drum Type mixer, With natural sand. BDE 1

Bd. E. 1 Page No. 287

3525.20 CuM 6697.88

2.84 102 Providing and laying in situ cement concrete

M25 of trap /granite /quartzite/ gneiss metal for

R.C.C. work in foundations like raft, strip

foundations, grillage and footings of R.C.C.

columns and steel stanchions etc. including

bailing out water,formwork, cover blocks

compaction and curing roughening thesurface

if special finish is to be provided (Excluding

reinforcement and structural steel) etc.

complete, with fully automatic micro processor

based PLC with SCADA enabled concrete

batch mix plant With Natural Sand /V.S.I

quality artificial sand Bd.F.3 Page No.298 and

B.7, Page No.38

5488.20 CuM 15586.49

Executive Engineer S.T. Nashik

Signature of Contractor 114 Executive Engineer

S.T. NASHIK

3.90 103 Providing and casting in situ cement concrete

M25 of trap/granite / quartzite/ gneiss metal for

R.C.C. slabs and landings canopy as per

detailed designs and drawings including

centering, formwork, cover blocks compaction

finishing the formed surfaces with cement

mortar 1:3 of sufficient minimum thickness to

give a smooth and even surface or roughening

if special finish is to be provided and curing

etc. complete, (Excluding reinforcement and

structural steel).With fully automatic micro

processor based PLC with SCADA enabled

reversible drum type concrete mixer With

natural sand. Bd.F.8 Page No. 302 and B.7,

Page No.38

9097.20 Cum 35479.08

5.13 104 Providing and casting in situ cement concrete

in M25 of trap/granite/ quartzite/ gneiss metal

for R.C.C. pardi of required thickness

including centering, formwork, cover blocks

compacting , curing , finishing & roughening

them if special finish is to be provided and

curing complete. (Excluding reinforcement and

structural steel). With fully automatic micro

processor based PLC with SCADA enabled

reversible drum type concrete mixer. with

reversible Drum Type mixer with SCADA

With natural sand. Bd.F.11 Page No. 304 and

B.7, Page No. 38

10120.20 CuM 51916.63

1.19 105 Providing and fixing in position TMT FE 500

bar reinforcement of various diameters for

R.C.C. pile caps, footings, foundations, slabs,

beams columns, canopies, staircase, newels,

chajjas, lintels pardis, copings, fins, arches etc.

as per detailed designs, drawings and

schedules. including cutting, bending, hooking

the bars, binding with wires or tack welding

and supporting as required complete. a) For

TMT Fe 415 steel bars ( If Mild Steel/HYSD

steel is to be used prior permission from S.E.

should be taken ) Bd.F.17, Page No. 306

46309.00 M.T. 55107.71

73.20 106 Providing internal cement plaster 25mm thick

in two coats in cement mortar 1:4 without

neeru finish, to concrete, brick or stone

surfaces, in all positions including scaffolding

and curing etc.complete. Bd.L.5 Page No. 368

403.23 sqm 29516.44

73.20 107 Providing fine cement finish 1.5 mm thick

over green plaster surface including scaffolding

curing etc. complete.

59.00 Sq.M 4318.80

Executive Engineer S.T. Nashik

Signature of Contractor 115 Executive Engineer

S.T. NASHIK

73.20 108 Providing and applying a base coat comprising

of 1 Kg Polydee- MC and 1 Kg fresh cement

after wetting the surface followed by drying the

surface for 2 days, apply primer coat of TP-40

and after drying, applying Polydee-11 two

component (mixing ratio 2 A : 1 B) )

Antibacterial food grade coating inside

drinking water tank in two coats with time

interval of minimum 8 hrs. covering 7 years

guarantee on Court Fee Stamp Paper of Rs.

100/- etc. complete.

724.00 Sq.M 52996.80

34.20 109 Providing and fixing 20 to 25 mm thick rough

shahabad box type waterproofing treatment to

vertical outside faces of Reinforced Cement

concrete walls of basement or underground

floor including filling the gap of 25 mm

between rough shahabad and R.C.C. walls with

cement grout mixed with water proofing liquid

Algae proof or other alike with one tile lift

method , brushing the joints horizontally with

cement slurry mixed with water proofing liquid

for width 30 to 35 mm and sloping coping over

topmost tile with cement mortar 1:3, butting the

bottom most with Cement concrete 1:2:4 mixed

with water proofing liquid, curing, with 7 years

guarantee on court fee stamp of Rs.100/- with

ponding test etc complete. (excluding Cement

concrete 1:3:6 base concrete) Bd.J.2 Page No.

355

723.00 Sq.M 24726.60

Total Rs. 22217805.62

Say Rs. 22217805.00

(Rs. Two Corer Twenty Two Lakhs Seventeen Thousand Eight Hundred Five only.)

Executive Engineer S.T. Nashik

Signature of Contractor 116 Executive Engineer

S.T. NASHIK

Name Of Work - Reconstruction and Modernaization with it's Sub Works of Bus

Station at Chandwad in Nashik Division.

Schedul "B"

Road work

Qty Srno Description Rate unit Amount

1980.00 1

Providing earth work in embankment with

approved materials obtained from departmental

land or other sources upto lead of 50m. including

all lifts, laying in layers of 20cm. to 30cm.

thickness breaking clods, dressing to the

required lines, curves, grades and section,

watering and compaction with vibratory roller

with V-Sat attachment to achieve not less than

97 % of standard proctor density etc. complete

493.83 cum 977783.40

990.00 2

Construction of granular sub-base by providing

close graded Material, mixing in a mechanical

mix plant at OMC, carriage of mixed Material to

work site, spreading in uniform layers with

motor grader / Paver on prepared surface and

compacting with vibratory power roller to

achieve the desired density, complete as per

clause 401 -- Plant Mix Method and Grading - II

Material

1429.00 cum 1414710.00

1320 3

Wet Mix Macadam -- Providing, laying,

spreading and compacting graded stone

aggregate to wet mix macadam specification

including premixing the Material with water at

OMC in mechanical mix plant carriage of mixed

Material by tipper to site, laying in uniform

layers with paver in sub- base / base course on

well prepared surface and compacting with

vibratory roller to achieve the desired density.

Laying By Grader/Paver.

1421.00 cum 1875720.00

Executive Engineer S.T. Nashik

Signature of Contractor 117 Executive Engineer

S.T. NASHIK

6600.00 4

Providing and constructing 75 mm. thick

Modified Penetration Macadam (MPM) road

surface including all materials, preparing the

existing road surface, spreading 40 mm. stone

metal layers 30% crusher broken metal + 70%

Hand broken (by breaking rubble obtained by

blasting) heating and spraying the bitumen of

VG-30 grade @ 2 Kg/sqm, spreading 12

mm.sizechips compacting with three wheel static

roller having weight 8 to 10 MT. to achive the

desired degree of compaction as per Technical

Specification Clause 506 etc. complete.

Including picking of existing WBM surface.

168.44 sqm 1111698.46

Total Amount 5379911.86

Say Rs. 5379912.00

(Rs. Fifty Three Lakhs Seventy Nine Thousand Nine Hundred Twelve only)

Executive Engineer S.T. Nashik

Signature of Contractor 118 Executive Engineer

S.T. NASHIK

Name Of Work - Reconstruction and Modernaization with it's Sub

Works of Bus Station at Chandwad in Nashik Division.

Schedul "B"

Landscape work Qty Sr.

no.

Description Rate unit Amount

77.11 1 Excavation for foundation in earth, soil of all

types, sand, gravel and soft murum, including

removing the excavated material up to a

distance of 50 m. beyond the building area &

stacking and spreading as directed, dewatering,

preparing the bed for the foundation and

necessary back filling, ramming, watering

including shoring and strutting etc. complete.

(Lift from 1.5 m. to 3.0 m.) BDA 1 page no -

259

136.00 cum 10486.96

29.23 2 Filling in plinth and floors with approved

excavated material in 15cm. to 20cm. layers

including watering and compacting etc.

complete. BDA 10, Page No. 262

65.00 cum 1899.95

83.66 3 GARDEN SOIL - Supplying on site garden soil

well sieved 90% to pass through I.S. sieve of 10

mm sixe free from stones rubbish like dried

grass roots and other such materials. The soil

should be fresh from quarry. The colour of the

soil generally bered. The soil will be measured

by measuringbox.(Farma )( Item includes

Royalty charges, Transporting,loadingunloading

etc.) Lead charges for 20 km considered

665.00 cum 55633.90

83.66 4 FARM YARD MANURE - supplying on site

well decayed, well dried,well powdered,without

clouds & free from stones, dried grass & other

rubbish material. The colour of the manure

generally be black. The manure will be

measured by measuringbox.(Farma )( Item

includes Royalty charges, Transporting,

loadingunloading etc.) Lead charges for 20 km

considered

775.00 cum 64836.50

83.66 5 Filling Fresh garden soil/slit & manure in

excavated area including lead up to a distance of

50 mtrs.(PWD-CSR,204-15,Page no -12 Sno-

091no9/1 .PWD Parks & garden Rates for 2016-

17

85.00 cum 7111.10

171.24 6 Mixing garden soil/silt & manure thoroughly

well, watering previous night,planting required

plants species,lawn area as directed etc.

complete.

43.20 sqm 7397.57

Executive Engineer S.T. Nashik

Signature of Contractor 119 Executive Engineer

S.T. NASHIK

84 7 Planting large flowering / shady trees -

(Minimum height to 2 Mtrs.) Digging pit with

size .9 m x .09 m x .9 m removing & conveying

unwanted stuff to a required distance as

directed. Filling the pit with approved excaved

material up to a height pf .30 m and remaining

height of .6 m with fresh garden soil & manure

in 3:1 proportion. Mixing soil & manure

thoroughly well,levelling as directed, watering,

weedings,stirring of soil, staking, replacing,

casualities etc. complete. ( R.A . No 11)

811.00 nos 68124.00

75 8 Sapling of flowering / shaddy

trees,gulmohar,raintree,pteltophorum etc. height

min to 2 mtrs

100.00 nos 7500.00

50 9 Sapling of small & medium Ornamental

flowering plants, Thuja, cupresus, plams,

ornamental ficus, Mussanda. Etc. 1 mtrs

50.00 2500.00

Total Amount 225489.98

Say Rs. 225490.00

(Rs. Two Lakhs Twenty Five Thousand Four Hundred Ninety only.)


Recommended