AMBARNATH MUNICIPAL COUNCIL WATER SUPPLY DEPARTMENT TENDER NOTICE NO.01 FOR 2018-19 (E- TENDER) Name of Work:- Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area.

INDEX

No. Description Page No.

From To

1 Short Information of Tender

2 Check List

3 Detailed Tender Notice

4 Instructions to Tenderer

5 Form B. 1

6 Schedule A

7 General Scope of Work

8 General Conditions of Contract

9 Technical Specification

10 Form of Bank Guarantee

11 Undertaking

12 Declaration

13 Drawing

AMBARNATH MUNICIPAL COUNCIL WATER SUPPLY DEPARTMENT

TENDER NOTICE NO.01, FOR 2018-19

(E- TENDER)

Name of Work:- Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area.

SHORT INFORMATION OF TENDER

1 Estimated cost put to tender Rs. 92,55,264/-

2 Earnest Money Deposit Rs. 92,553/-

3 Class of Contractor Class iv & Above with PWD

4 Cost of Tender form (Including 18% Rs. 1180/- GST)

5 Type of Tender B1

6 Date and Time of Bid Preparation From 12/07/2018. 12:00pm to 13/08/2018 15:00 pm

7 Date and Time of submission From 12/07/2018. 12:00pm to 13/08/2018 15:00 pm

8 Place of Submission Online

The details of tender can viewed, downloaded and uploaded on website https:mahatenders.gov.in

AMBARNATH MUNICIPAL COUNCIL WATER SUPPLY DEPARTMENT TENDER NOTICE NO. 01, FOR 2018-19

(E- TENDER) Name of Work:- Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area.

CHECK LIST List of all documents, forms, statements, Specifications, conditions, schedules, drawings etc. to be submitted with the tender The list documents 1. The firm should have to produce the valid Registration Certificate with State PWD/ in Class iv & Above and above

2. The firm should have to produce the document of PAN No.and Income tax clearance of last three Year (2014-15, 2015-16, 2016-17)

3. List of work in hand as on the date of submission of tender (ANNEXUE 2)

4. Details of Technical personnel available with the tenderer as per (ANNEXUE- 3)

5. Affidavit on a non-judicial stamp paper of Rs.100/- as per (ANNEXUE- 4)

6. G,S.T. Registration Certificate.

7. EPF Registration Certificate

8. The firm/contractor should have successfully completed one work of Construction of nalla of minimum amounting to Rs.27 Lakh with government/semi government/municipal corporation/council or any other government organization in a single tender.

The firm should produce all the experience certificates of Govt./ Semi Govt. towards the proof of the above experience duly countersigned by an officer not below the rank of Municipal Engineer in respect of Corporation or Chief Officer in respect of Municipal Council or Superintending Engineer or equivalent officer of any organization or Head of that organization

9. The firm/contractor who wishes to participate should have an average minimum annual turnover of Rs. 65 Lakh for last 03 consecutive financial years (year 2014-15, 2015-16 and 2016-17). firm/contractor shall attach a copy of

Balance Sheet and profit and loss account for the last three financial years of operation duly certified by the Chartered Accountant

Note:- All the above documents shall be self-attested by the Tenderer.

AMBARNATH MUNICIPAL COUNCIL WATER SUPPLY DEPARTMENT TENDER NOTICE NO.01, FOR 2018-19 (E- TENDER)

DETAILED TENDER NOTICE No :-AMC/WATER SUPPLY/2017-18/230 ,Dt. 09.07.2018

Sealed on line E-Tenders on percentage rate basis in B.1 Form in Two envelope system are invited by The Chief Officer, Ambarnath Municipal Council for the following work from the contractors registered With State PWD in Class iv & Above

Name of Work:- Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area.

ESTIMATE COST – Rs. 92,55,264/-

1. EARNEST MONEY DEPOST Rs.92553/- (Rupees Ninety Two Thousand Five Hundred Fifty Three and Paise Zero Only) to be paid online (through credit card, debit card, RTGS, NEFT, Net Banking) only

a) The earnest money amount shall not carry any interest whatsoever. The earnest money of lowest three tenderers will be refunded only after completion of all formalities regarding acceptance of tender. The earnest money will be refunded to successful tenderer only after payment of initial security deposit. However the earnest money of all remaining tenderers will be refunded after 30 days from opening of tender.

b) The Tenderer shall not withdraw/revoke his Tender or vary its terms and conditions without the consent of the Ambarnath Municipal Council, during the validity period of Tender. If the tenderer withdraw/revoke the Tender or varies its terms or condition contrary to its promise to abide by this condition, the Earnest Money deposited by it shall stand forfeited, without prejudice to its other rights and remedies, and such a tenderer will be prevented from submission of any tender of Ambarnath Municipal Council for atleast coming three years.

2. SECURITY DEPOST a) Initial Security Deposit The successful tenderer shall have to deposit cash or demand draft bond in from any Nationalized/Scheduled bank of 3% amount of estimated cost i. e. Rs.277658 /-in the name of Chief OfficerAmbernath Municipal Council, Ambernath.

b) Deductions through R.A.Bill Balance 7% amount i.e. Rs . 647868 /-will be recovered through each running bill at 10% of the gross amount to the extent that total required security deposit is recovered.

3. Additional Performance Security

1) It is obligatory that, if quoted lowest after is more than 10 % below the estimated cost put to tender, then lowest bidder has to submit the justification regarding the completion of work according to specification within the quoted offer. 2) The additional performance security is permitted to be in the form of D.D./F.D.R./B.G. of any nationalized Bank. This shall be enclosed in financial Envelope No.2. If additional performance security incase below 10% offers is not found enclosed in envelope No.2 (Financial Envelope), the offer shall be treated as non responsive. 3) Additional Performance Security shall be returned immediately upon satisfactory completion of work. The certificate of which shall be issued by the municipal Engineer before releasing the Additional security.

4) The interested bidder has to submit the scanned copy of demand draft of respective amount as performance security in envelop No. 2 (Financial bid). The guidelines are given below. Sr Description Amount of demand draft according No to estimated cost put to tender 01 If quoted after is more than 1 % below and upto 10% below to 1% estimated cost put to tender (Including 10 %) 02 If quoted after is upto 11% below to estimated cost put to tender 1% + (11% - 10%) = 2 % 03 If quoted after is upto 14% below to estimated cost put to tender 1% + (14% - 10%) = 5% 04 Quoted after is below 10% to estimated cost put to tender 1% + (quoted after rounded to next whole number % - 10 %) 5) Demand draft of respective amount should be in the name of chief officer, AMC, Ambarnath. 6) Demand draft should be of any nationalized / scheduled bank. 7) Scanned copy of D.D. should be uploaded in financial envelope by online submission process. 8) Validity of demand draft should be minimum 3 months from the last date of submission of bid. 9) Bidder has to submit the original D.D. of respective amount within 05 working days in the office of the chief officer, AMC, Ambarnath in sealed envelope. The name of bidder, name of work and number of bid should be clearly mentioned on the envelope. 10) MICR & IFSC code of respective bank should be noted on D.D. otherwise DD shall not be valid and will be rejected out right. 11) If the document of envelop No. 1 (Technical bid) are not found as per requirement of AMC then the financial bid i.e. envelop No. 2 will not be opened. The DD of these disqualified bidders will be refunded within 7 days from the date of opening the bid. 12) The financial bid of qualified bidders will be opened on scheduled date. DD of lowest 2 bidders will be kept for further action and rest of the D.D.s will be refunded within 7 days from the date of opening the financial bid. 13) D.D. of the second lowest bidder will be refunded after 03 days from the date of work order. 14) D.D. of the lowest bidder will be encashed and work order will be given. 15) The encashed D.D. is a performance security and will be refunded after 3 months of satisfactory completion of work. 16) In the above process, if any bidder submits false document or D.D. of wrong amount, then EMD of respective bidder will be forfeited by AMC and their registration will be suspended for one year in AMC by the chief officer.

4. STAMP DUTY The contractor shall bear the revenue duty on the agreement and security deposit and/or Additional Security Deposit (payable asper tender condition), as per the Indian Stamp duty (1985) (latest revision) provision applicable during contract period.

5. TIME OF COMPLETION 120 Days . This will be counted from the date of work order.

6. ISSUE OF BLANK TENDER FORM The Blank Tender forms will be available for download to the eligible biddersas per schedule noted below on the website https:mahatenders.gov.in

Time schedule for tender

Critical Dates : DD MM YY Hrs Mins

1 Publishing Date 12 07 2018 12 00

2 Document Sale Start Date 12 07 2018 12 00

3 Document Sale End Date 13 08 2018 15 00

4 Bid Submission Start Date 11 07 2018 15 00

5 Bid Submission End Date 13 08 2018 15 00

6 Bid Opening Date 14 08 2018 15 00

The tenders will be opened in the office of the Chief Officer, Ambarnath Municipal Council on scheduled time

7. COST OF BLANK TENDER FORM a) Rs.1180/-/-(including 18% GST) per set of Blank tender forms shall be paid online. b) The cost of blank tender documents will not be refunded under any circumstances.

8. VALIDITY OF THE OFFER 120 days from the date of opening of tender.

9. PRE-QUALIFICATION CRITERIA

1. The firm should have to produce the valid Registration Certificate with State PWD/ in Class iv & Above 2. The firm should have to produce the document of PAN No.and Income tax clearance of last three Year (2014-15, 2015-16, 2016-17)

3. List of work in hand as on the date of submission of tender (ANNEXUE 2)

4. Details of Technical personnel available with the tenderer as per (ANNEXUE- 3)

5. Affidavit on a non-judicial stamp paper of Rs.100/- as per (ANNEXUE- 4)

6. G,S.T. Registration Certificate.

7. EPF Registration Certificate

1) The firm/contractor should have successfully completed one work of Construction of nalla Work of minimum amounting to Rs. 27 Lakh with government/semi government/municipal corporation/council or any other government organization in a single tender.

2) The firm should produce all the experience certificates of Govt./ Semi Govt. towards the proof of the above experience duly countersigned by an officer not below the rank of Municipal Engineer in respect of Corporation or Chief Officer in respect of Municipal Council or Superintending Engineer or equivalent officer of any organization or Head of that organization

3) The firm/contractor who wishes to participate should have an average minimum annual turnover of Rs.65 Lskh for last 03 consecutive financial years (year 2014-15, 2015-16 and 2016-17). firm/contractor shall attach a copy of Balance Sheet and profit and loss account for the last three financial years of operation duly certified by the Chartered Accountant

In case of any discrepancy found particularly in experience certificate submitted by the agency on line for pre-qualification, the rights are reserved by Chief Officer Ambarnath Municipal Council for pre-qualifying the agency considering the certificates submitted by the agency related to the work for pre-qualification.

10. LANGUAGE OF TENDER/CONTRACT The language of the Tender shall be in English and all correspondence drawings, etc. shall conform to the English Language

11. RELATIONSHIP WITH COUNCILOR(S) The Tenderer shall not be associated presently with any of the office bearers or Councilors of Ambarnath Municipal Council, either directly or indirectly as specified in the Municipal Act 1965 Clause 16(1)(I) & 44(1) (B). The Tenderer shall furnish an affidavit on a Non-Judicial stamp paper of Rs.100/- If any information so furnished shall be found to be untrue or false, the Tender shall be liable to be disqualified and the Earnest Money accompanying such Tender shall stand forfeited by the Ambarnath Municipal Council. If the information so furnished shall be found to be untrue or false during the currency of the contract, the tenderer shall be held to be in default and the contract if any awarded to it shall be liable to be terminated with its consequences.

12. SCHEDULE OF RATES AND QUANTITIES The Tenderers are expected to work out their own rates based on the detailed description of Scope of the Work. The items, the specifications, drawings & conditions and finally arrive at the cost of the Work/Service in the appropriate place. The Tenderers should insert his cost as Contract Price for the Work/Service as described in Schedule ‘B’

13. INSPECTION OF SITE AND SUFFICIENCY OF TENDER The Tenderer shall inspect and examine the site and its surrounding and shall satisfy itself before submitting its Tender as to the nature of the ground and subsoil (so far as is practicable), the form and nature of the Site, the quantities and nature of the Work/Service and materials necessary for completion of the Works/Service and means of access to the Site the accommodation it may require and in general shall itself obtain all necessary information as to risk, contingencies and other circumstances which may influence or affect its Tender

The Tenderer shall be deemed to have satisfied itself before tendering as to the correctness and sufficiency of its Tender for the Works/Services and of the rates and prices quoted in the schedule of works/items/quantities or in bill of quantities, which rated and prices shall except as otherwise provided, cover all its obligations under the contract and all matters and things necessary for proper completion and maintenance of the Works/Services.

The contract is including of all taxes such as GST as applicable and hence offer may be quoted considering this condition

No extra charges consequent on any misunderstanding or otherwise shall be allowed.

14. SUBMISSION OF TENDER Bids must be accompanied with The guidelines for download the tender document and online submission of bid, procedure is available on “ https:mahatenders.gov.in ” website. Bid shall be treated as invalid if Tender form Fee & EMD not submitted through online Receipt system, The date and time of online submission shall strictly apply in all cases. The tenderers should ensure that their tender is prepared online before the expiry of the scheduled date and time and then submitted online before the expiry of the scheduled date and time. If for any reason, any interested bidders fail to complete any of online stages during the complete tender cycle, AMC shall not be responsible and any grievance regarding that shall not be entertained.

15. OPENING OF TENDER The tenders will be opened on dated as specified in the tender notice in the presence of the intending bidders or their authorized representative to whom they may choose to remain present along with the copy of the original documents submitted for pre qualification. Following procedure will be adopted for opening of the tender. Envelope No I (Technical Bid) First of all, Envelope no.1 (technical bid) of the tenderer will be opened online through e- tendering procedure to verify its contents as per requirements. Scanned copies of following documents shall be in Envelope no.1. (1) Document certificate List of all the documents enclosed in the envelope is as below 1) Power of attorney authorizing the person to sign the Tender Document and also authorizing to attend pre-bid and other meetings with AMC. 2) The firm should have to produce the Registration certificate with State PWD in Class iv & Above 3) Undertaking in the form prescribed from, and duly signed by as person holding a valid Power of Attorney (ANNEXUE -1) 4) List of work in hand as on date of submission of tender (ANNEXUE 2) 5) Details of Technical personnel available with the tenderer as per (ANNEXUE- 3) 6) Affidavit on a non-judicial stamp paper of Rs.100/- as per (ANNEXUE- 4) 7) The firm should have to produce the document of PAN No.and Income tax clearance of Year 2016-17 8) EPF Registration Certificate

9) G,S.T. Registration Certificate. 10) The firm/contractor should have successfully completed one work of Construction of nalla Work of minimum amounting to Rs.27 Lakh with government/semi government/municipal corporation/council or any other government organization in a single tender.

11) The firm should produce all the experience certificates of Govt./ Semi Govt. towards the proof of the above experience duly countersigned by an officer not below the rank of Municipal Engineer in respect of Corporation or Chief Officer in respect of Municipal Council or Superintending Engineer or equivalent officer of any organization or Head of that organization

12) The firm/contractor who wishes to participate should have an average minimum annual turnover of Rs. 65 Lakh for last 03 consecutive financial years (year 2014-15, 2015-16 and 2016-17). firm/contractor shall attach a copy of Balance Sheet and profit and loss account for the last three financial years of operation duly certified by the Chartered Accountant

Note :- All these documents shall be duly self-attested by Tenderer. Otherwise tender will not be considered for further action and Envelop No.2 will not be open If the various documents contained in this envelope do not meet the requirements of the Ambarnath Municipal Council, as stated above a note will be recorded accordingly by the tender opening authority and the envelope No. II (financial bid) of such tenderers will not be considered for further action and the same will be rejected.Only those Tenderers who fulfill the eligibility criteria as mentioned in tender terms and Conditions (Envelop No.1) of the Tender notice are eligible to open financial bid (Envelop No. 2)

Envelope No II (Financial Bid)

This envelope shall be opened online through e-tendering procedure after opening of envelope no.1 only, if the contents of envelope no.1 are found to be acceptable to the Ambarnath Municipal Council. The tendered offer shall then be read out by the tender opening authority.

“The tender will be liable to be rejected” If 1) The tenderer proposes any alteration in the work specified in the tender or in time allowed for carrying out work or any other condition. 2) The tenderer, does not sign and the signature/signatures (in case of firm each partner or power of attorney holder) is not witnessed by a respectable person in the space provided for in the B- 1 tender form.

16. TERMS AND CONDITIONS 1) Income tax at the rate in force will be recovered from the gross amount of each bill, whether for measured or advance payment of each bill, and/or secured advance. 2) Schedule ‘B’ of contract shows the items of work to be executed, the estimated quantity, the rate, amount of such item as per estimate and the total estimated cost put to tender. The tenderer should quote his rate in terms of percentage above or below the said estimated cost by writing the percentage both in words and figures scoring out one of the printed words below/above on B-1 tender. 3) The contractor should particularly note the units on which the rates are based. In case, any difference noticed in the unit shown in the column of Unit the contractor should approach the Chief Officer, Ambarnath Municipal Council well in advance before submission of the tender and get the discrepancy set right. If any discrepancy not pointed out by the

contractor is noticed, later on, the unit that will be decided by the Chief Officer, Ambarnath Municipal Council will be final and binding on the Contractor. 4) No addition or alterations in the form of the tender or in the tender and no addition in the shape of special stipulation etc. are permitted. The tender do not fulfill all or any of the above conditions or are incomplete in any respect are liable for summarily rejection. 5) All pages of tender documents, Conditions, Specification and drawings etc. shall be initialed by the Tenderer or all partners in case of partnership firms or person holding a power of attorney authorizing him to sign on behalf of all partners before submission of the tender. 6) The Chief Officer, Ambarnath Municipal Council shall have the right to revise or to amend the contract documents prior the date of receipt or opening of the tenders. 7) The Contractor shall make at his own expenses all preliminary arrangements including site clearance etc. immediately after the contract is awarded to him. He shall also arrange to get water supply connection from the local body and lay all distribution pipe lines, cocks, water meter etc. for water required for Work / construction and drinking purposes and shall construct masonry tanks of sufficient capacity and at suitable place as directed for storage of water. All charges on this account and all bills for use of water as and when received shall be paid by the contractor promptly. If the local body refuses to supply water for some reasons or the other, the contractor shall make his own arrangements to get water from wells belonging to private owners or from some other sources and convey the some on site by suitable means and bear all expenses for use and conveyance of the same after entering into an agreement with the owner. 8) Similarly the Contractor will have to make his own arrangement at his cost of supply of Electricity Municipal to the camp and work site as may be necessary and he will not be entitled to any extra payment whatsoever in this regard.

17. RIGHT RESERVED

a) Right to reject any or all tenders without assigning any reason thereof is reserved by the competent authority whose decision will be final and legally binding on all the renderers. b) Tender with stipulations for settlement of a dispute by reference to Arbitration will not be entertained

Chief Officer Ambarnath Municipal Council

ANNEXURE - 1 - Undertaking

(On a Rs. 100/- Stamp paper)

The information / documents submitted by us are true to our knowledge and if the information/documents so furnished shall be found to be untrue or false, the Tender shall be liable to be disqualified and our Earnest Money accompanying the Tender will be forfeited.

Also I/We am/are aware that if the information/document found to be untrue or false during the currency of Contract, our Contract is liable to be terminated.

I/We hereby declare that I/We have made myself/ourselves thoroughly conversant with the conditions regarding all ward area, location accesses and labour of which I/We have based my/our rates for this Work. The specifications, conditions bore results and lead of materials on this Work have been carefully studied and understood by me/us before submitting this Tender. I/We undertake to use only the best services approved by the, Inspecting Authority Ambarnath Municipal Council or his duly authorized assistant, before starting the Work and to abide by his decision.

I/we agree that the amount of Earnest Money shall not bear interest and shall be liable to be forfeited to the Ambarnath Municipal Council, should I/we fail to (i) Abide by the stipulation to keep the offer open for the period of 120 days from the date fixed for opening the same and thereafter until it is withdrawn by me/us by notice in writing duly addressed to the authority opening the Tenders; and (ii) Security Deposit as specified in tender terms and condition and within the time limit laid down in Detailed Tender Notice.

Should this Tender be accepted I/we hereby agree to abide by and fulfill all the terms and provisions of the conditions of contract annexed Hereto so far as applicable and in default thereof to forfeited and pay to Ambarnath Municipal Council the sums of money mentioned in the said conditions.

Demand draft No ………………………… Dated ……………….………….. from the Nationalized/Scheduled Bank at …………………………….…………………….. in respect of the sum of Rs. …………………………………… is herewith forwarded representing the Earnest Money the full value of which is to be absolutely forfeited to Ambarnath Municipal Council. I/we not deposit the full amount of security deposit specified in the Detailed Tender Notice.

Tenderer ______Address ______Date the ______day of ______2017 .

Signature of Tenderer

Witness ______Address ______Date the ______day of ______20 17 .

Signature of Witness

ANNEXURE – 2 – List of Work in Hand related to only

Name of the tenderer :-

Work in Hand Name of Anticipated Sr. Name of Cost of Department and Tender Date of Remark No. Work Remaining Address Cost Completion Work

1) Work awarding letter should be enclosed and work completion certificates. 2) This is a sample form, bidder has to prepare details separately on separate sheet and submit as per bidding procedure.

Contractor’s Signature &Seal

ANNEXURE - 3 – Details of Technical Personnel available with the Contractor

Name of the Tenderer :

Sr. Name of Technical Whether Experience Period for Remarks No. Staff Qualification working in of execution which the field or in of similar person is office Works working with the tenderer 1 2 3 4 5 6 7

1) This is a sample form, bidder has to prepare details separately on separate sheet and submit as per bidding procedure.

Contractor’s Signature &Seal

Letter format for Submission of Bids (Should be submitted on Letter head of the Company)

Date :-000/000/00000. To, The Chief Officer Ambarnath Municipal Council

Sir, I/we hereby submit the bid for execution of work for AmbarnathMunicipal from among those specified in tender notice.

Earnest Money Deposit (E.M.D.) Amount ______(------) for the work.

The validity period:- The same of the Bid tender shall be 120 days from the date of opening the Bid. If delay in deciding the Bid is inevitable, the consent of the Bidder agreeing to keep open his offer for a minimum further period should be obtained from him / her in advance. The minimum further period for which the Bidder is required to keep his offer open should invariably be specified before his consent is obtained.

Duration of Contract:-Six Months The EMD is deposited through online receipt system I/we agree that should I/we fail to execute the agreement or to execute the agreement or to commence the work specified in the above Memorandum an amount equivalent to the amount of earnest money shall be absolutely forfeited to the Ambarnath Municipal Council or out of any other money due to me / us from any other works in Ambarnath Municipal Council.

I/we hereby expressly declare and acknowledge that before the submission of the Bid, I / we have carefully followed and read the relevant instructions, and seen the locations where such work has to be carried out and have made myself / ourselves aware of the scope and specifications of the work.

I / we agree that I / we would here- after make no claim or demand against the Ambarnath Municipal Council based upon or arising out of any alleged misunderstanding or misconceptions or mistake on my / our part of the said agreements, stipulation restrictions and conditions.

I/we fully understand the terms and conditions of the contract to be entered into between me/us and the Ambarnath Municipal Council and the written contract shall be the base of right of both the parties.

I/we shall not withdraw/revoke my Tender or vary its terms and conditions without the consent of the Ambarnath Municipal Council, during the validity period of Tender. If I withdraw/revoke the Tender or varies its terms or condition contrary to its promise to abide by this condition, the Earnest Money deposited shall stand forfeited, without prejudice to its other rights and remedies, and I/We agree that I/WE will be prevented from submission of any tender of Ambarnath Municipal Council for atleast coming three years.

AMBARNATH MUNICIPAL COUNCIL WATER SUPPLY DEPARTMENT TENDER NOTICE NO.04, FOR 2017-18 (E- TENDER)

Name of Work:- Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area.

INSTRUCTIONS TO TENDERER

1. AWARD CRITERIA The Owner will award the contract to the successful bidder whose bid has been determined to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the contract satisfactorily. The tender will be awarded after bid evaluation report approved by Ambarnath Municipal Council, 2. ACCEPTANCE OF THE TENDER 2.1 The acceptance of the tender rests with Ambarnath Municipal Council. The right to reject any or all the tenders without assigning any reason thereof is reserved by Ambarnath Municipal Council. The tenderers whose tender is accepted will have to enter into regular agreement in the type and form prescribed by Ambarnath Municipal Council and abides by all the rules embodied therein, cost of agreement etc. should also be borne by the tenderer. 2.2 No corrections, additions or alterations in the tender document shall be made. No special stipulations in the tender document shall be permitted. 2.3 The tender shall be liable to be rejected outright if while submitting the same. i) The Tender, in Original, is not submitted. ii) The tenderer proposes any conditions and alterations in the obligatory conditions of the tender. iii) If the specified Earnest Money in specified form is not paid. 2.4 If the tendering contractors are a firm or company, they shall in theirforwarding letter should mention the names of all the partners of the firm or company as the case may be and the names of the partners who hold the power of attorney authorized him to conduct transactions on behalf of the Company/Firm. 2.5 Rules and conditions of the contract are subject to amendment till the time of acceptance of tender. 2.6 The notes and conditions stipulated in this notice will form a part of the agreement. 3. SIGNINGOF CONTRACT At the same time as the Owner notifies the successful Bidder that the bid hasbeen accepted, the Owner will send the Bidder an acceptance letterinforming the Bidder, the further necessary line of action including signing of contract etc. 4. FOR SPECIAL ATTENTION OF TENDERER The tenderer is expected to visit the site before quoting the tender and gethim-self acquainted with the site conditions and site requirements.Power supply from MSEB if required will have to be arranged by tenderer.AMC does not take any guarantee for continuous power supply at the site.Responsibility of Municipal staff will be nominal and limited to extending all possible help in solving local problems for obtaining permission, obtainingPower supply etc.

FORM B – 1

PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS AMBARNATH MUNICIPAL COUNCIL

GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTOR 1. All works proposed to be executed by contract shall be notified in a form of invitation to tender pasted on a board hung up in the office of the Ambarnath Municipal Council.

This form will state the work to be carried out as well as the date of 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 deducted from bills.It will also state whether a refund of quarry fees, royalties and ground rents will be granted Copies of the specifications designs and drawings estimated rates, scheduled rates and any other documents required in connection and the work shall be signed by Chief Officer, for the purpose of identification and shall also be open for inspection by contractors at the office of the Chief Officer during office hours.

When the works are proposed to be executed according to the specifications recommended to a contractor and approved by a competent authority on behalf of the Ambarnath Municipal Council.

Such specifications with designs and drawings shall form part of the accepted tender.

2. In the event of the tender being submitting 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 (A) I) the contractor shall pay alongwith the tender the sum of

Rs.92553/- (Rupees Ninety Two Thousand Five Hundred Fifty Three and Paise Zero Only) as and by way of earnest money

i) The contractor may pay the said amount through on line receipt system only. The said amount of earnest money shall not carry any interest whatsoever. ii) In the event of his tender being accepted subject to the provisions of sub clause. iii) Below, the said amount of earnest money shall be appropriated towards the amount of security deposit payable by him under conditions of General Conditions of Contract.

iv ) If, After submitting the tender, the contractor withdraws his offer or modifies the same or if, after the acceptance of his tender the contractor fails or neglects to furnish the balance of security deposit without prejudice to any other rights and powers of the council hereunder, or in law, Council shall be entitled to forget the full amount of the earnest money deposited by him.

v) 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 therefore

3. Receipts for payments made on account of any work. When executed by a firm should also be signed by all the partners except wherethe contractors are described in their tender as a firm in which case the receipt shall be signed in the name of the firm by one of the partners, or by some other person having authority to give effectual receipts for the firm.

4. Any person who submits a tender shall fill up the usual printed form stating at what percentage above or below the rates specified in Schedule B (memorandum showing items of work to be carried) he is willing to undertake the work. Only one rate or such percentage on all the estimated rates / Scheduled rates shall be named. Tenders who propose any alteration in the works specified the said form invitation to tender, or any sort will be liable to rejection. No printed of tenderer form shall include a tender for more than one work, but contractors who quote to tender for two or more works, they shall submit a separate tender for each Tender shall have the name and number of the work to which they refer written outside the envelope.

5. The Chief Officer or his duly authorized Assistant shall open tenders in the presence of contractors who have submitted tenders or their representative who may be present at the time, and he will enter the amount of the several tenders in a comparative statement in a suitable form in the event of tender being accepted. The contractor shall for the purpose of identification sign copies of the specifications and other documents mentioned in rule 1. In the event of tender being rejected, the Chief Officer shall authorize the Chief Account & Finance officer to refund the amount of the earnest money deposited to the contractor making the tender, on his giving a receipt for the return of the money.

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 unless it is signed by the Chief Officer or any authorized officer.

8. The memorandum of work to be tendered for an the schedule of materials to be supplied by the AMBARNATH Municipal Council and their rates shall be filled in and completed by the office of the Chief Officer before the tender form is issued, if a form issued to an intending tenderer has not been so filled in and completed, he shall request the said office to have this done before the completed and delivers his tender.

9. All work shall be measured by standard measure and according to the rules and customs of the council and without reference any local caution.

10. Under no circumstances shall any contractor be entitled to claim enhanced rates for items in his contract.

11. Every registered contractor shall produce along with his tender certificate of registration as approved contractor. In the appropriate class and renewal of such registration with date of expiry

12. All corrections and additions or posted slips should be initialed.

13. The measurements of work will be taken according to the usual methods in use in the Council and no proposals to adopt alternative methods will be accepted. The Chief Officer decision as to what is the usual method in use in the AMBARNATH Municipal Council will be final. 14. The tendering Contractor shall furnish a declaration along with the tender showing all works which he has already entered into contract and the value of the work that remains to be executed in each case on the date of admitting tender.

15. Every tenderer shall furnish 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 year and a valid income-tax clearance certificate.

16. In view of difficult position regarding the validity of foreign exchange, no foreign exchange would be released by the

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

17. The contractor will have to construct shed for storing controlled and valuable materials issued to him under schedule ‘A’ of the agreement, at works site, having double locking arrangement. The materials will be taken for use in the presence of the Departmental person No materials will be allowed to be removed from the site of works.

18. The contractors shall also give a list of machinery in their possession and which they propose to use on the work.

19. Every registered contractor should furnish along with tenders statement showing previous experience and technical staff employed by him.

20. Successful tenderers will have to produce to the satisfaction of the accepting authority a valid and current license issued in his favor under the provision of Contract Labour (regulation & Abolition) Act 1970 before starting works, falling which acceptance of the tender will be liable for withdrawal and earnest money will be forfeited by Ambarnath Municipal Council.

21. The contractor shall comply with the provision of Apprentices Act. 1961 and the rules and orders issued there-under from time to time if he fails to do so, his failure will be a breach of the contract and the Superintending Engineer, may in his discretion cancel the contract. The contract shall also be liable, for any pecuniary liability arising on account of any violation by him of the provision of the Act.

Tender for works

I/We hereby tender for the execution for the (here in before and here in after referred to as Council of the work specified in the underwritten memorandum within the time specified in In figures as well as such memorandum at * ______percent below / in words above the estimated rates entered in Schedule B (memorandum showing items of work to be carried out) and in accordance in all respects with the specification, designs, drawings and instructions in writing referred to in rule 1 here of and in clause 12 of the annexed condition of contract and agree that

a) If several sub when material for the work are provided by the works are included Council such materials and the rates to be paid they are included they should be for them shall be as provided in schedule A detailed in a hereto separate list MEMORANDUM

General Description - Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in c) The amount of Ambernath Municipal Council Area. earnest money to be deposited shall (b) Estimated cost Rs.92,55,264/- be in accordance with the provision of (c) Earnest money Rs.92553/- paras 204 and 205 of the M.P.W. (d) Security deposit (i) Initial Rs. 277658/- manual e) This percentage (ii) To be deducted from current bills Rs. 647868/- where no Security deposit is taken will vary from 5 percent (e) Percentage, if any to be deducted from bills to 10 percent according to the So as to make up the total amount requirement requirement of the as to security deposit by the time half the work case where security as measured by the costs is done deposit is taken, See not to Clause I (f) Time allowed for the work date of written order to of conditions of contract. Commence. Four Calendar months

f) Give Schedule where necessary 2. I / We agree that offer shall remain open showing dotes by for acceptance for minimum per 120 days from which the various the date items are to be completed. fixed for opening the same and thereafter until it with

drawn by me/us notice in writing duly addressed to the authority opening tenders and sent by reg. post A.D. otherwise delivered at the office the same authority. Treasury-Bank Chillan No. and date of Deposit at call receipt No. and date

Respect the sum of Rs 92553/- in words Rupees Ninety Two Thousand Five Hundred Fifty Three and Paise Zero Only representing the earnest money is herewith forwarded. The amount of earnest money shall not bear interest and shall be liable to be forfeited to the

should I/We fail to (1) abide by the stipulation to keep the offer open for the period mentioned above or (2) sign and complete the contract documents as required by the Engineer and furnish the security deposit specified in item (d) of the memorandum contained in paragraph (i) above within the time limit laid down the clause (i) of the annexed General conditions of contract. The amount of earnest money may be adjusted towards the security deposit or refunded to me/us if so desired by me/us in writing, unless the same or any part thereof has been forfeited as aforesaid.

3. I / We have secured exemption from payment of earnest money after executing the necessary bond in favor of the Ambarnath Municipal Council. True copy of which is enclosed herewith. Should any occasion forfeiture of earnest money for this work arise due to failure on my / our part to (1) abide by the stipulations to keep the offer open for the period mentioned above or (2) sign and complete the contract

documents and furnish the security deposit as specified in item (d) of the memorandum contained in paragraph 1 above within the time limit laid down in clause (i) of the annexed General Conditions of contract the amount payable be me / us may, at the option of the Engineer be recovered out of the amount

deposited in lump sum for securing exemption in so far as the same may extend in terms of the said bond and in the event of the deficiency out of any other moneys which are due or payable to me / us by the Ambarnath Municipal Council under any other contact or transaction of any nature whatsoever or otherwise.

4. Should this tender be accepted I /We hereby agree to abide by and fulfill all the terms and provisions of the conditions of contract annexed hereto so far as applicable, and in default thereof to forefeet and pay to Ambarnath Municipal Council the sum of money mentioned in the said conditions.

Contractor’s Signature * Signature of Address contractor before submission of Dated the Day of 2018 tender

Signature of (Witness) Signature of witness to contractor’s Address signature.

(Occupation)

* Amount to be specified in words and figures.

II Signature of The above tender is hereby accepted by me and the officer of on behalf of the Governor of Maharashtra. whom accepted

Date Day of 2018 Chief Officer

Condition of Contract

Clause 1: Security Deposit

The Person / Persons whose tender may be Security accepted (hereinafter called the contractor. deposit Which expression shall unless excluded by or repugnant to the context include his / hers, executors, Administrator, and assigns) shall (a) within 10 days (which may be extended by the Chief Officer concerned up to 15 days, if the Chief Officer thinks fit to do so) of the receipt by him of the notification of the acceptance of his tender, deposit with the Chief Officer in cash of Govt. Securities endorsed to the Chief Officer (if deposited for more than 12 months) of sum sufficient which will made up the full Security Deposit specified in the tender or (B) (Permit Govt. of the time or making any payment to him for work done under the contract to deduct such as will amount to Percent of all money so payable such deductions to be held by Ambarnath Municipal Council. * by way of security Deposit) provided always that in the event of contractor depositing a lump sum by way of Security Deposit as contemplated at (A) above, then and in such case. If the sum so deposited shall not amount * to 9Percent of this total estimated cost of the work; it shall be lawful for Ambarnath Municipal Council at the time of making any payment to the contractor for work done under the contract to make up the full amount of percent by deducting a sufficient sum from every such payment as last aforesaid until the full amount of the Security Deposit is made up. All compensation or other sums of money payable by the contractor to Ambarnath Municipal Council Under the terms of his contract may be deducted from or paid by the sale of sufficient part of his security deposit or from the interest arising there from, or from any sums which may be due or may become

due by Ambarnath Municipal Council to the contractor under any other contractor or transaction of any nature on any account whatsoever and in the event of his security deposit being reduced by reason of any such deduction or sale as aforesaid, the contractor shall, within ten days thereafter, make good in cash of Govt. Securities endorsed as aforesaid any sum or sums which may have been deducted from or raised by sale of his security deposit or any part thereof. The security deposit referred to. When paid in cash may, at the cost of the depositor, be converted into interest bearing security provided that the depositor has expressly desired this in writing.

If the amount of the security deposit to be paid in a lump sum within the period specified at (a) above is not paid the tender / contractor already accepted shall be considered as cancelled and legal steps taken against the contractor for recovery of the amount. The amount of security deposit logged by contractor shall be refunded after the defect liability prescribed in this tender is over i.e. 6 months from the completion of works. The amount of security deposit retained by the Ambarnath Municipal Council shall be released after expiry of period upto which the contractor has agreed to maintain the work in good order, then, subject to provision off Clauses 17 & 20 here of the amount of Security deposit retain by Ambarnath Municipal Council shall be adjusted towards the excess cost incurred by the department on rectification work.

Note: - This will be the same percentage as that in the tender

Clause 2: The time allowed for carrying out the work as entered in the tender shall be strictly Compensation for observed by the contractor and shall be delay reckoned from the date on which the order to commence works is given to the contractor. The

work shall through the stipulate period of the contract be proceeded with, with all due diligences (time being deemed to the essence of the contractor on the part of the contractor) and the contractor shall pay as compensation and amount equal to one percent or such smaller amount as the Superintending Engineer (whose decision in writing shall be final) may decide. Of the amount of the estimated cost of the whole work as shown by the tender for every day that the work remained uncommented or unfinished after the proper dates, And further to ensure good-progress during execution of the work, the contractor shall be bound in all cases in which the time allowed for any works exceeds are month to complete.

1/3 of the work in 1/3 of the time

2/3 of the work in 2/3 of the time

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

(Note: The quantity of the work to be done within a particular time to be specified above shall be fixed and inserted in the blank space kept for the purpose by the officer competent to accept the contracts after taking in consideration the circumstance of each case) and abide by the programme of detailed progress laid down by Chief Officer.

The following proportion will usually be found suitable :

In 1/1.5 3/4 of the time

Reasonable progress of earth work: 1/10 ½ 3/4 of the total value of the work to be done

In the event of the contractor falling to comply Action when with these conditions he shall be liable to pay as where of compensation an amount equal to one per cent security of such smaller amount as Chief Officer (whose deposit is decision in writing shall be final) may decide of forfeited the said estimated cost of the whole work for every day that due quantity of work remains in complete provided always that the total amount

of compensation to be paid under the provisions of this clause shall not exceed 10 per cent of the estimated cost of the work as shown in the tender.

Clause 3 : In any case in which under any clause of this contract the contractor shall have rendered himself liable to pay compensation amounting to the whole of his security deposit (whether paid in one sum or deducted by installments) or in the case of abandonment of the work owing to serious illness or death of the contractor or any other cause the Chief Officer on behalf of the Ambarnath Municipal Council shall have power to adopt any of the following courses, as he may deem best suited to the interest of AMBARNATH Municipal Council.

(a) To rescinded the contract (for which rescission notice in writing to the contractor under the hand of Chief Officer shall be conclusive evidence) and in that case the Security deposit of the Contractor shall stand forfeited and be absolutely at the disposal off.

(b) To carry out the work or any part of the work departmentally debiting the contractor with the cost of the work, expenditure incurred on tools and plant and charges on additional supervisory staff including the cost of work charged establishment employed for getting unexecuted part of the work completed and crediting him with the value of the work done departmentally in all respects in the same manner and at the same rates as if it had been carried out by the contractor under the terms of his contract. The certificate of the Chief Officer as to the costs and other allied expenses so incurred and as to the value of the work so done departmentally shall be final and conclusive against the contractor.

(c) To order that the work of the contractor be measured up and to take such part there of as shall be unexecuted, out of his hands and to give it to another contractor to complete in

which case all expenses incurred on advertisement for fixing a new contracting agency additional supervisory staff including the cost of work charged establishment and cost of the work executed by the new contract agency will be debited to the contractor at work and at the value of the work done of executed through the new contractor shall be credited contractor in all respects and in the same manner and at the same rates as if it had carried out by the contractor under the terms of his contract. The certificate of the Chief Officer as to all the cost of the work and other expenses incurred as foresaid for or in getting the unexecuted work done by the new contractor and as to the value of the work so done shall be final and conclusive against the contractor.

In case the contract shall be rescind under clause (a) above the contractor shall not be entitled to recover or be paid, any sum for any work there to actually performed by him under this contract unless and until the Chief Officer 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 paid the amount so certified. In the event of either of courses referred to in clause (a) or (c) being adopted and the cost of the work Action when the executed departmentally or through a new progress of any contractor exceeding value of such work particular portion of credited to the contractors, the amount of the work is excess exceeding the value of such work unsatisfactory. credited to the contractors, the amount of excess shall

be deducted from any money due to the contractor

Ambarnath Municipal Council under the contract or otherwise however, or from his security deposit or the sale proceeds thereof provided, however that the contract shall have no claim against Ambarnath Municipal Council even if the certified value of the work done departmentally or through a new contractor exceeds the

certified cost of such work allied expenses, provided always the whichever of the three courses mentioned in clause (a), (b) or (c) is adopted by the Chief Officer 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 in to any engagement, or made any advances on account of or with a view of the execution of the work or the performance of the contract.

Clause 4 : If the progress of any particular portion of the work is unsatisfactory the Chief Officer shall not withstanding that the general progress of the work is in accordance with the Contractor remains conditions mentioned clause, 2 be unsatisfactory liable to pay compensation if entitled to take action under clause 3(b) after action not taken giving the contractor 10 days’ notice in writing. under clauses 3 and 4 The contractor will have no claim for compensation, for any loss, sustained by him owing to such action.

Clause 5: In any case in which of the powers conferred upon the Chief Officer by clauses 3 and 4 hereof shall have become exercisable and the same shall not have been exercised the non- Power to take possession of or exercise thereof shall not constitute a waiving of require removal of or any of the conditions thereof and such powers sell contractor’s plant. shall not withstanding be exercised in the event of any future case of default by the contractor for which under any clause hereof he is declared liable to pay compensation amounting to the whole of his security deposit and the liability of the contractor for past and future compensation shall remain unaffected. In the event of the Chief Officer taking action under sub clause (a) or (c) or clause 3, he may if he so desires, take possession of all or any tools, plant materials and stores, in or upon the works or the site thereof belonging to the contractor or

procured by him and intended to be used for the

execution the work or any part thereof, paying or allowing for the same in account at the contract or in the case of contract rates not

being applicable at current market rates, to be certified by the Chief Officer whose certificate thereof shall be final in the alternative, the Chief Officer may after giving notice in writing to the contractor or his clerk, of the work, foreman or other authorized agent require him to remove such tools, plant, materials or stores from premises within a time to be specified in such notice, and in the event of the contractor failing to comply with any such requisition, the Chief Officer may remove them at the contractor’s expense or sell them by auction or private sale on account of the contractor and at his risk in all respects, and the certificate of the Chief Officer as to the expense of and such removal and the amount of the proceeds and expense of any such sale shall be final and conclusive against contractor.

Clause 6 : If the contractor shall desire an extension on of time for completion work on the ground of his having been unavoidably hindered in its execution or on any otherground, he shall apply in writing to the Chief Officer before the expiry of the period, stipulated in the tender of Extension of time 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 the Chief Officer if in his opinion, there were reason grounds for granting an extension grant such extension as he thinks necessary or proper the decision of the Chief Officerin this matter shall be final.

Clause 7 : On the completion of the work the contractor shall be furnished with a certificate by the Chief Officer of such completion, but no such certificate shall be given nor shall the work Final certificate be considered to be complete until the contractor shall have removed from the premises on which the work shall have been executed, all scaffolding, surplus materials and rubbish, and shall have cleaned off, the dirt from all wood work, doors, windows, walls, floor or

other parts of any building in or upon which the work has been executed, or of which he may have had possession for the purpose of executing the work, nor until the work shall have been taken measured by the Chief Officer or where the measurements have been taken by his subordinates until they have received approval of the Chief Officer, they said measurements being binding and conclusive against the contract if the contractor fall to comply with the requirements of this clause surplus materials & rubbish and cleaning of dirt on or before the date fixed for the completion of the work the Chief Officer may at the expenses of the contractor, remove such scaffolding surplus materials and rubbish and dispose of the same as he thinks fit and clean off such dirt as foresaid 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 ten thousand till after the whole of work shall have been completed and a certificate of completion given. But in the case works estimated to cost Payment on more than rupees ten thousand, the contractor Intermediate shall, on submitting a monthly bill therefore be certificate to be entitled to receive payment proportionate to the regarded as advances. part of the work then approved and passed by the Chief Officer, 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 & completed & shall not preclude the Chief Officer from requiring any bad, unsound, imperfect or unskillful work to be removed or taken away and reconstructed or re-erected not shall any such payment be considered as an admission of the due performance of the contract or any part

thereof in any respect or the occurring of any claim not shall if conclude determine or effect in any other way the power of the Chief Officer as to the final settlement and adjustment of the accounts or otherwise in any other way very or effect 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 Chief Payment Officer certificate of the measurements and of at reduced the total amount payable for the work shall be rates on account of final and binding on all parties. items of work not Clause 9: The rates for several items of works accepted estimated to cost more than Rs.10,000 agreed as to within, shall be valid only when the item completed concerned is accepted as having been completed to be at fully in accordance with the sanctioned the discretion specification. In cases where the items of work of the are not accepted as so completed the Chief Chief Officer may make payment on account of such Officer items at such reduced rates as he may consider reasonable in the preparation of final or on account bills.

Clause 10: A bill shall submitted by the contractor each month on or before date fixed by the Chief Officer for all work executed in the previous month and the Chief Officer shall take Bills to be or cause to be taken the requisite measurement submitted for the purpose of having the same verified & monthly by contractor the claim, so for as it is admissible, shall be adjusted, if possible, within ten days from the presentation of the bill. If the contractor does not submit the bill within ten time fixed as aforesaid the Chief Officer may depute a subordinate to 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 the Chief Officer may prepare a bill from such list which shall be binding on the contractor in all respects.

Clause 11: The contractor shall submit all bills

Bills to be on on the printed forms to be had on application at printed form the office of the Chief Officer. The charges to be made in the bills shall always be entered at the rates specified in the tender or in the case of extra work ordered in pursuance of these condition, and not mention or provided for in the tender at the rates hereinafter provided for such work.

Clause 12 : If the specification or estimate of the work provides for the use of any specials description of materials to be supplied from the store of the Stores supplied byAmbarnath Department store or if it is required that the Municipal Council contractor

shall use certain stores to be provided by the Chief Officer (such material and stores and the prices to be charged therefore as hereinafter mentioned being so far as practicable for the convenience of the contractor but not as so in any 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 & stores as may be required from time to time to be used by him for the purpose of the contract only and the value of the full quantity of the materials and stores so supplied shall be set off or deducted from any contract sum then due or thereafter to become due to the contractor under the contract or otherwise or from the security deposits or the proceeds of sale thereof if the security deposit is held in 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 Ambarnath Municipal Council and shall on no account be removed from the site of the work and shall at all times be open to inspection by Chief Officer. Any such materials unused and in perfectly good condition at the time of completion or determination of the contract shall be returned to.

Ambarnath Municipal Council stores, if the Chief Officer so requires by a notice in writing given under his hand, but the contractor shall not be entitled to return any such material except with consent of the Chief Officer and he shall have no claim for compensation on account of any such material supplied to him as aforesaid but remaining unused by him or for any wastage in or damage to any such materials.

Clause 12 (A) : All stores of controlled materials such as cement, steel etc. supplied to the contractor by Ambarnath Municipal Council should be kept by the contractor under lock and key and will be accessible for inspection by the Chief Officer or his agent at all times.

Clause 13: The contractor shall execute the Works to be whole and every part of the work in the most executed in sustained and accordance with specifications, Workmanlike manner and both as regards drawings, orders materials etc. and every other respect in strict accordance with specifications. The contractor shall also confirm exactly fully and faithfully to the designs drawing and instructions in writing relating to the work signed by the Chief Officer and lodged in this office and to which the contractor shall be entitled to have access for the purpose of inspection at such office or on the site of the work during office hours. The contractor will be entitled to receive three sets of contract drawings and working drawings as well as one certified copy of the accepted tender along with the work order free of cost. Further copies of the contract drawings and working drawings if required by him, shall be supplied at the rate of Rs.100 per set of contract drawing and Rs.100 per working drawing except where otherwise specified.

Clause 14 : The Chief Officer 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 Chief Alternation in Officer and such alteration shall not invalidate specification and designs the contract and any additional work which the not to invalid contractor may be directed to do in the manner dated above specified as part of the work shall be contracts. carried out by the contractor on the same conditions in all respect on which he agreed to do the main work, and altered work include any class of work at the same rates as are specified in the tender for the main work. And if the additional and altered work includes any class of work for which no rate is specified in this Rates for works not contract then such class of work shall be carried entered in out at the rates entered in the Schedule Rates estimate, or of PWD or at rates mutually agreed upon schedule of between the Chief Officer and the contractor, rates of the district. whichever are lower, if the additional or altered work, for which no rate is entered in the schedule of rates of the PWD, as ordered to be carried out before the rates are agreed upon them the contractor shall within seven days of the date of receipt by him of the order to carry out the work, inform the Chief Officer of the rate which is enter on to charge for such class of work, and if the Chief Officer does not agree to this rate he shall be notice in writing be at liberty to cancel his order to carry out such class of work and arrange to carry out in such manner as he may consider advisable, provided always that if the contractor shall commence work or incurs any expenditure in regard thereto before the rates shall have been determined as lastly herein before mentioned, there in such case he shall only be entitled to be paid in respect the work carried out or expenditure incurred by him prior to the date of the determination of the rate as aforesaid occurring to such rate/rates as shall be fixed by the Chief Officer. In the event of a dispute, the decision of the Chief Officer will be final.

Where, however, the work is to be executed according to the designs, drawings and specifications recommended by the contractor and accepted by the competent authority the alteration above referred to shall be within the scope of such designs, drawings and specification appended to the tender. Extension of The time limit for the completion of the work time in shall be extended in the proportion that the consequence increase in its cost occasioned by alternations or of additions of alterations. additions to the cost of the original contract work and the certificate of the Chief Officer as the proportion shall conclusive.

Clause 15 : If at any time after the execution of the contract documents the Chief Officershall for No claim any reason whatsoever (other than default on to any payment the part of the contractor for which the or Ambarnath Municipal Council is entitled to compensat rescind the contract) desires that the whole or ion for any part of work specified in the tender should alteration be suspended for any period or that the whole in or restriction or part of the work should not be carried out at of work. all he shall give to the contractor a notice in writing of such desire and upon the receipt of such notice the contractors shall forthwith suspend or stop the work wholly or in part required, after having due regard to the appropriate stage at which the work should be stopped or suspended so as not to cause any damage or injury to the work already done or endanger the safety thereof provided that the decision of the engineer as to stage at which the work or any part of it could be or could have been safely stopped or suspended shall be final and conclusive against the contractor. The contractor shall have no claim to any payment or compensation whatsoever by reason of or in pursuance of any notice as aforesaid, on account of any suspension, stoppage or curtailment except to the extended specified hereinafter.

(2) Where the total suspension of the worked ordered as aforesaid continued for a continuous period exceeding 90 days the contractor shall be No claim to at liberty to withdraw from the contractual compensation on obligations under the contract so far as it account of loss due to delay in supply of pertains to the unexecuted part to the work by materials by giving a 10 days prior notice in writing to the Engineer within 30 days of the expiry of the said period of 90 days, of such intention and requiring the Engineer to record the final measurement of the work already done and to pay final bill, upon giving such notice the contractor shall be deemed to have been discharged from his obligation to complete the remaining unexecuted work under his contract. On receipt of such notice the Engineer shall proceed to complete the measurement and make such payment as may be finally due to the contractor within a period of 90 days from the receipt of such notice in respect of the work already done be the contractor. Such payment shall not in any manner prejudice the right of the contractor to any further compensation under the remaining provisions of this clause.

(3) Where the Engineer required the contractor to suspend the work for period in excess of 30 days of any time or 60 days in the aggregate, the contractor shall be entitled to apply the Chief Officer within 30 days of the resumption of work after such suspension for payment of compensation to the extent of pecuniary loss suffered by him in respect of working machinery rendered idle on the site or on the account of his having and to pay the salary or wages of labour engaged by him during the said period of suspension provided always that the contractor shall not be entitled to any claim in respect of any such working

machinery, salary or wages for the first 30 days whether consecutive or in the aggregate of such suspension or in respect of any suspension whatsoever occasioned by unsatisfactory work or any other default on his part. The decision of

Chief Officer in this regard shall be final and conclusive against the contractor.

(4) In the event of –

(i) Any total stoppage of work on notice from the Engineer under sub clause

(1) in that behalf

(ii) Withdrawal by the contractor from the contractual obligation to complete the remaining unexecuted work under sub-clause (2) on account of continued suspension of work for a period exceeding 90 days.

(iii) Curtailment in the quantity of item or items originally tendered on account of any alteration, omission or substitution in the specification, drawing, designs or instructions under clause 14 (1) where such curtailment exceeds 25% in quantity and the value of the quantity curtailed beyond 25 percent at the rates for the item specified in the tender is more than Rs.5000/-

(iv) It shall be upon to the contractor, within 90 days from the service of (i) the notice of stoppage of work or (ii) the notice of withdrawal from the contractual obligation under No claim to the contract on account of the continued compensation on suspension of work or (iii) notice under clause account of loss due 14 (1)resulting in such curtailment to produce to to delay in supply of materials by the Chief Officer satisfactory documentary evidence that he had purchased or agreed to purchase material for use in the contracted work, before receipt by him to the notice of stoppage, suspension or curtailment and require Ambarnath Municipal Council to take over on payment such material at the rate determined by the Chief Officer provided however such rates shall in no case exceed the rates at which the same was required by the contractor. The contractor shall thereafter take over the material so offered provided

quantities offered, are not in excess of the requirement of the unexecuted work as specified in the accepted tender and or of quality and specifications approved by the Engineer

Clause 15 A – The contractor shall not be No claim to entitled to claim any compensation from compensation on account Ambarnath Municipal Council in the loss suffered loss due to by him on account of delay by Ambarnath delay in Municipal Council. In the supply of materials supply of entered in Schedule A where such delay is materials by caused by

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

(ii) Force majors.

(iii) Act of God

(iv) Act of enemies of the State or any reasonable cause beyond the contract of

In the case of such delay in the supply of materials Ambarnath Municipal Council shall Time limit grant such extension of time for the completion unforeseen of the works as shall appear to the Chief Officer claims. be reasonable in accordance with the circumstances of the case. The decision of The Chief Officer as to the extension of time shall be accepted as final by the contractor.

Clause 16: Under no circumstances, whatever shall the contractor be entitled to and compensation from Ambarnath Municipal Council on any account unless the contractor shall have submitted a claim in writing to the Chief Officer within one month of the cause of such claim occurring.

Clause 17: Action and Compensation payable in Action and case of bad work. compensation payable in If any time before the Security Deposit or any case of bad part thereof is refunded to the Contractor it shall work appear to the Chief Officer or his Sub-Ordinate in charge of the work, that any work has been executed with unsound, imperfect or unskilled

workmanship or with materials of inferior quality, or that any materials or articles provided by him for execution of the work are unsound or of a quality inferior to that contracted for, or are otherwise not in accordance the with contract, it shall be lawful for the Chief Officer to intimate this fact in writing to contractor and then notwithstanding the fact that the work, materials or articles complained of may have been in advertently passed, certified and paid for the contractor shall be bound fourth with to rectify, or remove and reconstruct the work so specified in whole or in part, as the case may require or if so required shall remove the materials or articles so specified and provided other proper and suitable materials or articles at his own charge and cost and in the event of his failing to do so within a period to be specified by the Chief Officer & cost and in the written intimation aforesaid, the contractor shall be liable to pay compensation at the rate of 1% the amount of the estimate for every day not exceeding 10 days, during which the failure so continuous and in the case of any such failure the Chief Officer may rectify or remove and re-execute the work of remove and replace the materials or articles complained or as for case may be at the risk and expenses in all respect of the contractor should be Chief Officer consider that and such inferior work or materials as described above he accepted or made use of it shall be within his description to accept the same at such reduced rates as he may fix therefore.

Clause 18 : All work under or in course of execution or executed in pursuance of the Work to be open to contract shall at all times be open to inspection inspection and supervision of the Chief Officerand 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 Chief Officer 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 Chief Officer and his subordinate to visit the work shall have been given to the Contractor or contractor either himself be present to receive responsible agent to order and instruction for have a responsible be present. agent duly a accredited in writing present for that purpose. Orders given to the contractor’s duly authorized agent shall be

considered to have the same force and effect as if they have been given to the contractor himself.

Clause 19 : The contractor shall give not less Notice to be given than 5 days’ notice in writing to the Chief Officer before work is cover up. or his subordinate in charge of the work before covering up or otherwise placing beyond the reach of measurement any work in order that the same may be measured and correct dimensions thereof taken before the same is so covered up or placed beyond the reach of measurement and shall not cover up or place beyond the reach of measurement any work without the consent in writing of the Chief Officer or his subordinate in charge of the work, and if any work shall be covered up or placed beyond the reach of measurement, or without such notice having been or consent obtained the same shall be uncovered at the contractor’s expense, and in default thereof no payment or allowance shall be made for such work or for the materials with which the same was executed.

Clause No.20 :- Contractor liable for damage done or for imperfections

If during the period of 12 months / from the date of completion as certified by the Chief Officer pursuant to Clause 7 of the contract in the opinion of the Engineer, the said work is defective in any manner whatsoever, the contractor shall forth with on receipt of notice in that behalf from the Engineer, duly commence execution and completely carry out at his cost in every respect all the work that may be necessary for rectifying and setting right the

defect specified therein including dismantling and reconstruction of unsafe portions strictly in accordance with and in the manner prescribed and under the supervision of the Engineer. In the event of the contractor failing or neglecting to commence execution of the said rectification work within period prescribed therefore in the said notice or to complete the same as aforesaid as required by the Engineer get the same executed and carried out departmentally or by, any other agency at the risk on account and at the cost of the contractor. The Contractor shall forthwith on demand pay to Ambarnath Municipal Council the amount of such costs, charge and expenses sustained or incurred by the Ambarnath Municipal Council of which the certificate of the Engineer shall be final and binding on the contractor. Such costs, charges and expenses shall be deemed to be arrears of land revenue and in the event of the contractor failing or neglecting to pay same on demands as aforesaid without prejudice to any other right and remedies Ambarnath Municipal Council the same may be recovered from the contractor as arrears of land revenue. The Ambarnath Municipal Council shall also be entitled to deduct the same from any amount which may then the payable or which may there after become payable by the Ambarnath Municipal Council to the contractor either in respect of the said work or any other work whatsoever or from the amount of security deposit retained by Ambarnath Municipal Council.

Clause 21: The contractor shall supply at his Contractor to supply own cost all material (except such special plant, ladders, materials, if any as may, in accordance with the scaffolding etc. contract, be supplied from the Ambarnath Municipal Council. stores), plant, tools, appliances, ladders, wordage, tackle scaffolding and temporary works requisite or proper for the proper execution of the work, whether in the original, altered or substituted forming, and whether included in the specification or other documents form part of the contract or referred

to in these conditions or not and which may be necessary the purpose of satisfying or complying with the requirements.

Of the Chief Officer as to any matter as to any matter as to which under these conditions he is entitled to be satisfied or which he is entitled to require together with the carriage therefore to and from the work. The contractor shall also supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting out work and counting, weighing and assisting in the measurement or examination at any time and from time to time of the work or the materials, failing which the same may be provided by the

Chief Officer at any And is liable for expense of the contractor and the expenses may arising be deducted from any money due to the form no - contractor under the account or from his -- of light security deposit or the proceeds of sale thereof, lancing etc. or of a sufficient portion thereof. The contractor shall provide all necessary lancing and lights required to protect the public form accident, and shall also be bound to bear the expenses of defense of every suit, action or other legal proceeding that may be brought by any person for injury sustained owing to neglect of the above precautions and to pay any damages and cost which may be awarded in any such suit, action or proceeding to any such person, or which may with the consent of the contractor to paid for compromising any claim by any such person.

Clause 21 A – The contractor shall provide suitable scaffolds and working platforms gangways and stairways and shall comply with the following regulation in connection herewith.

(a) Suitable scaffolds shall be provided for workman for all works that cannot be safely done from a 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 and responsible person &

(ii) As far possible by competent workers processing adequate experience in this kind of work.

(c) All scaffolds and appliance connected therewith and ladders shall.

(i) Be of sound material

(ii) Be of adequate strength having regard to the loads and strain to which they will be subjected and be maintained in proper condition.

(d) Scaffolds shall be so constructed that no part thereof can be displacing in consequence of normal use.

(e) Scaffolds shall not be overloaded and so far as practicable the load shall be evenly distributed.

(f) Before installing lifting gear on scaffolds special precautions shall be taken to ensure the strength and stability of the scaffolds.

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

(h) Before allowing a scaffold to be used by his workman the Contractor shall whether the scaffold has been erected by his workmen or not, take steps to ensure that it complies fully with the regulations herein specified.

(i) Working Platform gangway stairways shall – i) Be so constructed that no part thereof can sang unduly or unequally. ii) Be so constructed and maintained having regard to the prevailing condition as to reduce as far as practicable risks of persons tripping or slipping and iii) Be kept free from any unnecessary obstruction.

(J) In the case of working platform, gangways, working places and stairways at a height exceeding 25 Meters (To be specified) i) Every working platform and every gangway shall be closely boarded unless other adequate measures are taken to ensure safety. ii) Every working platform and gangway shall have adequate with an iii) Every working platform, gangway, working place and stairway shall be suitable fenced.

(k) Every opening in the floor of a building or in working platform shall except for the time and to the extent required to allow the excess of persons or the transport of 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 2.5 meter suitable precautions shall be taken to prevent the fall of persons or material (To be prescribed)

(m) Suitable precautions shall be taken to prevent person being stuck by articles which might fall from scaffolds or other working places.

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

(o) The contractor’s will have to make payment to the laborers as per minimum Wages Act.

Clause 21 B – The contractor shall comply with the following regulations as regards the Hoisting Appliance to be used by him:

(a) Hoisting machines and tackle, including their attachment, anchorages and supports shall –

(i) Be of good mechanical construction, sound material and adequate strength and free from patent defect and

(ii) Be kept in good repair and in good working order.

(a) Every rope used in hoisting or lowering materials or as a means or suspension shall be of suitable quality and adequate strength and free from patent defect. (b) Hoisting machines and tackle shall be examined and adequately tested after erection on the site and before use and be re-examined in position at intervals to be prescribed by the machine operators. (c) Every chain, ring hook, shackle, swivel and pulley block used in hoisting or lowering materials or as means of suspension shall be periodically examined. (d) Every crane driver or hoisting appliance operator shall be properly qualified. (e) No person who is below the age of 18 years shall be in control of any hoisting machine, including any scaffold which, or give signals to the operator. (f) In crane of the every hoisting machine and of every chain, ring, hook, shackle, swivel and pulley block used in hoisting or lowering or as a means of suspension, the safe working load shall be ascertained by adequate means. (g) Every hoisting machine and all gear referred to in preceding regulation shall be plainly marked with the safe working load. (h) 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.

(i) No parts of any hoisting machine or of any gear referred to in regulation 7 above shall be loaded beyond the safe working load except for the purpose of testing. (j) Motors, gearing transmissions, electric writing and others dangerous part of hosting appliance shall be provided with efficient safeguards. (k) Hosting appliance shall be provided with such means as will reduce to a minimum the risk of accidental descent of the load. (l) Adequate precaution shall take to reduce to a minimum the risk of any part of a suspended load becoming accidentally displaced. Clause 22: The contractor shall not set fire to Measuring for any standing jungle, trees brushwood or grass prevention fire. without a written permit from the Chief Officer

When such permit is given, and also in all cases when destroying cut or dug up trees, brushwood grass etc. by fire the contractor shall be taken 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.

Clause 23 : Compensations for all damages done intentionally or unintentionally by Liability of contractor contractors labour whether in or beyond the for any damage limits Ambarnath Municipal Council, property done in or including any damage caused by the spreading outside work area.

of such mentioned in clause 22 shall be estimated by the Chief Officer or such other officer as he may appointed and the estimates of the Chief Officer shall be final and the contractor shall be bound today the amount of the assessed compensation on the demand failing which the same will be recovered from the contractor from the contractor as damage in the manner prescribed in clause I or deducted by the Chief Officer from any sums that may be due or become due from AMBARNATH Municipal Council to contractor under this contract or otherwise.

The contract shall bear the expenses of depending any action or other legal proceeding that may brought by any persons or for injury sustained by him owing to neglect of precautions to prevent the spread of fire and he shall pay damages and cost that may be awarded by the court in consequence.

Clause 24: The employment of female laborers Employment of female on works in neighborhood or soldiers’ barracks labour. should be avoided as far as possible. The contractor shall employ the laborers with the nearest employment exchange. Work on Sunday Clause 25: No work shall be done on Sunday without the sanction in writing of the Chief Officer

Clause 26 : The contract or shall not be assigned or sublet without the written approval the Chief Officer and if the contractor shall Work not be sublet. assign or sublet his contract, or attempt do so,

Contract may be rescinded and security deposit.

or become insolvent or commence any proceeding to get.

Himself adjudicated and insolvent or make any

Forf eited for subletting compensation with his creditors or attempt so to it without approval or do if bride gratuity, gift, loan, perquisite reward for bribing a public officer or if contractor or advantage pecuniary or otherwise shall either becomes in solvent . directly be given, promised, or offered by the contractor or any of his servants or agents to any public officer or person in the employ of in any way relating to his officer or employment, or if any such officer or person shall become in any way directly or indirectly interested in the contract, the Chief Officer may thereupon by notice in writing rescind the contract, and the security deposit of the contractor shall

thereupon stand forfeited and be absolutely ate the disposal of Ambarnath Municipal Council and the same consequences shall ensure as if the contract had been rescind under clause 3 thereof and in addition the contractor shall not be entitled to recover or be paid for any work thereof actually performed under the contract.

Clause 27: All sums payable by a contractor by Sum pa yable by way of compensation to be way of compensation under any of these considered as reasonable conditions shall be considered as reasonable compensation without compensation to be applied to the use of reference to actual loss without reference to the actual loss or damage sustained, and whether any damage his or has not been sustained.

Clause 28: In the case of tender by partners, Changes in the constitution of firm any to be notified

change in the constitution of firm shall be forthwith notified by the contractor to the Chief Officer for his information.

Clause 29: All work to executed under the contract shall be executed under the direction Direction and control of Chief and subject to all approval in all respect of the Officer Chief Officer of the Ambarnath Municipal Council,for the time being, who shall be entitled to direct at what point or and in what manner they are to be commenced and from time to time carried on.

Clause 30 : (1) Except where otherwise specified in the contract and subject to the Decision and control powers delegated to him by under the code of Chief Officer rules then in force the decision on the Chief Officer of the Ambarnath Municipal Council for the time being shall be final conclusive, and binding on all parties of the contract upon all question relating to the meaning of the specifications, designs, drawings and instructions herein before mentioned and as to the quality of workmanship, or materials used on the work, or as to any other question, claim, right, matter or things whatever, 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

This clause is not an Arbitration Agreement.

(2) The contract may within thirty days of receipt by him of any order passed by the Chief Officer of the Ambarnath Municipal Council concerned with the

contract work or WATER SUPPLY provided that :

(a) The accepted value of contract exceeds Rs.10 lakh (Rupees Ten Lakhs).

(b) Amount of claim is not less than 1 lakh

(Rupees one lakh)

(3) The decision of Chief Officer, Ambarnath Municipal Council, will be final and binding on contractor. Store of European or American Clause 31 : The contractor shall obtain from the manufacture to be Ambarnath Municipal Council all stores and obtained from council articles of European or American manufacture which may be required for the work, or any part thereof in making up any articles required thereof or in connection therewith unless he has contained permission in writing from the Chief Officer to obtain such stores and articles elsewhere. The value of such stores and articles as may be supplied to the contractor by the Chief Officer will be debited to the contractor in his account at the rates shown in the schedule in form Aattached to the contract and if they are not entered in the said schedule they shall be debited to him at cost price which for the purpose of this contract shall include the cost of carriage and all other expenses whatsoever which shall have been incurred in obtaining delivery of the same at the stores aforesaid

Clause 32 – Where the estimate on which a tender is made includes lump sums in respect or Lump sums in parts of the work the contractor shall be entitled estimate. to payment in respect to the items of work involved or the part of the work in question at the same rates as are payable under this contract for each item, or if the part of the work in question is not in the opinion of the Chief Officer capable of measurement, the Chief Officer may at this discretions pay the lump sum amount entered in the estimate, and the certificate in writing of the Chief Officer shall be final and conclusive against the contractor with regard to any sum of sums payable to him under the provisions of this clause. Action where on Clause 33 – In the case on any class of work, for specifications which there is no such specification as in mentioned in Rule 1 such work shall be carried out in accordance with the Ambarnath Municipal Council specification, and in the event of there being no Ambarnath Municipal Council prescribed specification, then in such case the works shall be carried out in all respect in accordance with all instruction and requirement of the Chief Officer.

Clause 34 – The expression works or work Definition of where used in these conditions shall unless work there be something in the subject or contract repugnant to such constructions, be constructed to mean the works constructed to be executed under or in virtue of the contract, whether original altered substituted or additional.

Contractor’s Clause 35 – The percentage referred to in the percentage tender shall deduct from added to the gross whether applied to amount of the bill before deducting the value of net or gross any stock issued. amount of

Clause 36 – All quarry fees, royalties, and ground rent for stocking materials, if any should Refund of be paid by the contractor. query less and Clause 37 – The contractors shall be responsible royalties. for and shall pay any compensation to his Compensati workmen payable under the workmen’s on under workmen’s Compensation Act.1923 (VIII of compensate 1923)(hereinafter called the said Act ) for on Act. injuries caused to the workmen. If such compensation is payable paid by Ambarnath Municipal Council as principal under section (1) of section 12 of the said Act on behalf of the contractor it shall be recoverable by from the contractor under sub section (2) of the said section. Such Compensation shall be recovered in the manner laid down in clause 1 above.

Clause 37 A – The contractor shall be responsible for and shall pay the expenses of providing medical aid to any workman who may suffer a bodily injury as a result of an accident. If such expenses are incurred by Ambarnath Municipal Council the same shall be recoverable from the contractor forth with and be deducted without prejudice to any other remedy of from any amount due or that may become due to the contractor.

Clause 37 B – The contractor shall provide all necessary personal safety equipment and first

aid apparatus for the use of the persons employed on the site and shall maintain the same in condition suitable for immediate use at any time and shall comply with the following regulations in connection therewith.

(a) The workers shall be required to use the equipment so provided by the contractor and the contractor shall take associate to ensure proper use of the equipment 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 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 C – The contractor shall duly employ with the provision of The Apprentices Act 1962 (III of 1986) the rules made there under and the orders that may be issued 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 Said Rules.

Clause 38 - DELETED

1) Quantities in respect of the several items Claim for quantities shown in the tender are approximate and no entitled in the tender or estimates. revision in the tendered rate shall be permitted in respect of any of the items so long as subject to any special provision

contained in specifications prescribing a different percentage of permissible variation, the quantity of the item does not exceed the tender quantity by more than 25 percent and so long as the value of the excess quantity beyond this limit at the rate of item specified in the tender is not more than Rs. 5,000/- 2) The contractor shall if ordered in writing by the Engineer so to do, also carry out any quantities in excess of the limit mentioned in sub clause (1) here of on the same conditions as and in accordance with the specification in the tender and at the rates (i) derived from the rates entered in the current schedule of rates and in the absence of such rates (ii) at the rate prevailing in the market. The said rates being increased or decreased as the case may be by the percentage which the total tendered amount bears to the estimated cost of the work as put to tender based upon the schedule of rates applicable to the year in which the tenders were 3) invited ( for the purpose of operation of this clause, this cost shall be taken to be as Rs .92,55,264/- in words Rupees Ninety Two Lakhs Fifty Five Thousand Two Hundred Sixty Four and Paise Zero Only . 4) Claims arising out of reduction in the tendered quantity of any item be beyond 25 percentage will be governed by the provision of clause 15 only when the of such reduction beyond 25percent at the rate of the item specified in the tender is more than Rs. 5,000/- 5) This clause is not applicable to extra items.

6) There is no change in the rate & the excess is more than 25% of the tendered quantity but the value of the excess work at the tendered rates does not exceed Rs. 5000/- 7) All claims in this respect will be finalized by the Chief Officer in the provision of this clause Clause 38 is deleted however excess quantity shall be executed only after permission of the Chief Officer. Excess quantity shall be paid @ Accepted tender only.

Clause 39 – The contractor shall employ any famine convict or other labour of the particular kind or class if ordered in writing to do so by the Chief Officer

Clause 40 – No compensation shall be allowed for any delay caused in the starting of the work Claim for compensation on account of any acquisition of any land or in delay in starting the case of clearance works, on account of any the work delay in according sanction to estimates.

Clause 41 – No compensation shall be allowed Claim for for any delays in the execution of the work on compensat ion for account of water standing in borrow pits or delay in execution compartment. The rates are inclusive for hard of work or cracked soil, excavation in mud, sub soils, water standing in borrow pit and no claim for an extra rate shall be entertained, unless otherwise expressly specified. Entering upon of Clause 42 – The Contractor shall not enter upon commencing any portion of or

commence any portion of work except with the written authority and instruction of the Chief Officer or of his subordinate in charge of the work. Failings such authority the contractor shall have no claim to ask for measurement of or payment for work.

Clause 43 – (i) No contractor shall employ any Minimu m age person who is under the age of 18 years. of persons employed, the (ii) No contractor shall employ donkeys or other employment animals with breeching of string or thin rope. of donkeys and / or The breeching must be at least three inches other animals and the wide and should be of tape (Nawar) payments of fair wages (iii) No animal suffering from scores, lameness or emaciation or which is immature shall be employed on the work.

(iv) The Chief Officer or his agent is authorized to remove from the work, any person or animal found working which does not satisfy these conditions and no responsibility shall be accepted by Ambarnath Municipal Council, for any delay caused in the completion of the work by such removal.

(v)The contractor shall pay fair and reasonable wages to the workmen employed by him, in the contract undertaken by him. In the event of any dispute arising between the contractor and his workmen on the grounds that the wages paid are not fair and reasonable the dispute shall be referred without delay to the Chief Officer who shall decide the same. The decision of the Chief Officer shall be conclusive and binding on the contractor but such decision shall not in any

way, affect the condition. In the contract regarding the payment to be made by Ambarnath

Municipal Council at the sanctioned tender rates

(vi) Contractor shall provide drinking water facilities to the workers similar amenities shall be provided to the workers engaged on large work in urban areas.

(vii) All facilities provided in the contract labour (Regulation and Abolition in Rule 1971) should be provided.

Clause 44 – Payment to contractor shall be Method of made by cheque drawn on any bank within the payment Ambarnath Municipal Council, limits convenient to them provided the amount exceeds Rs.100/- Amount not exceeding Rs. 100 will be paid in Acceptance of conditions cash. compulsory before Clause 45 – Any contractor who does not accept tendering for work these conditions shall not be allowed to tender for works.

Clause 46 – If Government declares a state of scarcity Municipal or famine to exist in any Employment of village situated within 16 km of the work, the scarcity contractor shall employ upon such parts of the MunicipalLabour work, as are suitable for unskilled labour any person certified to him by the Chief Officer, or be any person to whom the Chief Officer may have deluged this duty in writing to be in need of relief and shall be bound to pay to such person wages not below the minimum which may have fixed in this behalf. Any disputes which may arise in connection with the

implementation on this clause shall be decided by the Chief Officer whose decision shall be final and binding on the Contractor.

Clause 47 – The price quoted by the contractors shall not in any case exceed the control price, if any fixed by Ambarnath Municipal Council, or reasonable price which it is permissible for him to charge a private

purchaser for the same class and description the controlled price or the price permissible under Hoarding and Profiteering Ordinance. 1948 as amended from time to time. If the price quoted exceeds the controlled price or the price permissible under Hoarding and Profiteering Prevention Ordinance the contractor will specifically mention this fact in his This Discretion will be exercised without prejudice to any other action that may be taken against the contractor.

Clause 47 A – The Contract value shall be inclusive of all taxes and shall also be inclusive of the tax levy in respect of GST as applicable. Charges towards GST will not be paid by AMC

Clause 48 – The rates to be quoted by the contractor must be inclusive of GST as applicable. Charges towards GST will not be paid by AMC

Clause 49 – In case of materials that may remain surplus with the contractor from those issued for the work contracted for, date of ascertainment of the materials being surplus will be taken as the date of sale for the purpose of

sales tax and the sales tax will be recovered on such sale.

Clause 50- The Contractor shall employ at least 80 percent of the total number of unskilled labour to be employed by him on the said work from out of persons ordinary residing in the district in which site of the said work is located.

Providing, however that if the required number of unskilled labour from that district is not available, the contractor shall in the first instance employ such number of persons as is available and thereafter may with the previous permission in writing of the Chief Officer-in- charge of the said work, obtain the rest of the requirement of unskilled labour from outside district.

Clause 51- The contractor shall pay the laborers’ skilled and unskilled according to the wages prescribed by the Minimum Wages Act applicable to the area in which the work of the contractor is in Progress.

Clause 52 – All amounts Whatsoever which the contractor is liable to pay to Municipal Council in connection with the execution of the work including the amount payable in respect of (I) materials and / or stores supplied / issued here under by the Municipal Council to the contractor (II) hire charges in respect of heavy plant, machinery and equipment

given on hire by the Municipal Council to the Contractor for execution by him of the work and / or on which advances have been given by the Council to the contractor shall be deemed to be arrears of Land Revenue and the Council may without prejudice to any other rights and remedies of the Council recover the same from the contractor as arrears of revenue.

Clause 53 – The contractor shall duly employ with all the provisions of the contract labour (Regulation and Abolition) Act 1970 (37 of 1970) and the Maharashtra Contract Labour(Regulation and Abolition) Rules, 1971 as amended from time to time and relevant status and statutory provisions thereof concerning payment of wages particularly to workman employed by the contractor and workmen on the site of work. In particulars the contractor shall pay wages to each worker employed by him on the site of the work at the rates prescribed under this Maharashtra Contractor Labour (Regulation and Abolition) Rules, 1971 if the contractor fails or neglects to pay wages at the said rates or makes short payment and Municipal Council makes such payment of wages in full or part thereof fees paid by the Contractor, as the case may be the amount so paid by Municipal Council to such workers shall be deemed to the arrears of land revenue and the Municipal Council shall be entitled to recover the same as such from the contractor or deduct the same from amount payable by the Municipal Council to the contract or hereunder or from any other amounts

payable to him by the Ambarnath Municipal Council, (Insert vide Govt. PWD circular No. CAT 1284/120) Building dt 14.08.1985 Accompaniments to the 54 G.R. PWD No. BGD1979/64188 (358) Desk-2 dt 4.02.1981

Clause 54 -The Contractor shall comply with the provisions of the Apprentices Act, 1967 and the rules and orders issued there under from time to time. If he falls to do so this failure will be breach of the contract and the Superintending Engineer may in his discretion cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the Act. Clause 55 - Govt. of Maharashtra PWD Resolution No. CAT – 1086/CR-243/K/Bldg. Dated 11/8/1987 Clause 56– The Contractor shall engage apprentices such as brick layer, carpenter, wire- men, plumber as well as black smith recommended by the State Apprenticeship Advisor, Director of Technical Education, Dhobi Talaw, – 400001, in the construction work (As per Government of Maharashtra, Education Department circular No. TSA/5170/T/56689, dated 7/7/1972. Clause 57 –GST The Contract value shall be inclusive of all taxes and shall also be inclusive of the tax levy in respect of GST as applicable. Charges towards GST will not be paid by AMC Clause 58 – Anti Malaria & other health measures:

(A) The anti-malaria and other health measures shall be taken by the contractor and directed by the Joint Director Malaria and Filarial) of Health Services, Pune. (B) Contractor shall see that mosquito genie conditions are not created so as to keep vector population to minimum level. (C) Contractor, shall carry out anti malaria measures in the area as per guidelines prescribed under National Malaria Eradiation Programme and as directed by the Joint Director ( M & F) of Health Services, Pune. (D) In case of default in carrying out prescribed anti malaria measures resulting in increases in malaria incidence, contractor shall be liable to pay to Ambarnath Municipal Council the amount spent by Ambarnath Municipal Council on anti malaria measures (E) to control the situation in addition to fine. Relation with Public Authorities:

(F) The contractor shall make sufficient arrangement for draining away the sullage water as well as water coming from the bathing and washing places and shall dispose of this water in such a way as not cause any nuisance. He shall also keep the premises clean by employing sufficient number of sweepers. The contractor shall comply with all rules, regulations, by laws and directions given from time to time by any local or public authority in connections with this work and shall pay fees or charges which are livable on him without any extra cost to AMBARNATH Municipal Council.

PRICE VARIATION CLAUSEIS DELETED

AMBARNATH MUNICIPAL COUNCIL WATER SUPPLY DEPARTMENT

TENDER NOTICE NO. 01, FOR 2018-19

(E- TENDER)

Name of Work:- Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area.

Schedule – A

Schedule showing (approximately) the material to be supplied from Ambarnath Municipal Council Stores for work contracted to be executed and preliminary and ancillary work and the rate at which they are to be charged for

Particulars Rate at which the materials will be charged to Place of delivery the Contractor

Unit In figures In words

NIL

Note No.1 – The person of firm submitting the tender should see that the rates in the above schedule are filled up by the Chief Officer on the issue of the form prior to the submission of the tender.

Signature of Contractor: Signature of Chief Officer

AMBARNATH MUNICIPAL COUNCIL WATER SUPPLY DEPARTMENT TENDER NOTICE NO. 01 , FOR 2018-19

(E- TENDER)

Name of Work:- Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area.

GENERAL SCOPE OF WORK AND DEFINATIONS

1) Location: - Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area. 1.1 The work consists of Excavation, Road Work, Gutter Work, Cross Drain Work, Paver Block Work, Chequered tile, Street Light Workand other works. 1.2 The boundaries of the road shall be properly marked on both sides fixed firmly in ground. 1.3 Work will be started in the available land immediately. 1.4 No compensation or claim will be entertained if there is delay in handing over the land or acquisition of land. 1.5 Providing and laying cement concrete of required grade as specified in schedule B

2) Definitions: Unless excluded by or repugnant to the context. 2.1) The expression “A.M.C” as used in the tender papers shall mean the AmbarnathMunicipalCouncil 2.2) The expression “Department” as used in the tender papers shall mean the Public Work Department of the Ambarnath Municipal Council 2.3) The expression “Municipal Engineer” as used anywhere in the tender papers shall mean Municipal Engineer, of the Ambarnath Municipal Council, Ambarnath who is designated as such. 2.4) The expression Plant as used in the tender papers shall mean every machinery necessary or considered necessary by the Municipal Engineer to execute; construct complete and maintain the works and used in altered, modified, substituted and additional work, ordered in the time and manner herein provided and all temporary materials and special.

2.5) “Drawing” shall mean the drawings referred to in specifications and any modifications of such other drawings as may from time to time be furnished or approved in writing by the Municipal Engineer. 2.6) “Chief Officer’s representative” means the Engineer in charge of work as notified by Chief Officer The PMC (WATER SUPPLY Management Consultant) for this work is Municipal Engineer by Ambarnath Municipal Council 2.7) The “Site” shall mean the lands and /or other places on, under, in or through which the road work is to be executed under the contract 2.8) Parts (s) thereof as the case may be and shall include all extra or additional, altered or substituted work as required for performance of the Contract. 2.9) The “Contract” shall mean the tender notice, the offer and the tender documents including the tender and acceptance thereof together with the documents referred to therein,and the accepted conditions with annexure mentioned therein including any special conditions, specifications, designs, drawings, price schedule / bill of quantities and schedule of rates and common set of conditions / deviations. All these documents taken together shall be deemed to form one contract and shall be complementary to one another. 2.10) The “Contractor” shall mean the individual or firm or company whether incorporated or not, undertaking the work and shall include legal representative of such individual or persons comprising such firm or company as these as the case may be and permitted, assigns of such individual or firm or company their successors, assigns. 2.11) The “Contract Sum” shall mean the sum for which the tender is accepted. 2.12) A “Day” shall mean a day of 24 hours from midnight irrespective of the number of hours worked in that day. 2.13) A “week” shall mean seven consecutive days without regard to the number of hours worked in any day in that week. 2.14) “Temporary works” shall mean all temporary work of every kind required in or about the execution completion or maintenance of the works. 2.15) “Urgent works” shall mean any measures which, in the opinion of the Municipal Engineer, become necessary during the progress of the works to obviate any risk or accident or failure or which become necessaryfor security of the work or the persons working, thereon. 2.16) Where the context so requires, work importing the singular number only also included the plural number and vice-versa. 2.17) Wherever there is mention of “Schedule of Rate” or simply DSR or Schedule Rates in this tender it will be taken to mean as “The Schedule of the rate of Public Works, Thane 2.18) Supervision of work: The work will be supervised by Engineer in Charge appointed by Ambarnath Municipal Council,Municipal Engineer by Ambarnath Municipal Council and representative Engineer of Ambarnath Municipal Council jointly.

AMBARNATH MUNICIPAL COUNCIL WATER SUPPLY DEPARTMENT

TENDER NOTICE NO.01, FOR 2018-19

(E- TENDER)

Name of Work:- Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area.

GENERAL CONDITIONS OF CONTRACT

1. WORKS AND SITE CONDITIONS:-

1.1 General Description of Works: The details of works to be executed is noted in scope of work 1.2 Supervision of Work: The work will be executed under the supervision of MunicipalEngineerAmbarnath Municipal Council and his representative In case of this work Municipal engr. AMC 1.3 Measurement of work: Measurement of work will be taken by the Incharge Officer of Sanitation Department of AMC

2. CONTRATOR TO INFORM HIMSELF FULLY: 2.1 The contractor shall be deemed to have examined the work and site conditions regarding land including labour, the general and the special conditions. The specification, schedules, drawings, he shall be deemed to have visited the site of work and to have fully acquainted himself regarding the local conditions and carried out his own investigations to arrive at rates quoted in the tender. In this regard he will be given if shall have any doubt as to the meeting of any portion of these general conditions or the special conditions or the scope of work or the specification and drawings, or any matter concerning the contract he shall, in good time, before submitting his tender, set forth the particulars thereof and submit them to the Municipal Engineer, Ambarnath Municipal Council in writing in order that such doubts may be clarified authoritatively before tendering.

Once a tender is submitted, the matter will be decided according to tender conditions, in absence of any such authentic pre-clarification.

2.2 Errors, omissions and Discrepancies

2.2.1 In-case of errors and /or disagreement between written and scaled dimensions on the drawing or between drawing and standard specifications etc the following order of preference shall supply. i) Between actual scaled and written dimension or description on a drawing the latter shall be adopted. ii) Between the written or shown description of dimension in the drawing and corresponding one in the specifications, the latter shall apply. iii) Between the quantities shown in Schedule B of quantities and those arrived at from the drawings, the latter shall be adopted, subject of course, to actual measurement at site.

2.2.2 In case of discrepancy between percentage rate quoted in figures and words, the lowest of the two will be considered for acceptance of the tender.

2.2.3 In all cases of omissions and /or doubts for any items or specifications, a reference shall be made of the Municipal Engineer, Ambarnath Municipal Council whose elucidation, elaboration or decision shall be considered as authentic. The Contractor shall be held responsible for any errors that may occur in theoccur in the work through lack of such reference and through lack of such precaution.

2.3 Working Methods: The work is to be executed without distributing present traffic. If it is possible to execute the road in half width then in that case it has to be ensured that traffic must pass safety in half width. Proper barricading, lighting, sign boards night lamps chowkidar need to be provided by contractor. If it is decided to close the road under construction for vehicular traffic being narrow width then the contractor will be responsible for safety of pedestrians, movements and provide barricading, ramps, sign boards as per requirements and instructions of Engineer in charge on the road under execution. Contractor shall submit within the time stipulated by the MunicipalEngineer in writing the details of actual methods that would be adopted by the contractor for execution of any items as required by Engineer at each of the locations supported by necessary detailed drawings and sketches including those of the Plants and Machinery that would be used, their locations, arrangement for conveying and handling materials etc. Obtain prior approval of the Engineer in charge well in advance for starting of such item of work. The Municipal Engineer reserve the right to suggest modification or make complete changes in method proposed by the Contractor,whether accepted previously or not, at any stages of work, in order to obtain the desired accuracy, quality and progressof work which shall

.be binding on the contractor and no claim on account of such changes in method of execution will be entertained by department so long as specifications of the item remain unaltered.

2.4 Progress Schedule: 2.4.1 The contractor shall furnish within 7 days on receipt of order, a progress schedule in quadruplicate indicating the date of actual starting of work, the monthly progress expected to be achieved and anticipated completion date of each major item of work, also indicating states of procurements and setting up of materials, plant and machinery. The schedule should be such as to be practicable of achievement towards the completion of the whole work in the prescribe time limit. The progress schedule will be scrutinized and approved with/without modifications by the MunicipalEngineer. No revised schedule shall be operative without such acceptance in writing. The Municipal Engineer further empowered to ask for more detailed schedule or schedules say week by week, for any item or item, in case of urgency of work as will be directed by him and the contractor shall supply the same as and when asked for. The contractor will be responsible for maintaining the progress according to schedule laid down in Clause 2 B-1 Tender Form. The progress according to shall be in the form of Bar chart/C.P.M. chart or any other form prescribed by Municipal Engineer.

2.4.2 The contractor shall arrange and provide sufficient plant and equipment centering material 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 supervision shall be such as may approved by the Engineer. Night work which requires supervision shall not be permitted except when specifically allowed by the Engineer each time, if requested by the Contractor. The contractor shall provide necessary lighting arrangements etc for night work, as directed by Engineer at his own cost.

2.4.3 Further the contractor shall submit the progress report of work every week or as may be specified by the Municipal Engineer.

2.4.4 The Contractor shall maintain proforma, charts, details regarding machinery, equipment, labour, materials, personnel etc are actually employed and submit weekly report thereof as may be specified by the Municipal Engineer.

2.5 Treasure Trove: In the event of discovery by the contractor or his employees, during the progress of the work of any treasure fossils, mineral or any other article of value or interest, the contractor shall give immediate intimation thereof to the Municipal Engineers and forthwith hand over to the Municipal Engineer such treasure things which shall be the property of the Ambarnath Municipal Council.

2.6 Agent and Work Order Book: The contractor shall himself manage the work and engage authorized all time Engineer on the work capable of managing and guiding the work and understanding the specifications and contract conditions. A qualified and experienced Engineer shall be provided by the Contractor as his agent for technical matters who will be approved by MunicipalEngineerOrder given by the Municipal Engineer / Chief Officer or his representative and AuthorizedRepresentative shall be complied by the qualified sit e engineer of contractor. The Engineer shall not be changed without prior intimation to the Municipal Engineer / Chief Officer or his authorized representative on work site. The contractor shall supply to the Engineer the details of all supervisory and the other staffs employed by the contractor and notify changes when made and satisfy the engineer regarding the adequacy of the staff employed. The Engineer will have the unquestionable right to ask for changes in the supervisory staff and to order for removal from work of any staff member. The contractor shall comply with such orders and effect replacementtothe satisfaction of Engineer-in-charge. A work order book shall be maintained on site and it shall be property Ambarnath Municipal Council and the contractor shall promptly sign orders given therein byMunicipalEngineer or his representative on the work and comply with them. The compliance shall be reported by the contractor to the Engineer-in-charge in good time so that it can be checked. The blank work order book with machine numbered pages will be provided by the Ambarnath Municipal Council free of charge for this purpose. The contractor will be allowed to copy out instruction given therein from time to time.

2.7 Initial Measurement for Record: Measurement of work will be taken by theirrepresentative of PMC,Engineer of AMC jointly in presence of Contractor or his authorized representative. The measurement will be recorded in MB and level book by the representative of Engineer in charge of the councils. The set of measurement recorded in MB and levels in the level book will be signed by representative of PMC and contractor. The cross section drawn of the work shall also be signed by representative of AMCEngineer/ Contractor / and Engineer in charge of council. Contractor shall ensure that leveling at each stage is done to workout cross sectional measurements. He shall not cover the work or lay further layers unless the levels and recorded.

2.8 Handing Over the work: All the work and materials, before finally taken over by department will be the entire liability of the contractor for guarding, maintaining and making good nay damage of any magnitude interim payments made for such work will not alter this position. The handing over by the contractor and taking over by the Municipal Engineer or his authorized representative will be always in writing, copies of

which will be going to the Municipal Engineer or his authorized representative and the contractor duly signed by both the parties.

2.9 Assistance in Procuring Priorities, Permits etc: The Engineer-in-charge on a written request by the Contractor will if in his opinion, the request is reasonable and in the interest of work and its progress, assist the contractor, in securing the priorities for deliveries, transport permits for controlled materials etc. whensuch are needed. The Ambarnath Municipal Council will not be responsible for the non-availability of such facilities or delay in this behalf and no claim on account of such failures or delay shall be allowed by the Ambarnath Municipal Council. The contractor shall have to make his own arrangement for machinery required for the work.

2.10 Co-ordination When the several agencies for different sub-works or the WATER SUPPLY are to work simultaneously on the WATER SUPPLY sit there must be full co-ordination and co-operation between different contractors to ensure timely and smooth completion of the WATER SUPPLY as a whole. The schedule dates for completion specified in each contract shall therefore, be strictly adhered to each Contractor may make his independent arrangement for water, power, housing etc. if they so desire. No single contractor shall take or cause to take any steps or action that may cause, disturbance of work, labour or arrangementetc of other contractor in the WATER SUPPLY location. Any action by any contractor which the Municipal Engineer in this unquestioned discretion may consider as infringement of the above code would be considered as a breach of the contract conditions and shall be delete with us such. In case of any dispute, disagreement between the contractors the Municipal Engineer’s decision regarding the co-ordination, co-operation and facilities to be provided by the contractors shall be final and binding on the contractor concerned and such a decision or decisions shall not vitiate any contract nor absolve the contractor (s) of his/their obligation under the contract nor consider for the grant for any claim or compensation.

2.11 Rates in Schedule B” The Contractor must understand clearly that the rates quoted are for completed work and include all costs due to labour, scaffolding, plant, machinery, safety for traffic, supervision, electric supply, water supply, royalties, octroi duties if applicable, all taxes Central + State Govt.cess, levies, works contract tax etc. and should also include all expense to cover the cost of night work if & when required and no claim for additional payment beyond the prices or rates quoted will be entertained .

2.12 Patented Device: Whenever the contractor desires to use nay designed devices, materials or process covered by the letter of patent or copy right, the right for such use shall be secured by suitable, legal arrangement and agreement with patent owner and the copy of their agreement shall be filed with the Chief Officer. If also desired by the latter.

2.13 Temporary Quarters: The contractor shall at his own expenses maintain sufficient experienced supervisory staff and labours etc. required for the work and shall make his own arrangement, provide housing for them with all necessary arrangements including the preventive measure etc, as directed by the Chief Officer. No labour hutment shall be allowed within the work site.

2.14 Site Office and Laboratory for the Departmental Staff : The contractor shall provide site office and laboratory with equipments for testing of materials of sufficient area for the departmental staff with electrification, furniture, drinking water arrangement, steel cup board, table, chairs, fans etc. to Ambarnath Municipal Council. The contract rate shall include cost on this account also.

3. SAFETY MEASURES AND AMENITIES (Labour on Work)

3.1 Safety Measures: The contractor shall take all necessary precautions for the safety of the workers and preserving them while working in such job as require special protection and precaution. The following are some of the requirements listed though not exhaustive. The contractor shall also comply with directions issued by the Engineer-In-charge in this regard form time to time and all times.

3.1.1 Providing protective footwear and helmet to workers, who are working at heights in situation like mixing and placing of concrete, cement mortar or bitumen mix in quarries and places where the work is done under too much wet conditions and also for movements over surfaces infested with oyster growth etc.

3.1.2 Providing protective hand wear to workers, working in quarries etc. to protect them against accidental fall of materials from above.

3.1.3 Making all platforms staging and temporary structures sufficiently strong so as not to case inconvenience and risk to the workmen and supervisory staff.

3.1.4 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 accidents due to suffocation drawing and other injuries.

3.1.5 Providing full length gum boots, leather hand gloves with fire proof apron to cover the chest and back, reaching up to knees and protective goggles for the eyes to the labours working with hot asphalt handling, vibrator in cement concrete and also where use of any or all these items is beneficial in the interest of health and well being of the laboursin the opinion of the Engineer. 3.1.6 Avoiding base live wires etc. as wouldelectrocute workers.

3.2 Explosive: Explosive are not permitted to be used being an urban area.

3.3 Damage by Floods or Accidents: The contractor shall take all precautions against damage by floods or from accidents etc. No compensation will be allowed to the contractor on this account or for correcting and repairing such damage to the work during construction. The contractor shall be liable to make good at his cost any plant or machineries belonging to the Government lost or damaged by flood or from any other which is in his charge.

3.4 Relation with Public Authorities: The contractor shall comply with all rules regulations by laws and directions given from time to time by any local or Public Authority in connection with this work and shall himself pay fees or charges which are leviable on him without any extra cost to the Department.

3.5 Police Protection: For the special protection of Camp and of the Contractor’s work, the Department will help the Contractor as far as possible to arrange for such protection with the concerned authorities if so requested by the contractor in writing. The full cost of such protections will be borne by the Contractor.

3.6 Indemnity: The contractor shall indemnify the Ambarnath Municipal Council all actions, suits claims and demands compensation brought or made against him in respect of anything done or committed o be done by the Contractor in execution of or in connection with the work of this contract as well contract labour and against any loss or damage to the Council in consequence of any suit or action being brought against the contractor for anything done or committed to be done during execution of the work of this contract.

3.7 Labour and General Laws:

Labour Regulations 3.7.1 The contractor shall employ labour in sufficient numbers either directly or through sub-contractors to maintain the required rate of progress and of quality to ensure workmanship of the degree specified in the contract and to the satisfaction of the Engineer-in-charge.

3.7.2 The contractor shall not employ in connection with the works any person who has not completed his eighteenth year of age. 3.7.3 The contractor shall furnish to the Engineer in charge fortnightly distribution return of the number and description by trades of works people employed in the works.

3.7.4 (a) The contractor is required to report immediately to the Engineer-In-charge any accident or unusual occurrence connected with the work and now /they acted upon. The contractor shall also submit to Engineer-in-charge a true statement showing in respect of the second half of the preceding month and the first half on the current month.

(b) The accident that occurred during the said fortnight showing the circumstances under which they happened and the extent of damage and injury cause by them and (c) The number of female workers who have been allowed benefit under Maternity Benefit Act 1961 or Rules made there under and the amount paid to them.

3.7.5 The contractor shall make payments to the labours employed by him either directly or throughsub contractor at the wages not less than fair wages as defined in the contract labour regulations as contained hereinafter in regards to all matter provided therein.

3.7.6 The contractor shall indemnify Ambarnath Municipal Council payments to be made under and for the observance of the Regulations aforesaid provision of Labour Welfare and Contract Act without prejudice to his right to claim indemnify form his sub-contractors.

3.7.7 The decision of the Chief Officer in matters relating to the reports from the Inspecting Officers, as defined in “Contractor Labour Regulation” (Contained hereinafter) shall be final and binding and deductions for recovery of any liquidated damages in this respect may be made from any amount payable to the contractor.

3.8 Model Rules of Labour Welfare: The contractor shall at his own expenses comply with or cause to be complied with the Model Rules for Labour Welfare as contained hereafter or rules framed

by Department from time to time for the protection of health and for making sanitary arrangements for workers employed directly or indirectly on the works. In case the Contractor fails to make arrangements as aforesaid, the Engineer in charge shall be entitled to do son and recover the cost thereof from the contractor.

3.9 Safety Code: (Labour) The contractor shall at his own expenses arrange for the safety provisions indicated hereafter or as required by the Engineer in charge in respect of all labour directly or indirectly employed for performance of the works and shall provide all facilities in connection therewith. In case the Contractor fails to make arrangements and provide necessaryfacilities as aforesaid the Engineer in charge shall be entitled to do so and recover the cost thereof from the contractors. 3.10 Nuisance: 3.10.1 The contractor shall not at any time do, cause or permit an nuisance on the site or do anything which shall cause unnecessary disturbance or inconvenience to owners, tenants or occupants of other properties near the site and to the public generally.

3.10.2 The contractor shall save, harmless and indemnify the Department in respect of all claims, demands proceedings damages, costs, charges and expenses what so ever arising out of or in relation to any such matters in so far as the contractor is responsible therefore.

3.11 Contractor Labour Regulation: The Contractor should get registration under section 7 and license under section 23 under ContractLabour Act 1970 Definition In these regulations unless otherwise expressed or indicated the following words and expression shall have the meaning hereby assigned to them.

3.11.1) ‘Labour would mean “Workmen” as defined in chapter 1 of the Contract Labour (Regulation and Abolition) Act, 1970 as amended from time to time.

3.11.2) “Fair Wage” mean Wages, which shall include wages for weekly day of rest and other allowance whether of time or piece work after taking in to consideration prevailing market rates for similar employment in the neighborhood and shall not be less than the minimum wages Act.

3.11.3) “Contractor” for the purpose of these Regulations shall include an agent or sub- contractor employing labour on the work taken on contract.

3.11.4) “Inspecting Office” means nay LabourEnforcement Officer, or Assistant Labour Commissioner of the Chief Labour Commissioner Organization.

3.11.5) “Form” means a form appended to these Regulations.

3.12 Notice and Commencement The contractor shall within seven days of commencement of the work, furnish in writing to the Labour Welfare Dept’s Inspecting Officer of the area concerned the following information under intimation to the Engineer in charge and PMC.

3.12.1) Name and situation of the work 3.12.2) Contractor’s name and address 3.12.3) Particulars of the Department for which the work in undertaken 3.12.4) Names and Addresses of sub-contractors as and when they are appointed 3.12.5) Commencement and probable duration of the work 3.12.6) Number of workers employed and likely to be employed 3.12.7) “Fair wage” for different categories of workers

3.13 3.13.1) Number of hours of work which shall constitute normal working day.The number of hours which shall constitute a normal working day for an adult shall be 9 hours. The working day for and adult worker shall be so arranged that inclusive of intervals, if any for rest shall not spread over more than twelve hours on any day. When an adult worker is made to work for more than 9 hours on any day or for more than forty eight hours in any week he shall in respect of overtime work be paid wages at double the ordinary rate of wages. NOTE: The expression ordinary rate of wages means the fair wage the worker is entitled to. 3.13.2) Weekly day of Rest:

Every worker shall be given a weekly day of rest which shall be fixed and noticed at least 10 days in advance. A worker shall not be required or allowed to work on the weekly rest day unless he has or will have a substituted rest day on one of the five days immediately before or after the rest, provided that no substitution shall be made which will result in the worker working for more than 10 days consecutively without a rest day for a whole day.Where in accordance with the foregoing provision a works on the rest day and has been given a substitute rest day he shall be paid wages for the work done on the weekly rest day at the over-time rate.

3.15 Display of Notice regarding wages weekly day of rest etc: The contractor shall before he commences his work on contract, display and correctly maintain and continue to display and correctly maintain in a clean and legible condition in conspicuous place on the work, notices in English and in a local Indian language, spoken by majority of workers, giving the rates of fair wages, the hours of work for which such wages are payable, the weekly rest day, workers are entitled to and name and address of the Inspecting Officer. The contractor shall send a copy of each of such notice to the Inspection Officer. 3.15 Fixation of Wage Periods:

The contractor shall fix wage periods in respect of each wages that shall be payable. No wage period shall normally exceed one week. 3.16 Payment of Wages: 3.16.1) Wages due to every worker shall be paid to him directly. All wages shall be paid in current coins or currency or in both. 3.16.2) Wages of every workers employed on the contract shall be paid, where the wage period is the week within three days from the end of the wage period, and in any other case before the expiry of the seventh day or tenth day from the end of the wage period according as number of workers does not exceed one thousand or exceeds one thousand, respectively. 3.16.3) When employment of any worker is terminated by or on behalf of the Contractor, the Wages earned by him shall be paid before expiry of the day, succeeding the one on which his employment is terminated. 3.16.4) Payment of wages shall be made at the work site on a working day except when the work is completed before expiry of the wage period, in which case final payment shall be made at the work site within 8 hours of last working day and during normal working time. NOTE: - The term “working day” means a day on which work, on which labour is employed is in progress

3.17 Register of Workmen: A Register of workmen shall be maintained in Form-1 and kept at the work site or as near to it as possible, and the relevant particular of every workman shall be entered therein within their days of his employment.

3.18 Employment Card: The contractor shall issue an employment card in Form-II each worker on the day of worker’s entry into employment. If a worker has already any such card with his issued by the previous employer, the Contractor shall clearly endorse that employment card with relevant entries. On termination of employment the employment card shall be again endorsed by the Contractor and returned to the work.

3.19 Register of Wages etc: 3.19.1) A Register of wages cum muster roll in Form-III shall be maintained and kept at the work site as near to it as possible. 3.19.2) A wage slip Form-IV shall be issued to every worker employed by the Contractor at least a day prior to disbursement of wages. 3.20 Fine and deductions which may be made from wages: 3.20.1) Wages of worker shall be paid to him without any deductions of any kind except the following (a) Fines

(b) Deductions for absence from duty i.e. from the place or the places where by the term of his employment he is required to work. The amount of deduction shall be proportionate to the period for which he was absent. (c) Deduction for damage to or loss of goods expressly entrusted to the employed person for custody or for loss of money which he is required to account for, where such damage or loss on directly attributable to his neglect or default. (d) Deduction for recovery of advance or for adjustment of every payment of wages. Advance granted shall be entered in a register and (e) Any other deduction which the Department may inform time to time allow 3.20.2) No fines shall be imposed on any worker say in respect of such act and omission on his part as have been approved of by the Chief LabourCommissioner. 3.20.3) No fines shall be imposed on a worker and no deduction for damage or loss shall be made from his wages until the worker has been given on opportunity of showing causes against such fines or deductions in writing.

3.20.4) The total amount of fines which may be imposed in any one wage period on a worker shall not exceed an amount due to him in respect of that wage period. 3.20.5) No fine imposed on a worker shall be recovered from him in installments or after expiry of six days from the day of the act or commissions in respect of which it was imposed. 3.20.6) The contractor shall maintain both in English and the local Indian Language a list approved by the Chief Labour Commissioner clearly stating the acts and commission for which penalty or fine may be imposed on a workmen and display it in good condition in conspicuous place on the work site.

3.21 Preservation of Registers” The register of workmen and the register of wages cum muster roll required to be maintained under these Regulation shall be preserved for 3 years after the date on which the last entry is made therein.

3.22 Enforcement: 3.22.1) The Inspecti0n Officer shall either on his own motion or on a complaint received by him carry out investigations and send a report to the Engineer-in- charge specifying the amounts representing workers dues and amount of penalty to be imposed on the Contractor for breach of these Regulations, that have to be recovered from the Contractor, indicating full details of the recoveries proposed and the reasons therefore. It shall be obligatory on the part of the Engineer-In-charge on receipt of such a report to deduct such amounts from payments due to the Contractor. 3.22.2) The penalty for every default and breach of these Regulations shall, however be a sum not exceeding Rs. 5000/-. In event of the contractor’s default continuing in this respect, the penalty may be enhanced byRs. 50/- per day

default subject to maximum ofone percent of the estimated cost of the work put to tender.

3.23 Disposal of amount recovered from the Contractor: The Engineer-in-charge shall arrange payment of workers concernedwithin 46 days from receipt of report from the Inspecting Officer except in case where the Contractor has made an appeal under Regulation 15 of these Regulations. In case where there is an appeal payment of worker’s dues would be arranged by the Engineer-in-charge wherever such payments arise, within 30 days from the date of receipt of the decision of the Regional Labour Commissioner (R.L.C.)

3.24 Welfare fund: All moneys that are recovered by the Engineer-in-charge by way of worker’s dues which could not be disbursed to worker within the time limit prescribed above, due to reason such as where about of workers not being known death of a worker etc, and also amounts recovered as penalty shall be credited to a fund to be kept under the custody of R.L.C. for such benefit and welfare of workmen employed by Contractors are prescribed by the Chief Labour Commissioner. 3.25 Appeal against decision of Inspecting Officer: Any persons aggrieved by decision of the Inspecting Officer may appeal against such decision to the Regional LabourCommissionerconcerned within 30 days from the date of the decision forwarding, simultaneously a copy ofhis appeal to the Municipal Engineer. The decision of the Regional Labour Commissioner shall be final and binding upto the Contractor and the workmen.

3.26 Representative of Parties: 3.26.1) A workmen shall be entitled to be represented in any investigation or inquiry under the regulations by an officer or a registered trade union of which he is a member or by any Officer or a federation of trade union to which said trade union is affiliated or where the workmen is not a member of any registered trade union, by an officer of a registered trade union connected with or by any other workmen employed in this industries in which the workmen is employed. 3.26.2) A Contractor shall be entitled to be represented in any investigation or/inquiry under these regulations by an Officer of an Association of Contractor of which he is member or by a an Officer of a Federation or Associations of contractor to which said Association is affiliated or where the contractor is not a member of an association by and Officer of association of employers, connected with or by any other employer engaged in the industries in which the contractor is engaged. 3.26.3) No party shall be entitled to be represented by legal practitioner in any investigation or inquiry under these regulations.

3.27 Inspection of Books and other Documents: The Contractor shall allow Inspection of the registered and other documents prescribed under these regulations by Inspecting Officer and the Municipal Engineer or his authorized representative at any time and by the worker or his agent no receipts of due notice at a convenient time.

3.28 Amendments: Ambarnath Municipal Council may from time to time add to or amend these regulations and issue such directions as it may consider necessary for the proper implementation of these regulations or for the purpose of removing any difficulties which may arise in the administration thereof.

3.29 The contractor shall employ at least 80% of the total number of unskilled labour to be employed by him on the said work from out of the person ordinarily residing in Ambarnath Municipal Council or nearly visiting.

3.30 Model Rules for Labour Welfare:

3.30.1 Definition: (a) Work Place: “Work Place” means a place at which on an average 20 or more workers are employed. (b) Large work place “Large Work Place” means a place at which on average 500 or more workers are employed. 3.30.2 First Aid: At every work place, there shall be maintained in readily accessible place first aid appliances including an adequate supply of sterilized dressings and sterilized cotton wool as prescribed in the factory rules of the State in the work is carried on. The appliance they shall be places under the charge of responsible person who shall be readily available during working hours. At large work places where hospital facilities are not available within easy distance of the works, first aid posts shall be established and be run by a trained compounder. Where large work places are remotely situated and far away from regular hospitals indoor wards shall be provide with one bed for every 250 employees. Where large work places are situated in cities, towns or in their suburbs and no bed are considered necessary owing to the proximity of Municipal to town hospitals,

suitable transport shall be provided to facilitate removal of urgent cases to those hospitals. At other work places some conveyance facilities shall be kept readily available to take injured person or persons suddenly taken seriously ill, to the nearest hospital. At large work places there shall be provided and maintained an Ambulance room of the prescribed size of such medical and nursing staff as may be prescribed for this purpose the relevant provisions of the Factory Rules of the State Govt. of the area where the work is carried on may be taken as the prescribed standard.

3.30.3 Accommodation for Labour: The Contractor shall during the progress of the works provide, erect and maintain necessary temporary living accommodation and ancillary facilities for labour at his own expenses and to standards and scales as approved by the Engineer-In-Charge. However no Govt. land or Council land will be provided for this purpose. 3.30.4 Drinking Water: In ever working places there shall be provided and maintained at suitable places, easily accessible to labour a sufficient supply of cold water fit for drinking. Where drinking water is obtained from an intermittent public water supply at each work place shall be provided with storage where drinking water shall be stored. Every water supply storage shall be at a distance of not less than 15 meters from any latrine, drain or other source of pollution, where water has to be drawn from an existing well, which is in proximity of latrines, drain or any other source of pollution, the well shall be properly chlorinated before water is drawn from it for drinking. All such wells shall be entirely closed in and be provided with a trap door which shall be dust and water proof. A reliable pump shall be fitted to each covered well, the trap door shall be kept locked and opened only for cleaning or inspection which shall be done at least once a month. 3.30.5 Provision of Shelter during Rest: At every work place there shall be provided free of cost four suitable sheds, two for males and two others for women labour. 3.31 Crèches:

At a place at which 20 or more women workers are ordinarily employed, there shall be provided at least one hut for use of children under the age of 6 years, of such women. Huts shall not be constructed of a standard lower than that of thatched roof, mud floor and walls with wooden planks spread over mud floor and covered with matting Huts shall be provided with suitable and sufficient opening for light and ventilation. There shall be adequate provision of sweepers to keep the places clean. There shall be two “Dais” in attendance. Sanitary utensils shall be provided to the satisfaction of local medical, health and municipal or cantonment authorities. Use of huts shall be restricted to children, their attendants and mothers of children. Where the number of women workers is more than 25 but less than 50, the Contractor shall provide at least one Hut, one Dai to look after the children of women workers, size of the crèches(s) shall vary according to the number of women workers employed Crèche(s) shall be properly maintained and necessary equipment like toys etc. provided. 3.32 Canteen: A cooked food canteen on a moderate scale shall be provided for the benefit of workers wherever it in necessary.

3.33 Planning, sitting and erection of the above mentioned structures shall be approved by the Engineer-In-Charge and the whole of such temporary accommodation shall at all times during the progress of the works be kept tidy and in a clean and sanitary conditions to the satisfaction of the Engineer-In-Charge and at the Contractor’s expenses. The Contractor shall confirm generally to sanitary requirements of local medical, health and municipal or cantonment authorities and at all times adopt, such precautions as may be necessary to prevent soil pollution of the site. On completion of the works the whole such temporary structures shall be cleared away, all rubbish, burnt, excreta or other disposal pits or trenches filed in and effectively scaled off and the whole of site left clean and tidy to the entire satisfaction of the Engineer-In-Charge at the Contractor’s expenses.

3.34 Anti Material Precautions:

The contractor shall, at his own expenses, conform all anti-materials instruction given to him by the Engineer-In-Charge, including the filling up of any borrow pits which may have been dug by him. 3.35 Nothing payable for extra facilities: These are minimum facilities required to be provided. If the contractor gives any extra facility, the Ambarnath Municipal Council will not compensate him for that.

3.36 Enforcement: The inspecting Officer or any other office nominated in this behalf by the Municipal Engineer shall report to the Municipal Engineer all cases of failure to comply with the provisions of these Rules either wholly or in part, specifying the penalties to be levied for such breach of these provisions. 3.37 The sum to be levied as penalty shall, however, be fixed in accordance with provision of clause 13 (ii) of safety code.

4 QUARRIES 4.1 Municipal Council will not let Quarries on lease or rent. The contractor has to make his own arrangement for quarrying including constructing approaches . The quarrying operation shall be carried out by the contractor with proper equipment such as compressor as, jack hammers, drill, bits, explosive etc. and sufficient number of workmen shall be employed so as to get the required output. 4.2 The contractor shall carry out the works in the quarries in conformity with the rules and regulations already laid down or that may be laid down from time to time by the Government any cost incurred by the government due to non-compliance of any rules or regulations due to damage by the contractor shall be responsibility of the contractor. The Engineer-In-Charge or his representative shall be given full facilities by the contractor for inspection at all times of the working of the quarry, records maintained. The stocks of the explosives and detonators etc. so as to enable him to check that the working records and the storage are all in accordance with the relevant rules. The Engineer-in-Charge or his representative shall at any time be allowed to inspect the works, building and equipment at the quarries. 4.3 The contractor shall minimum at his own cost the books, registers etc. required to be maintained under the relevant rules and regulations and as directed by the Engineer-In-Charge. These books shall be opened for inspection at all times by the

Engineer-In-Charge or his representative and the contractor shall furnish the copies or extracts of the books or registers as and when required. 4.4 All quarrying operations shall be carried out by the contractor in an organized and expeditions manner, systematically and with proper planning. The contractor shall engage licensed blasters and adopt electric blasting and / or any other approved method which would ensure complete safety to all the men engaged in quarry and its surroundings. The contractor shall himself provide suitable magazine sand, arrange to procure and store explosives etc. as required under the rules at his own cost. The designs and the locations of the magazines shall be got up approved in advance from the Chief Inspector of Explosives and the rules and regulations in this connections as laid down by the Chief Inspector of explosive as modified from time to time, which shall be strictly adhered by the contractor. It is generally experienced that it takes time to obtain the necessary license for blasting and license for the storage of blasting material, from the concerned authorities. The contractor must therefore, take timely advanced action for procuring all such licenses so that the work progress is not hampered. 4.5 The approaches to the quarrying place from the existing public roads shall have to be arranged by the contractor at his own cost and the approaches shall be maintained by the contractor at his own cost till the work is over. 4.6 The quarrying operations shall be carried out by the contractor to the entire satisfaction of the Engineer-In-Charge and following all rules laws in force and the deployment of the quarry shall be made efficiently so as to avoid wastage of stones only such stones as are of the required quality shall be used on the work. Any stone which is in the opinion of the Engineer-In-Charge, not in accordance with the specifications or of required Quality will be rejected at any time, at the quarry or at the work site. The rejected stones shall not be used for the work and such rejected materials shall be removed to the place shown, at the contractors cost. 4.7 Quarrying permission will have to be directly obtained by the contractor from the District concerned or other local authorities concerned for which purpose the department will render necessary assistance. 4.8 The contractor will be permitted to erect at his own risk and cost at the quarry site if suitable vacant space is available for the purpose, his own structure for stores, offices etc. at places approved by the Engineer-in-charge on completion of the

work the contractor shall remove all the structures erected by him and restore the site to its original condition. 4.9 Permission from the regional Environmental authorities will be obtained and guidelines suggested by them will be strictly followed. This will apply for the quarries for murum and rubble. 5. LEVELLING INSTRUMETS The measurement of items of the work are based on volumetric measurement calculated from levels taken before and after construction of the item, insufficient number of leveling instruments, staves, tapes etc. in required numbers may cause delay in measurements and the work. The contractor will therefore to keep sufficient number of leveling instruments readily available at site with Engineer to work unit. 6. COLLECTION OF MATERIALS 6.1) The contractor or piece worker shall make his own arrangement to obtain the materials from existing or a new quarries but before starting collection the quarry shall be got approved from the Engineer-In-Charge. The contractor or piece worker shall pay all royalty charges, compensation etc. No claims or responsibility on account of any obstructions caused to execution of the work by difficulties arising out of private owners of land, will be entertained. 6.2) No material shall be removed from the land touching it without the written permission of the Municipal Engineer or his authorized representative and PMC. If any material is unauthorized obtained from such places, the contractor or piece worker shall have to make good the damage and pay such compensation, in addition as may be decided by the Municipal Engineer and will have to stop further collection. 6.3) Any material that falls on any Ambarnath Municipal Council Road from the carting truck or other plant etc. during conveyance shall be immediately picked up and removed by the contractor or piece worker, failing which it be got removed departmentally at his cost. No heap shall be left prior to stacking even temporarily on the road surface or in any way so as to cause any obstruction or danger to the traffic. The contractor or the piece worker shall be liable to pay claims or compensation etc. arising out of any accident etc. any such materials causing obstruction or danger to the traffic. The contractor or the piece worker shall be liable to pay claims or compensation etc. arising out of any accident etc. Any such materials causing obstruction or danger etc. will be got removed departmentally at

his coast and no claims for any loss or damage to the material thus removed will be entertained. The contractor shall also be responsible for the damage or accident etc. arising out of any material that falls on the road or track not in charge of the department and shall attend to any complaints which may be received. 6.4) Rubble / metal shall be free from all earth, rubbish, vegetable matter and other extraneous substance and in the case of metal, screened to gauge, if so directed when ready, it shall be collected entirely clear of the roadway, on ground which has been cleaned of vegetation and leveled. 7. MISCELLANEOUS 7.1 Rate is inclusive of Sales Tax, work contract tax and other taxes etc. as stated in Para 2.11 of this chapter. 7.2 In case it becomes necessary for the due fulfillment of contract for the contractor to occupy land outside the department limits, the contractor willhave to make his own arrangements with the land owners and to pay such rent if any payable as mutually agreed between them. The department will accord the contractor all the reasonable assistance to enable him to obtain land. 7.3 The special provision in detailed specifications or wording of any item shall gain precedence over corresponding contradictory provision, (if any), it the M.O.S. & T. specifications is given without reproducing the details in contract. 7.4 It is presumed that the contractor has gone carefully through the. specifications of Maharashtra P.W.D. Standard specification, IRC specifications, and the schedule of rate and studied the site condition before arriving at rates quoted by him. Decision of the Municipal Engineer shall be final as regards interpretation of specification. 7.5 The collection and storage of construction material at site shall be in such a manner as to prevent deterioration or intrusion, of foreign matter and to ensure the preservation of their quality, properties and fitness for the work. Suitable precautions shall be taken by the contractor to protect the material against atmospheric actins, fire and other hazards. The materials likely to be carried away by wind shall be stored in suitable stores or with suitable barricades and where there is likely hood of subsidence of soil; such heavy materials shall be stored on paved platforms. 7.6 The contractor shall be responsible for making good the damage done to the existing property or work during construction by his men.

7.7 If it is found necessary from safety point of view to test any part of the structure, the test shall be carried out by the Contractor with the help of the department at his own cost. 7.8 Defective work is liable to be rejected at any stage. The Contractor on no account can refuse the defects merely on reasons that further work has been carried out. No extra payment shall be made for rectification. Rectification can be ordered by Municipal Engineer even if the measurements for the work are recorded and paid for. 7.9 In the absence of specific directions to the contractor, the rates and prices inserted in the items are to be considered as the full inclusive rates and prices for the finished work described there under and are to cover all labour, materials, wastage, temporary work, plant, overhead charges and profits, as well as the general liabilities, obligations and risks arising out of the General Condition of Contract. 7.10 The quantities shown against the item in the schedule “B” are only estimated quantities of each kind of work included in the contract and are not to be taken as a guarantee that the quantities in the schedule will be carried out or required or that they will not exceeded or reduced 7.11 All measurements will be made in accordance with the methods indicated in the specifications and read in conjunctions with the General Conditions of Contract and as elaborated in the Technical specifications, incorporated in the tender documents. 7.12 The details shown on drawing and all other information pertaining to the works shall be treated as indicative and provisional only and these are liable to variation as found necessary while preparing working drawing which will be supplied by the Ambarnath Municipal Council. The Contractor shall not, on account of such variation be entitled to any increase over the already quoted rates in the tender which are on quantity basis. 7.13 Protection of Underground telephone cable and aerial telephone wires and Poles, transmission towers, electrical cable and water supplying lines is the responsibility of the contractor. During the execution of work, it is likely that the contractor may meet with telephone cable, electrical cables, water supply lines, effluent pipe line, oil pipe line etc. it will therefore be the responsibility of the contractor to protect them carefully. All such cases should be brought to the notice of the Engineer-In-Charge

by the contractor and also to the concerned department. Any damage whatsoever done to these cables and pipe lines by the Contractor shall be made good by him at his cost. While excavation it shall be done manually when underground utilities are met with to safeguard utilities.

8. LINING OUT The Contractor shall provide free of charge all labour and material and instruments required for lining out, surveying, inspection decided by the Engineer-In-Charge as considered necessary for the proper and systematic execution of the work. The department will only show the changed point on the alignment of road and it will be the responsibility of the contractor to correctly align the road between points including setting out curves etc. The department will render necessary assistance. Likewise, only one Bench Mark with definite value of R.L. will be shown to contractor who shall have to provide for a network of temporary bench mark all along the road and near C.D. works for executing the work. The contractor shall be responsible for the provision, accuracy and maintenance of temporary Bench Mark. He shall be responsible for the provision, accuracy and maintenance of temporary Bench Mark. He shall be responsible for the correctness of the position, levels, dimension and alignments of all parts of the works and provisions of necessary instruments and labour in connection with suitable pointed bamboo or wooden stack shall be provided at his cost and firmly fixed at every meters on both sides of embankment to indicate final as well as intermediate height of the embankment. Any errors in position, level, dimension and etc. shall be rectified, by contractor at his expenses. The checking or inspection of any setting out of any line or level or work by Engineer-In-Charge or his representative shall not in any way relieve the contractor of his responsibility for correctness thereof. The contractor shall carefully protect and preserve

all bench mark, side rails pegs and stones etc., marking out the centre lines of C.D. works, necessary approaches etc. shall be done by the contractor at his own cost as directed by the Engineer-In-Charge or his representative.

9. PRIORITIES OF WORK TO BE EXECUTED

Priorities for terms to be executed shall be determined periodically keeping in view the final time limit allowed for the work.

10. WAGES ACT The contractor shall comply with the provisions of payment of wages Act 1936, minimum Wages Act 1948, Employer liability Act 1937, workmen’s compensation Act 1961, Industrial Dispute Act 1947, Maternity Benefit Act 1961, Contract labour (R & A) Act 1970 or modifications thereof or any other law relating thereof and rules made there under from time to time by the Government. 11. DISPUTED AND ARBITRATION 11.1 No Arbitration is allowed in this contract. 11.2 In case of disputes or difference of opinion arising between the Municipal Engineer and the Contractor, the Contractor can refer the matter to the Chief Officer with an advance copy to Municipal Engineer and the decision of Chief Officer will be final for this agreement. 12. PAYMENT AND MEASUREMENTS 12.1 More than one payment in a month will be granted by the Engineer-in-case if the progress is satisfactory. 12.2 Ground level will be taken by the usual method and by Department staff in presence of contractor’s representative. Required labour etc. for this shall be supplied by the Contractor. In case of slushy portion, the ground levels shall be taken by erecting the leveling staff on wooden plank (0.5 x 0.5 meter, 2.5 cm. Thick) without claiming extra for cost of plank. 12.3 Contractor can have copies of the measurements and of the bills paid to him at his own responsibility. 13. FINAL BILL 13.1 The contractor should submit final bill within one month after completion of the work and the same will be paid. Disputed items and claims, if any shall be excluded from the bill. 13.2 Bills for extra work or for any claim shall be paid separately apart from the interim bills for the main work. The payments of bills for the main work shall not be withheld for want of decision on the extras on claims not covered in the stipulation of the contract.

13.3 Claims for extra work shall be registered within 30 days of occurrence of the event. However, bills for these claims including supporting data / details may be submitted subsequently to the Municipal Engineer. Failure to give notice within 30 days of occurring of the event will not enable the contractor to claim for the extra work.

14. ELECTRIC POWER Arrangements for obtaining Electric Power connection will have to be made by the Contractor at his own cost.

15. TRAFFIC SAFETY 15.1 During execution of work like Excavation, casting materials all careshould be taken that the traffic is not hindered by the excavated materials and stacked materials lying on the road. If there is any sudden fall of materials such as murum, boulders etc. the same should be removed immediately without any extra cost and road restored to traffic. 15.2 For smooth flow and safety of traffic, Pedestrian, necessary sign boards, Red flags caution boards, barricading and lightingarrangement etc. shall be made by contractor at his cost, both during the day and night. 15.3 In the event of contractor failing to do so the Engineer without notice to contractor can put up barricades providing lighting etc the cost of which shall be recovered from contract. 16. PRELIMINARY ARRAGEMENTS 16.1 The contractor except as provided in schedule “B” which follows, shall provide barricading / ramps / Sign Boards for safety or traffic, pedestrian adjoining properties protection of utilities till completion of work as and when required. This has ref. also to para 2.3. 16.2 The Contractor shall have to make at his cost all preliminary arrangements for labour, water, electricity Municipal and materials etc., immediately after getting the work order. No claims for any extra payment or application for extension of time on the grounds of any difficulty in connection with the above matter, will be entertained. 16.3 The contractor shall at his own expenses engage for guarding materials and plants and machinery and the work during day and night against any pilferage or damages and also for prohibiting trespassers or damage to them.

16.4 The contractor shall have to make his own arrangements for water required for watering and embankments, curing, drinking water for use of Labour staff working at site. The water for curing shall be portable water.

17. INSPECTION 17.1 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 the same without affecting the further progress of the work. The work shall not be considered to have been completed in accordance with the terms of the contract until the Engineer-In-Charge shall have certified in writing to that effect. No approval of material or workmanship or approval of part of the work during the progress of execution shall bind the Engineer-In-Charge or in any way affect him even the work which is alleged to be completed and to suspend the issue of this 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 The contractor shall provide at his cost necessary ladders and such arrangements as to provide necessary facilities and assistance for proper inspection of all parts of the work at his own cost. 17.3 The contractor after completion of work shall have to clean the site gutters of all debris and remove all unused materials other than those supplied by the Department and all plant and machinery, equipment, tools etc., belonging to him within one month from the date of completion of the work, or otherwise the same shall be removed by the department at cost and the contractor shall not be entitled for payment of any compensation for the same.

18 ACCIDENT In the event of an accident involving serious injuries or damages to human life or death of any of his employees and or labours or trespassers, the same shall be reported with 24 hours of the occurrence to the Municipal Engineer and the Chief Officer ofLabour [Workmen Compensation]. 19. PLANT All constructional plant, provided by the contractor shall when brought on to the site be deemed to be exclusively intended for the construction of this work and contractor

shall not remove the same or any part thereof (say for the purpose of moving it from one part of the site to another or the repairs etc.) without the consent in writing of the Engineer-In- Charge which shall not be unreasonably withheld. Machinery shall be kept on Road in such a way that it is hindering the traffic.

20. AUTHORITIES TO THE MUNICIPAL ENGINEER REPRESENTATIVE AND PMC AND THEIR AUTHORISED REPRESENTATIVE : 20.1 The duties of the representative of the MunicipalEngineeris to watch and supervise the work and to test and examine any materials to be used or workmanship employed in connection with the works to check quality and quantity of work. 20.2 The MunicipalEngineer and PMC may from time to time, in writing delegate to his representative any power and authorities vested in the MunicipalEngineer and shall furnish to the contractor a copy of all such delegations powers and authorities. Any written instructions or approval given by the representative of the MunicipalEngineer to the contractor within the terms of such delegations (but not otherwise) shall bind the contractor and the department as though it had given by the MunicipalEngineer provided always as follows:- 20.3 Failure of the representative of the MunicipalEngineer to disapprove any work or materials shall not prejudice the power of the MunicipalEngineer thereafter to disapprove such work or materials and to order the pulling down, removal or breaking up thereof. 20.4 If the contractor is dis-satisfied 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 there upon confirm reverse or very such decision.

21. EXCEPTED RISKS 21.1 The contractor shall be under no liability whatsoever by way indemnity or otherwise for or in respect of destruction of or damage to the work (save work condemned under the provisions of specifications and conditions of this tender prior to the occurrence of any excepted risk hereinafter mentioned) or temporary works or to property whether of the Department of third parties or in respect of injury or loss of life which is the consequence whether direct or indirect, was hostilities (whether war be declared or not) invasion, act of foreign enemies, rebellion, revolution, insurrection or military of

usurped power, civil war or riot, commotion or disorder otherwise than among the contractor’s own employee or his worker and sub-agencies (hereinafter comprehensively referred to as “the said excepted risks”) and the Department shall indemnify and save harmless the contractor against and from all claims, demands, proceedings, costs charges and expenses, whatsoever arising there out or in connection therewith and shall compensate the contractor for any loss or damage to property of the contractor used for the purpose of the works and laying at site of work and occasioned either directly or indirectly by the said excepted risks.

22. WORKS SPECIFICATIONS 22.1 The whole work shall be carried out strictly in accordance with the approved detailed drawing (unless otherwise directed) description of the items, detailed specification of M.O.S. & T. for Bridge and Road Works III rd revision – 2001 (with Indian Standard specification indicated therein) and Std. specification of GOM subject to the additional specification given for the relevant items and in the best workmen like manner and work shall be done according to respective IS / IRC Standard and as per instructions of Engineer-in-charge. 22.2 While adopting the relevant number and pages for different items of the M.O.S & T. specifications for Bridge and Road Works, III rd revision – 1998, or P.W.D standard Specification Books, due care has been taken to indicate correct number and page for the various items. However if for the some reason or other it is noticed to carry out the work in accordance with the correct relevant specifications for the item or items from the standard specification Book, after taking into account the description of the items, scope and spirit of the work. 22.3 During the course of the expression, payment for certain items such as R.C.C. works and the like which are done in stages, shall be made at part rates which shall be decided by the Engineer-In-Charge. Similarly in case if certain component or components of an item are decided to be deleted, payment for the remaining parts of the items shall be made at reduced rates for such items which shall be decided by the Engineer-In-Charge, either on the basis of market rates or schedule rates or accepted tender rates whichever are lowest for such component or components. In case difference the matter may be referred by the Contractor to MunicipalEngineer whose decision shall be final and binding on the Contractor.

22.4 It is to be definitely and clearly understood that the specification stipulated shall be rigidly enforced and no relaxation shall be allowed. Extra charges or claims in respect of extra works shall not be entertained unless they are clearly outside the scope of the item and its specifications to which they relate or unless such works are ordered in writing by the MunicipalEngineer and claimed for in specified number before the same is taken in hand.

23. CONTRACTORS’S LIABILITY AND INSURANCE 23.1 From commencement to completion of the works, the Contractor shall take full responsibility to prevent loss or damage to work, workers, supervision staff and shall be liable for any damage or loss they may happen to the works or any part thereof from any cause what so ever (save and except the Excepted Risks) and shall at his own cost redo the same so that at completion all the works shall be in good condition and in conformity in every respect with requirement of the contract and specifications. 23.2 Without limiting his obligations and responsibilities under clause. 23.3 The contractor shall insure in the joint name of the AMC and the contractor against all losses or damages from whatever cause in such manner that the AMC and the Contractor are covered during the period of construction of the works including extension period and the defects liability period for loss or damage for complying with his obligations under clause 20 of printed B-1 Tender Form (regarding Defect Liability) 23.3.1) The insurance shall be for the works under contract and the temporary works to the full value of such works executed from time to time. 23.3.3) The materials, constructional plant and other things brought to site by the contractor shall be insured to the full value of such material, constructional plant and other things. The insurance shall be in force till completion of defect liability period. 23.4) Before commencing execution of the work, the contractor shall, without in any way limiting his obligations and responsibilities under the conditions, insure against any damage, loss or injury death which may occur to contractors labour skilled or unskilled, supervisory staff of AMC / PMC &contractor any property (including that of Department) or to by or arising out of the contract. 23.5 When a Department building of part thereof is rented to the contractor he shall insure the entire building if the building or any part thereof is used by him for the purpose of

storing or using materials of combustible nature. In case of doubt in the matter the decision of the MunicipalEngineer shall be final and binding on the contractor. 23.6 All the aforesaid insurance policies i.e. for work work/labour/supervising staff of AMC shall not be cancelled till the Engineer-in-charge has agreed to their cancellation. The policies shall be extended till the defect liability period is over. 23.7 The contractor shall provide to the Engineer-in-charge, Insurance as above after paying premiums till defect liability period is over. The copies of insurance be submitted to the Engineer-in-charge immediately after work order is given. All policies shall be in the joint name of AMC and Contractor. 23.8 The Contractor shall ensure that similar insurance policies are taken out by his sub- contractor (if any) and shall be responsible for any claims or losses to department resulting from their failure to obtain adequate insurance protection in connection thereof. The Contractor shall produce or cause to be produced by his sub-contractors (if any) as the case a may be relevant receipts as and when required by the Engineer- in-charge. 23.9 If the Contractor and or/his sub-contractor (if any) shall fail to effect and keep in force the insurance referred to above or any other insurance which he/they may be required to effect under the terms of the contract then in any such case department may without being bound and to effect and keep in force any such insurance and pay such premiums or premium as may be necessary for that purpose and form time to time deduct the amount so paid by the department from any moneys due or which may become due to the contractor or recover the same as debt due from the contractor. 23.10 All insurance to be effected by the contractor and / or his sub-contractor (if any) shall be taken only through Directorate of Insurance, Govt. of Maharashtra Administrative building, Mumbai. They shall produce the Govt. insurance policies

24. TRAINING APPRENTICES 24.1 The contractor shall during the currency of the contract when called upon by the Engineer-in-charge engage and also ensure engagement by sub-contractor and other employed by the contractor in connection with the works, such number Apprentices in the categories method in clause 37.C and for such periods as may be required by the Engineer-in-charge. 24.2 The Contractor shall train them as required under the Apprentice Act 1961 and shall be responsible for all obligations of the employer under the Act including the liability to make payment Apprentices as required under the Act. 24.3 The number of Apprentices to be engaged in different categories shall be as required under “Apprentices Act 1961 and rules and regulations made there under and as amended from time to time.” 25. No mobilization advance and machinery advance will be given to the Contractor.

26. PRESERVATION OF PROPERTY

The contractor shall take all reasonable precaution for the protection and preservation of any or all existing road side trees, drains, sewers or other surface drain pipes, conduits and any other structure under or above ground which may be affected by the constructions, operation and which is the opinion of the Engineer shall be continued in use without any charger. Safeguards taken by the contractor in this respect shall be got approved by him from time the Engineer. However, if any of these objects is damaged by reason of the contractor’s negligence, it shall be replaced or restored to the original condition at his expense.

AMBARNATH MUNICIPAL COUNCIL WATER SUPPLY DEPARTMENT

TENDER NOTICE NO. 01 , FOR 2018-19

(E- TENDER)

Name of Work:- Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area.

TECHNICAL SPECIFICATIONS The specifications for various items to be followed are as per “Maharashtra P.W.D. Standard Specification”. In the absence of any definite provisions on any particular item in the aforesaid specifications, and additional specifications given herein, reference may be made to latest I.R.C. Codes of practice. B.I.S. specification and Indian Railway Codes in that order. Where even these are silent the construction and completion of the items shall conform to the Sound Engineering practice and in case of dispute arising out of the interpretation of the above, the decision of the Municipal Engineer shall be final and binding on the Contractors. In brief the order in which the specifications of the work are to be followed shall be as follows. 1. Maharashtra P.W.D. Standard Specifications. 2. Indian Standards Specifications. 3. Indian Railway Standards. 4. Sound Engineering Practice. The code of practice, standards and specification applicable shall be those existing as on one month prior to the last date for submission of tender.

EXCAVATION IN ALL SOFT AND HARD STRATA MATERIAL

The specifications contained in the standard specification volume II nd published by Public Works and Housing Department, Govt. of Maharashtra, Chapter Bd.A shall apply. In addition to above following specification shall apply. In case of any discrepancy between the two the below given specifications shall govern.

The area to be excavated shall be cleared off. All trees and bushes and rubbish and other objectionable materials removed shall be burnt or disposed off as directed by the Engineer- in-Charge. The cost of such clearing shall be deemed to have been included in the rates accepted for different items under excavation.

No distinction shall be made as to whether the materials being excavated is dry, moist or wet. The item also includes bailing out of water by manually or pumps to keep the trenches reasonable dry for all further works till the completion of the work. The items of excavation are including necessary lighting at night at suitable intervals, but not more than 15 meter along the excavated trenches and at all crossing and barricading the same by fencing so as to avoid the accident. Chowkidars shall be employed at place where the trenches cross over any traffic road to caution the vehicles and pedestrians etc.. The arrangements shall be maintained till completion of work and at the cost of the Contractor.The trenches shall be excavated to the required grades and depth in all types of strata and on the lines as shown on approved drawings or as directed by the Engineer-in- Charge.The Contractor shall notify the Engineer when the trenches are ready for bedding so that the Engineer can inspect and record the depth. Only on explicit approval by Engineer, the bedding shall be provided by the Contractor. If any public utility i.e. electrical cable, telephone cable, water connections, sewer connections, gutter damage etc. then same will be rectified by contractor at his own cost.

The excavation shall be measured in Cubic meters only in respective item of work. Dimensions shall be measured correct to two decimal of meter and quantity shall be calculated to two places of Decimal of Cubic meters. FILLING IN TRENCHES AS MURUM BEDDING

The specification contained in the Standard Specification Volume-II published by Public Works and Housing Department, Govt. of Maharashtra, Chapter Bd.A-10, Page 263 shall apply. In addition to above, following specifications shall govern. Murum bedding shall be done with approved quality of soft murum, selected from excavated stuff and approved by the Engineer-in-Charge. The murum shall be collected from available excavates stuff. Thickness of murum bedding will be 15 cm.. The contractor shall be paid for one Cubic Meter of the filling laid and compacted and will be paid upto two place of decimal of Cum. Murum bedding shall be laid in exact 15 cm thickness for full width of excavation, it shall be well rammed with hand rammers so that pipe line is laid on firm bedding. Collection of murum from excavated stuff and carting upto the work site is included in the item and

contractor shall make his own arrangement for procurement and carting of murum at his cost.

PLAIN/REINFORCED CEMENT CONCRETE

Proportions of concrete for types of work i) M-100 – For leveling course and foundation of chairs and thrust blocks etc

ii) M-150 PCC with temperature nominal 0.15% reinforcement for footing thrust blocks, anchor blocks, chairs and encasing of pipes etc. iii) M-200 PCC for water retaining structure iv) M-300 for Construction of Jack well, Pump House & Water Retaining Structure. Such as ESR, WTP, MBR, Sump etc. v) M-250 Pump house and bridges (excluding submerged portion) b) General specifications of this work shall be as per standard specification of Public Works Department, latest edition, for PCC Bd.-E1 to E-7 and for RCC Bd.F2 to F16. c) Whenever concrete is to be laid in trenches, the trench shall be cleaned, and watered before placing. The sub-soil water which is met shall be removed and the trench shall be kept dry during and after 2 hours of placing concrete. d) Pedestal pier shall be perpendiculars to center line of pipe. e) Proper seat shall be left on top of pedestal pier to construct saddle. Seat shall be strictly done within 24 hours, failing which MJP will not accept it for payment f) RCC saddle shall be constructed as per detailed drawing. The top of saddle where pipe rests shall be provided with wearing plate fixed in CM 1.3 smoothly and CM grouting may be done after pipe is placed and no extra payment will be made for this. Mixing of concrete shall be done with concrete mixer Cement cubes of size 15 cm x 15 cm x 15 cm are taken during the concreting of important structure like RCC well, water treatment plant, elevated service reservoirs, bridge etc. to check the strength of the concrete and its acceptability it is observed that while taking cubes the requirement specified in the relevant Indian Standard specification are not observed properly and cubes are not cast in the required numbers. Due to this the acceptability of the concrete can not be decided correctly. Similarly, proper care is also not taken for curing of the cubes the requirements specified in the ISS in respect of casting of concrete cubes and curing thereof, with acceptability criteria of concrete are reproduced below, which shall be following scrupulously.

For the grades of concrete M-200 and above the preliminary mix design shall be carried out from the approved laboratory. The rate quoted by the contractor in the agreement for these items shall be final and binding on him, irrespective of content of cement required as per preliminary mix design and there shall be no adjustment in the agreement rate for these item on this account.

The charges for preliminary design of concrete mix shall be entirely borne by the contractor.

For grades of concrete M-200 and above where cement is to be used by weighment, the cost of extra cement required to make up the under-weight bags shall be borne by the contractor.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 shall be assumed to contain cement of 50 kg net weight.

This shall be as per specification of P.W.D. (Hand Book) and as directed by Engineer-in- charge. Only trap stone shall be used other than the specification for this item in Standard Specification Book.

The tender rate shall be for one cubic meter of concrete. The concrete shall be measured for its length, breadth and depth limiting dimensions to those specified in drawing or as per direction of Engineer-in-Charge. SPECIFICATIONS FOR MILD STEEL AND TOR STEEL REINFORCEMENT FOR RCC WORKS The item provides for supply of mild steel, tor steel bars, cutting, bending with G.I. wire and placing in position, welding for reinforcement in the RCC.Mild steel and tor steel bars shall confirm to Specification A-10 of Standard Specification of Public Works Department, Latest Edition.The binding wire shall confirm to Specification A-15 of Standard Specification of Public Works Department, Latest Edition.

During contractor's supply, if any, the steel bars shall be supplied directly to the site of work.Bending reinforcement confirm accurately to the dimensions and shapes in the details drawings (approved) or as directed by the Engineer-in-charge.Bars shall be bend cold only. In no way bending by heat will be allowed. Bars with kinks, bends or cracks shall not be used. Details of length, size, laps and bending diagram shall be got approved by the Engineer-in-charge.As far as possible, full length of bars shall be placed as per drawing details. When full lengths are not available, bars be supplies only after written permission of the Engineer-in-charge. Supplies shall be staggered and in tension zone shall be avoided strictly. Bars shall be lapped as specified in IS:456-2000 with due regards to the grade of concrete. Welding may be used for large diameter of bar only after permission of Engineer- in-charge.Welding, if permitted shall conform to specification B.10.7 of Standard Specification of Public Works Department.

All reinforcement shall be accurately placed in position with spacing and cover shown in detailed drawing and firmly held during the placing and setting of concrete. Bars shall be ties at all intersections. Binding wire of 1.63 mm or 1.22 mm diameter (about 16 or 18

gauge) shall be used. Spacing of the bars shall be maintained by means of stays, blocks ties, spacers, hangers or other approved supports at sufficient close intervals so that bars will not be displaced. During placing vibrating or compacting concrete, placing bars for reinforcement on a layer of fresh concrete as the work progress will not be permitted. The use of pieces of broken stones or bricks or wooden blocks for maintaining spacing or cover shall not be permitted. Layers of bars shall be separated by precast cement blocks, spacer bars or other devices.

Full details of numbers, sizes, lengths, weights, laps, welds, spacing of bars placed in position in different parts of the work shall be recorded by the contractor and certified and signed by the Engineer-in-charge or his representative to show that all reinforcement has been placed correctly as per sanctioned drawing or as directed by the Engineer-in-charge in writing, before placing concrete. No concrete shall be placed in position until the certified the correctness of reinforcement, recording the steel measurements and has given permission in writing to place concrete. After approval of reinforcement as above, it will be the contractor's responsibility to seal that the spacing of reinforcement and arrangements are not tampered with in any way before or during concreting.

Any steel is required to be procured by Contractor. He shall produce the test certificate. In addition, actual test shall be carried out according to IS:432-1982, in an Government laboratory and

the cost of test shall be borne by the contractor, including all transport, etc.

This item includes,….

a) Cost of labour, materials, use of tools, plant and tackle and other incidental items to complete the work satisfactorily.

b) Supplying, conveying, cleaning, cutting, bending, binding with (1.63 mm or 1.22 mm diameter – 16 to 18 gauge) wire on spot, welding and placing reinforcement in position and maintaining it clean and in position till the concrete is laid.

c) Cost of sampling and testing, as required.

In no case, any foreign material e.g. oil, grease, etc. which prevent bonding between steel and concrete shall remain on steel on steel bars during placing of concrete.

The tender rate shall be on weight basis for MT of MS/tor steel reinforcement. The weight of steel reinforcement used for the item of concrete will be measured in tonnes based on total compacted weight for the sizes and lengths of bars as shown in drawing or as directed by Engineer-in-charge.The lengths of the bars shall be measured correct to 2 places of decimals of meters. The weights for payments shall be calculated according to standard weights mentioned in the ISI Hand Book correct upto 0.10 Kg.

RUBBLE STONE SOLING

Rubble soling of specified thickness shall be laid over the consolidated plinth filling, hand packed and compacted. The specification of the work as per Standard Specification Bd.A-12) The stones to be used shall be broken rubble with fairly regular shape and free from weathered, soft and decayed portion. The rubble shall be of sound stones of the type mentioned in the item and selected for their larger size. Stones shall be of the full height of the soling and the length and width shall not generally exceed 2 times the height. The stones to be used for wedging in the joints between larger stones, shall be chips of the largest size possible to fit in the interstices. All sound and suitable rubble obtained from the foundation excavation and approved by the Engineer shall be necessarily made use of first unless otherwise directed. The bed on which rubble filling is to be laid shall be cleared of all loose materials, leveled, watered and compacted and got approved by the Engineer before laying rubble soling.Rubble soling shall be laid to the specified thickness closely packed by hand and firmly with their broadest face downwards. The interstices between adjacent stones shall be wedged in with stones of the proper size and shape and well driven in with wooden mallets to ensure a tightly packed layer. Such wedging shall closely follow the placing of the larger stones. After hand packing and wedging, compaction of the soling shall be done thoroughly with logrammers. Adequate care shall be taken by the contractor while laying and compacting the rubble soling to see that the masonry or any part of the structure Is not damaged. Rubble soling shall be started only after the masonry is fully cured. Rubble soling shall be measured in cubic meters limiting the dimensions to those shown on the drawings or as directed by the Engineer. The dimensions shall be measured correct to 2 places of decimals of a meter and quantities worked out correct to 2 places of decimals of a cubic meter. No deduction shall be made for voids.

DESIGN FOR CD WORK, RETAINING WALL, RCC WALL, CULVERT & RCC BRIDGE ETC. The contractor has to prepare the RCC design from reputed RCC designer & get it approved from Government Polytechnic or Engineering collage at his own cost. This work should be completed prior to start of RCC work for CD work, retaining wall, RCC wall, Culvert & RCC bridge etc. SPECIFICATIONS FOR CONCRETE ROAD Scope The work shall consist of construction of un reinforced dowel jointed plain cement concrete pavement in accordance with the requirement of these specifications, and in conformity with the fines, grades and cross section shown on the drawing or as directed by the Engineer-in- Charge. The work shall include furnishing of all plants and equipments, materials and labour and performing all operations in connection with the work as approved by the Engineer-in- Charge.

The design parameters viz. thickness of pavement slab, grade of concrete, joint details etc. shall be as stipulated in the drawings and Schedule “B”. Materials Source of Materials: The Contractor shall indicate to the Engineer-in-Charge the source of all materials to be used in the concrete work sufficiently in advance, and the approval of the Engineer-in- Charge for the same shall be obtained before the scheduled commencement of the work. If the Contractor later proposes to obtain materials from a different source, he shall notify the same to Engineer-in-Charge for his approval before such materials are to be used Cement: Ordinary Portland Cement for use on the works shall comply in every respect with there requirements of the IS-8112 amended from time to time. The cement used in the works shall be manufactured in and shall be of a make and quality approved by the Engineer-in- Charge. Only 43 grade Ordinary Portland Cement shall be used. The Contractor shall provide and maintain proper and sufficient storage sheds for the cement on the worksite. The floor of the stores shall be raised at least 23 cm from the ground in order to protect the bags from moisture. Cement damaged by exposure or otherwise will not be allowed to be used in the. Work and same shall be removed from the site at once. Admixtures: Admixtures conforming to IS : 9103 and IS : 6925 shall be permitted to improve workability of the concrete or extension of setting time on satisfactory evidence that it will not have any adverse effect on the properties of concrete with respect to strength, Contractor No. of Corrections Executive Engineer volume change, durability and has no deleterious effect on - steel bars. The particulars of the admixture and the quantity to be used, must be furnished, to the Engineer-in-Charge in advance to obtain his approval before use. Coarse Aggregate: (i) Aggregates for pavement concrete shall be natural material complying with IS:383 with a Los Angeles Abrasion Test limits not more than 35 percent. The limits of deleterious materials shall not exceed the requirements set out in IS:515. No aggregate having water absorption more than 2 shall be used. (ii) The Coarse agreegateshall consist of clean, hard, strong, dense, non porous and durable pieces of crushed stone or crushed gravel and shall be devoid of pieces of disintegrated stone, soft, flaky elongated, very angular or splintery pieces. I he maximum size of coarse aggregate shall be 20 mm. for M-40 grade pavement concrete and for dense lean concrete (DLC) it shall be 25 mm. continuously graded or gap graded aggregates may be used as stipulated in IRC 44 and IRC 59 respectively, depending on the grading of the fine aggregate. The aggregate shall not be alkali reactive. Dumping and slacking of aggregates shall be done in an approved manner. In case the Engineer-in-Charge considers that the aggregate are not free from dirt, the same. may be washed and drained for at least 72 hours before batching as directed by the Engineer-in-Charge in such situation the absorbed moisture content shall be carefully monitored for controlling water cement ratio. Fine Aggregate :

The fine aggregate shall consist of clean, natural sand conforming to 1S:383. Fine aggregate shall be free from soft particles, clay, shale, loam, cemented particles, mica and organic and other foreign matter. Sand shall be of approved quality with fineness modulus between screened to remove the oversize particles and washed to reduce the silt contents below 4 by volume after 24 hour and to bring it within the permissible range of fineness modulus. Blending of sand of fine and coarse quality may be permitted to achieve the required FM if it is found necessary to give desired results. The fine aggregates will be tested and retested as directed by the Engineer-in- Charge till they satisfy the required norms as per IS and as specified above, Contractor No. of Corrections Executive Engineer

Water: Water used for mixing and curing of concrete shall be clean and free from injurious amount of oil, salt, acid, vegetable matter, or other substances harmful to the finished concrete It shall meet the requirements stipulated in IS : 456-2000, (i) The rate proposed in this tender for all concrete and allied works are inclusive of water cost. The Contractor shall have to make their own arrangements at their cost for bringing adequate water of potable quality for mixing concrete, curing purposes and for this no extra payment will be made. (ii) The water brought for concreting and curing etc. shall be got tested from the laboratory as approved by Engineer-in-Charge to verify whether it is suitable for above purposes whenever directed, this testing will be done at Contractor's cost.

Premoulded Joint Filler : Premoulded joint filler for expansion joint shall be of thickness shown in the drawing with tolerance of + 1.5 mm. It shall be 25 mm. less in depth than the thickness of the slab with tolerance of + 3 mm. and provided to the full width between side forms. Holes to accommodate dowel bars shall be accurately bored or punched out to give a sliding fit on the dowel bars. The joint filler shall comply with the requirements of IS: 1838 part I and II "Specifications for premoulded fillers for Expansion joint in concrete".

Joint sealing compound: Cold applied sealentPolysulphide base (Pouring Grade) conforming to BS-5212 Part II and IS : 11433 shall be used. If primers are recommended by the manufacturer, they shall be applied neatly with an appropriate brush.

Steel : The Mild steel shall conform to the requirement of IS :432, IS : 1139 and IS : 178G as relevant. The dowel bars and Tie bars shall conform to Grade S 240 . If steel mesh is used, it shall conform to IS @ 1566. The steel shall be coated with epoxy paint for protection against corrosion. Proportion of concrete mix

Immediately upon the receipt of work order, the Contractor shall inform the Engineer-in- Charge the exact location of source of the accepted materials. After approval of all the materials to be used in Pavement Quality Concrete, the Contractor shall submit the mix design based on proportion by weight of all ingredients for the approval of Engineer-in- Charge, The Mix design shall be submitted to the Engineer-in-Charge at least one month in advance of commencing the paving operation For design of cement concrete mixes guidance may be had from IRC-44 “Tentative guidelines for cement concrete mix design for road pavement and IS-10262 and IS-SP-23 Hand book on concrete mixes". The minimum cement content for Dry Lean Concrete and Pavement Quality Concrete shall be as follows : i)Dry Lean Concrete (DLC) Grade M-10 220 Kg. per Cum. ii)Pavement Quality Concrete (PQC) Grade M-40 350 Kg. per Cum. If this minimum cement content is not sufficient to produce in the field, concrete of the strength specified in the design, it shall be increased as necessary without additional compensation under the Contract. The maximum cement content shall, however, not exceed the limits as specified in relevant IRC Codes. Specification criteria for mix design

a) Cement content 350 Kg to 425 Kg per cum b) W/C ratio Not more than 0.45 & as per mix design c) Cement Ordinary partland cement 43 grade confirming to IS - 8112 d) MSA 25 mm for DLC,20 mm for PQC e) Flexural strength 4.5 N / mm in field at 28 days for concrete of grade M-40 f) Compressive strength 40 N / mm in field at 28 days for concrete of grade M-40

Note :- The mix design shall be based on flexural strength of concrete for Pavement Quality Concrete. Concrete Strength: While designing the mix in the laboratory, correlation between flexural and compressive strengths of concrete shall be established on the basis of at least thirty tests on samples However, quality control in the field shall be exercised on the basis of flexural strength. It may, however be ensured that the materials and mix proportions remain substantially unaltered during the daily concrete production. The water content shall be the minimum required to provide the agreed workability for full compaction of the concrete to the required density as determined by the that mixes or other meansapproved by the Engineer and maximum free water cement ratio shall be 0.45. The ratio between the 7 and 28 days strengths shall be established for the mix to be used in the slab in advance, by testing pairs of beams and cubes at each stage on at

least six batches of trial mix The average strength of the 7 day cured specimens shallbe divided by the average strength of the 28 day specimens for each batch, and the ratio "R" shall be determined. The ratio "R" shall be expressed to three decimal places. If during the construction of the trial length or during normal working, the average value of any four consecutive 7 day test results fall below the required 7 day strength as derived from the value of "R" then the cement content of the concrete shall, without extra payment, be increased by 5 percent by weight or by an amount agreed by the Engineer, The increased cement content shall be maintained at least until the four corresponding 28 day strengths have been assessed for its conformity with the requirements as per MORTH Clause 602.3.1 Whenever the cement content is increased, the concrete mix shall be adjusted to maintain the required workability. Acceptance criteria for concrete :-Average 28 days flexural strength of the batch of 4 beams should not be less than the specified characteristic strength plus 0.3 MPa. anyconcrete that fails to meet the strength specified shall be removed and replaced at Contractor's expense. Sampling and testing of beam and cube specimens : At least two beam and two cube specimens, one each 7 day and 28 day strength testing shall be cast for every 150 cum (or part there of ) of concrete placed during construction. On each day's work, not less than three pairs of beams and cubes shall be made for each type of mix from the concrete laid in pavement Each pair shall be from a different delivery of concrete and a place to be designated by the Engineer in accordance with tile procedure as outlined inContractor No. of Corrections Executive Engineer MORTH Clause 602.3.3 Groups of four consecutive results from single specimens tested at 28 days shall be used for assessing the strength for compliance with the strength requirements The specimens shall be transported in an approved manner to prevent sudden impact, causing fractures or damage to the specimen. The flexural strength test results shall prevail over compressive strength tests from compliance A quality control chart indicating the strength values of individual specimens shall be maintained for continuous quality assurance. Where the requirements are not met with, or where the quality of the concrete or its compaction is suspect, the actual strength of the concrete in the slab shall be ascertained by carrying out tests on cores cut from the hardened concrete at such locations. The cores shall be cut at the rate of 2 cores from 150 cum. of concrete. The results of crushing strength tests on these cores shall not be less than 0.8 times the corresponding crushing strength or cubes, where the height to diameter ratio of the core is two Where height to diameter ratio is varied, then the necessary corrections shall be made in calculating the crushing strength of cubes in the following manner The crushing strengths of cylinders with height to diameter ratio between 1 and 2 may be corrected to correspond to the standard cylinder of height to diameter ratio of 2 by multiplying with the correction factor obtained from the following equation:- f = 0.11 n + 0.78 Where, f = Correction factor and n = height to diameter ratio

The corrected test results shall be analysed for conformity with the specific requirements for cube samples Where the core tests are satisfactory, they shall have precedence for assessing concrete quality over the results of moulded specimens. The diameter of cores shall not be less than 150 mm. If however, the tests on cores also confirm that the concrete is not satisfying the strength requirements, then the concrete corresponding to the area from which the cores were cut should be replace, i.e. at least over an area estending between two transverse joints where the defects could be isolated or over larger areas, if necessary, as assessed by additional cores and their test results. The equivalent flexural strength at 28 days shall be estimated in accordance with MORTH Clause 602 3.3.2 In order to ensure that the specified minimum strength at 28 day is attained in 99 percent of all test beams, the mix shall be proportioned to give an average strength at 28 days exceeding the specified strength by 2.33 times the standard deviation calculated first from the flexural strength of test beams made from the trial mix and subsequently from the accumulating result of flexure! strengths of job control test beams. The standard deviation shall be re-calculated from the test result obtained afterany change in the,, source or quality of materials and the mix shall be adjusted as necessary to comply with the requirements. An individual 28 day test strength below the specified strength shall be evidence for condemnation of the concrete concerned if the average 26 day strength of this beam plus the preceding 5 and succeeding 4 beam exceeds the specified strength by 2.33 times the standard deviation and provided that these is no other evidence that the concrete mix concerned is substandard. Beams shall be made day in pairs at intervals, each pair being from a differentbatch of concrete. At the start of the work, and until such time as the Engineer may order a reduction in the number of beams, required, at least six pairs of beams and cubes shall be made each day, one of each pair for testing at 28 days for determination of the minimum permission flexural strength and the other for testing at an early age for the Engineer to assess the quality of the mix When the first thirty number of 28 days results are available, and for so long as the Engineer is satisfied with the quality of the mix, he may reduce the number of beams and cubes required. During the course of construction, when the source of any material is to be changed or if there is any variation in the quality of the materials furnished, additional test and necessary adjustments in the mix shall be made as required to obtain the specified strength. The flexural strengths obtained on beams tested before 28 days shall be used in conjunction with a correlation between them and he 28 day flexural strengths to detect any degeneration in the quality of the concrete being produced. Any such deterioration shall be remedied without awaiting the 28 day strengths but the earlier strengths shall not constitute sole evince of no compliance of the concrete from which they were taken. Concrete shall not comply with the Specification when more than one test beam in a batch has a 28 day strength less than the specified strength and the average 28 day flexural strength of the batch of beams is less than the specified strength plus 2.33times the standard deviation of the batch Should the concrete fail to pass the Specification for strength as described above the Contractor may, all at his own expense, elect to cut from the suspect concrete as the Engineer shall direct. From the relation between cube strength and flexural strength, the core strength shall be converted to flexural strength.

The equivalent flexural strength at 28 days shall be the estimated insitu strength multiplied by 100 and divided by the age-strength relation obtained from Table 900-5 given in MORTH Specification 2001 on page No. 357 & 358. Any concrete, that fails to meet the strength Specification shall be removed and replaced at Contractor's expense. In-situ density : the density of the compacted concrete shall be such that the total air voids are not more than 3 percent. The air voids shall be derived from the difference between the theoretical maximum dry density not the concrete calculated from the specific gravities of the constitutes of the concrete mix and the average value of three direct density measurements made on cores at least 150 mm diameter. Three coreshall be taken from trial lengths and in first two km length of the pavement while the slab is being constructed during normal working, The proportion of the mix and thevibratory effort imparted i.e. the frequency and magnitude of vibration shall be adjusted to achieve the maximum density. All cores taken for density measurement in the trial section shall be checked for thickness. The same cores shall be made use of for determine in situ strength. In case of doubt, additional cores may be ordered by the Engineer and taken at locations decided by him to check the concrete slab or the position of dowel / tie bars without any compensation being paid for the same. In calculating the density, allowance shall be made for any steel in the cores. Cores removed from the main carriageway shall be reinstated with compacted concrete with mix proportions of 1 part of Portland cement, 2 of fine aggregate, 2 parts of 10 mm nominal size single coarse aggregate by weight. Before filling the fine mix, the sides shall be hacked and cleaned with water. Thereafter cement- sand slurry shall be applied to the sides just prior to filling the concrete mix. Thickness :Thickness shall be controlled by taking levels as indicated inMORTH Clause 902.3. Thickness of the slab at any point checked as mentioned aboveshallbe within a tolerance of 5 mm to + 25 mm of the specified thickness as per Drawing. Negative side can’t be accepted.

Workability : The workability of the concrete at the point of placing shall be adequate for the concreteto be full compacted and finished without undue flow. The optimum workability for themix to suit the paving operation shall be determined by the Contractor and approved bythe Engineer-in- Charge. The control of workability in the field shall be exercised bySlump test (IS- 1199) and shall be further confirmed / controlled by Compaction Factorequipment and Compaction Factor shall be in the range of 0.80 to 0.92

Design Mix : The Contractor shall carry out laboratory trials of design mixes with the materials fromthe approved sources to be used. Trial mixes shall be made in presence of tile Engineer-in- Charge or his representative and shall be subject to the approval of the Engineer-in-charge. They shall be repeated, if necessary until the proportions that willproduce a concrete which complies in all respect with this specification, and conformsto the requirement of the design / drawing has been determined. The proportions determined as a result of the laboratory trial mixes may be adjusted ifnecessary during start of the construction. Thereafter, neither the materials nor the mixproportions shall be varied in anyway except with the written approval of the Engineer - in-Charge.

Any change in the source of materials or mix proportions proposed by the Contractor during the course of work shall be assessed by making laboratory trial mixes unless approval is given by the Engineer-in-Charge for minor adjustments like compensation' for moisture content in aggregates or minor fluctuations in the grading of aggregate.

Separation Membrane : A separation membrane shall be used between the concrete slab and the DLC. Separation membrane shall be impermeable plastic sheeting 125 micron thick laid flat without creases. Before placing the separation membrane, the DLC shall be swept clean of all the extraneous materials using air compressor. Where overlap of plastic sheet is necessary, the same shall be at least 300 mm and any damaged sheeting shall be replaced. The separation membrane may be stuck to the lower layer wild patches of adhesives or appropriate tape or concrete nails with washer so that sheet does not move during placement of concrete.

Forms : Steel Forms : All side forms shall be of mild steel only. The steel forms shall be mild steel channel sections of depth equal to the thickness of the pavement or a few millimetres less than the thickness of the pavement to match with the plus level tolerances specified for sub base. In the latter case, the forms shall be levelled by using metal wedges or shims. The thickness of flange and web shall not be less than 6 mm and shall be capable of resisting all loads applied in the paving process. The length of form shall not be less than 3m except in the case of installations along curves. The sections shall have a length of a least 3 m except on curves of less than 45 m radius where shorter sections may be used. When set to grade and staked in place, the maximum deviation of the topsurface of any section from a straight line shall not exceed 2 mm in the vertical planeand 5 mm in the horizontal plane. The method of connection between section shall besuch that the joint formed shall be free from difference in level, play of movement in anydirection. The use of bent, twisted or worn-out forms will not be permitted. At least threestake pockets for bracing pins of minimum 25 mm dia or stakes shall be provided foreach 3m of form and bracing and support must be ample to prevent springing of theforms under the pressure of concrete or the weight or thrust if machinery operating on the form.

Setting of Forms : The forms shall be jointed neatly and shall be set with exactness to the required grade and alignment. Both before and after the form are placed and set, the subgrade or sub Contractor No. of Corrections Executive Engineerbase under the form shall be thoroughly tamped in an approved manner. Sufficientrigidity shall be obtained to support the form in such a position till during the entireoperation of compacting and finishing of concrete they

shall not at any time deviatemore than 3 mm from a straight edge 3 m in length. Forms which show a variation fromthe required rigidity or alignment and levels shown in the drawing, shall be reset orremoved as directed. The length and number of stakes shall be such as to maintain theforms at the correct line and grade. All forms shall he cleaned and oiled each timebefore they are used. Forms shall be set ahead of the actual placing of concrete for theentire day’s work. Joints : The location and type of joint shall be as shown in the drawing. Joint shall be constructed depending upon their functional requirement as detailed in the following paragraphs. The location of the joints should be transferred accurately at the site and mechanical saw cutting of joints done as per stipulated dimensions. It should be ensured that the full required depth of cut is made from edge to edge of the pavement. Sawing of joints shall be carried out with diamond studded blades soon after the concrete has hardened to take the load of the sawing machine and personnel without damaging the texture of the pavement. Sawing operation could start as early as 6-8 hours depending upon the season.

Transverse joints : Transverse joints shall be contraction and expansion joints constructed at the spacing described in the Drawings. Transverse joints shall be straight within the following tolerances along the intended line of joints which is the straight line transverse to the longitudinal axis of the carriageway at the position proposed by the Contractor and agreed to by the Engineer-in- Charge except at road junctions or roundabouts where the position shall be as described in the drawings. Deviations of the filler board in the case of expansion joints from the intended line of thejoint shall not be greater than + 10 mm The best fit straight line through the joint grooves as constructed shall be not more than25 mm from the intended line of the joint. Deviation of the joint groove from the best fit straight line of the joint shall not be greaterthan 10 mm Transverse joints on each side cf the longitudinal joint snail be in line with each other and of the same type and width. Transverse joints shall have a sealing groove whichshall be sealed in compliance with Clause 602.11 of MORT and H specifications (Fourth Prevision)

Contraction joints : Contraction joints shall consist of a mechanical sawn joint groove, 3 to 5 mm wide and 1/4 to 1/3 depth of the slab + 5 mm or as stipulated in the drawings and dowel bars Complying with Clause 602.6.5 of MORT and H specifications (Fourth Revision) and as detailed in the drawings. The contraction joints shall be cut as soon as the concrete has undergone initial hardening and is hard enough to take the load of joint sawingmachine without causing damage to the slab Expansion joints : The expansion joints shall consist of a joint filler board complying with Clause 602 2 7 of MORT and H specifications (Fourth Revision) and dowel bars complying with Clause602.6.5

MORT and H of specifications (Fourth Revision)and as detailed in thedrawings. The filler board shall be positioned vertically with the prefabricated jointasassembliesalong the line of the joint within the tolerances given in Clause 602.6.2,1 ofMORT and H specifications (Fourth Revision) and at such depth below the surface aswill not impede the passage of the finishing straight edges or oscillating beams of thepaving machines. The adjacent slabs shall be completely separated from each other byproviding joint filler board. Space around the dowel bards, between the sub-base and the filler board shall be packed with a suitable compressible material to block the flow ofcement slurry. Longitudinal joint: The longitudinal joints shall be saw cut as per details of the joints shown in the drawing.The groove may be cut after the final set of the concrete. Joints should be sawn to atleast 1/3 the depth of the slab + 5 mm as indicated in the drawing. Dowel bars : Dowel bars shall be mild steel rounds in accordance with MORT and H specifications (Fourth Revision) Clause 602.2.6 with details / dimensions as indicated in the drawing and free from oil, dirt, loose rust or scale. They shall be straight free of irregularities andburring restricting slippage in the concrete. The sliding ends shall be sawn or croppedcleanly with no protrusions outside the normal diameter of the bar. The dowel bar shallbe sported on cradles/dowel chairs in pre-fabricated joint assemblies positioned prior tothe construction of the s abs or mechanically inserted with vibration into the plasticconcrete by a method which ensures correct by a method which ensures correctplacement of the bars besides full recompaction of the Concrete around the dowel barsThe dowel used in contraction joint shall be provided with plastic sheath with closedend over 60 per cent of the length. The dowels also can be coated with polyethylene.The thickness of sheath or polyethylene coating shall not exceed 0.50 mm. Unless shown otherwise on the drawing dowel bars shall be positioned at mid depth ofthe slab within a tolerance of + 20 mm and centered equally about intended lines of thejoint within a tolerance of + 25mrn. They shall be aliened parallel to the finished surfaceof the slab and to the centre line of the carriageway and to each other within toleranceas given hereunder.

For bars supported on cradles prior to the laying of the slab a) All bars in a joint shall be within + 3 mm per 300 mm length of bar b) 2/3rd of the bars shall be within + 2 mm per 300 mm length of bar c) No bar shall differ in alignment from an adjoining bar by more than 3 mm per 300 mm length of bar in either the horizontal or vertical plane, d) Cradles supporting dowel bar shall not extend across the line of joint i.e. no steel bar of the cradle assembly shall be continuous across the joint. For all bars inserted after laying of the slab. a) Twice the tolerance for alignment as indicated in (a) above. Dowel bars supported on cradles in assemblies, when subject to a load of 110 N applied at either end and in either the

vertical or horizontal direction (upwards and downwards and both directions horizontally) shall conform to be within the following limits. i) Two thirds of the number of bars of any assembly tested shall not deflect more than 2 mm per 300 mm. length of bar.Contractor No. of Corrections Engineer ii) The remainder of the bars in that assembly shall not deflect more than 3 mm per300 mm length of bar.Dowel bars shall be covered by a thin plastic sheath for at least 60 percent of the lengthfrom one end, for dowel bars in contraction joints or half the length plus 50 mm forexpansion joints. The sheath shall be tought durable and of an average thickness notgreater [ban 0.5 mm and shall have closed end. The sheathed bar shall comply with thefollowing pull out test.

Four bars shall be taken at random from stock and without any special preparation shallbe covered by sheaths as required in above Clause. The ends of the dowel bars whichhave been sheathed shall be cast centrally into concrete specimens 150x150x600 mm.made of the same mix proportion to be used in the-pavement, but with a maximumnominal aggregate size of 20 mm and cured in accordance with IS 516. At 7 days atensile load shall be applied to achieve a movement of the bar of at least 0.25 mm. Theaverage bond stress to achieve this movement shall not be greater than 0.14 MPa. For expansion joints, a closely fitting cap 100 mm long with closed end consisting of Glpipe 3 mm thickness with closed ends shall be placed over the sheathed end of each dowel bar, An expansion space at least equal in length to the thickness o' the joint filerboards shall be formed between the end of the cap and the end of the dowel' bar by using compressible sponge to block the entry of cement slurry between dowel and cap, It may be taped all round.

Tie bars : The bars in longitudinal joints shall be plain mild steel bars conforming to IS: 432 or deformed steel bars complying with IS: 1786 and in accordance with the requirements given below. The bars shall be free from oil dirt, loose rust and scale. Tie bars WATER SUPPLYing across the longitudinal joint shall be protected from corrosion for 75mm on each side of the joint by a protective coating of bituminous paint with theapproval of the Engineer- in-Charge. The coating shall be dry when the tie bars areused. Tie bars in longitudinal joints shall be made up into rigid assemblies with adequate supports and fixings to remain firmly in position during the construction of the slab. Alternatively, tie bars at longitudinal joints may be mechanically or manually inserted Contractor No. of Corrections Executive Engineerinto the plastic concrete from above by vibration using a method which ensures correctplacement of the bars and recompaction of the concrete around the tie bars. Tie barsare also inserted mechanically or manually from sides. During side insertion in fixed form paving they may be bent so that half length remains along the form. After removalof forms, bars shall be straightened so that they extend into the concrete placed ontheother side of the concrete. Tie bars shall be positioned to remain within the middle third of the slab depth as indicated in the drawings and approximately parallel to the surface and approximately perpendicular to the line of the joint, with the centre of each bar on the intended line of the joints within a tolerance of + 50 mm, and with a minimum cover of 30 mm below thejoint groove

Weather and seasonal limitations : Concreting during Monsoon MonthsWhen concrete is being placed during monsoon months and when it may be expectedto rain, sufficient supply of tarpaulin or other waterproof cloth shall be provided alongthe line of work in addition to the portable tents. Any time when it rains, all freshly laidconcrete which had not been covered for curing purposes shall be adequately protectedby means of tarpaulins or other waterproof-cloth. Any damage caused to the surface ortexture shall be corrected as decided by the Engineer. Concreting in Hot WeatherAs placing of concrete in air temperatures above 350 C, is associated with defects, likeloss of workability through accelerated setting, formation of plastic shrinkage cracks,etc. it is recommended that unless adequate precautions are taken no concreting shallbe done in conditions more severe than the above. The procedures recommended foradoption in case of hot weather concreting are given in IRC:61" Tentative Guidelinesfor the Construction of Cement Concrete Pavements in Hot Weather

The execution of work shall only be allowed for ambient temperature not exceeding 350C. The time for execution of C. C. pavement i.e. the laying of DLC and PQC shall be6 P.M. to 2 AM next day. The Contractor will have to ensure, adequate lighting arrangement during the night working. Joint construction : Contractor No. of Corrections Executive EngineerThe placement of concrete at construction joint is particularly critical Therefore caremust be taken to ensure that only quality concrete is used in their construction. Theconcrete used to construct these joints should be the same as for the remainder of theslab. The practice of modifying the mix at the joints is not recommended. It should bekept in mind that load transfer across a doweled joint is greatly affected by the quality ofconcrete and compaction around the dowels. The placement of Dowels should becarefully verified soon after paving begins. Sawing : It is recommended that all joints be sawed. The sawing of transverse contraction and longitudinal joints should be a two phase operation The initial sawing is intended to cause the pavement to crack at the intended joint. It should be made to required depth as directed. The second sawing provides the necessary shape factor for the Sealantmaterial. When a lengthy period is anticipated between the initial saving of the joint and the final sawing and sealing, consideration should be given to filling the joint with a temporary filler. This filler material should keep any loose material out of the joint and reduce the potential for spalling. Cleaning joints : Air compressors, use for cleaning joints shall be equipped with suitable traps capable of removing all surplus water and oil in the compressed air. Immediately after sawing the joint the resulting slurry shall be completely removed from the joint and immediate areaby flushing with a jet of water under pressure.

Installing Backup material :

A resilient rod type backup material will be installed in a manner that will produce the shame factor specified, if the sealant bonds to the backup material, a bend breaking tape is essential. Surface Texture : After the final regulation of the slab and before the application of the curing membrane, the surface of Concrete slab shall be brush textured in a direction at right angles to the Contractor No. of Corrections byEngineerlongitudinal axis of the carriageway. For details reference shall be made to clause No.9,9.4 of IRC-15-2002.

Surface Tolerances : The levels of the subgrade and different pavement courses as constructed shall not vary from those calculated with reference to the longitudinal and cross profile of the road shown on the drawing or as directed by the Engineer-in-charge beyond intolerances mentioned below.

Tolerances in surface levels

1 Subgrade + 20 mm, -- 25 mm 2 Granular Subbase + 10 mm, -- 20 mm 3 Dry lean concrete or rolled concrete + 10 mm, -- 10 mm 4 Cement concrete pavement + 5 mm, -- 6 mm

This may not exceed -8 mm at 0-30 cm from the edges. For checking compliance with the above requirement for subgrade sun base courses,measurements of the surface levels shall be taken on a grid of point placed at 6.25 mlongitudinally and 3.5 m transversely or any other grid approved by the Engineer- incharge.For any 10 consecutive measurements taken longitudinally or transversely notmore than one measurement shall be permitted to exceed the tolerance as above. Thisone measurement being not in excess of 5 mm greater than the permitted tolerance. For checking compliance with the above requirement for concrete pavement measurement of the surface levels shall be taken on a grid of 6.25 m x 3.5 m or 3.75 m or any other grid directed by the Engineer-in-charge. In any length of pavement, compliance shall be deemed to be met for the final road surface, only if the tolerance given above is satisfied for any point on the surface. Surfaceregularitv of pavement courses Contractor No. of Corrections by Engineer. The longitudinal profile shall be checked with a 3 metre long straight edge /movingstraight-edge as desired by the Engineer-in-Charge a the middle each traffic lane along line parallel to the centre line of the road.The maximum permitted number of surface irregularities shall be as per Table below.Irregularity Surface ofCarriageways, and paved shoulders,4 mm 7 mmLength (m) 300 75 300 75National Highways/Expressways20 9 2 1Roads of lowercategory40 18 4 2 Note : Category of each section of road as described in the Contract.

The maximum allowable difference between the road surface and underside of a 3 mstraight- edge when placed parallel with, or at angles to the centre line of the road atpoints decided by the Engineer-in-Charge shall be:For pavement surface 4 mmFor granular sub-base/base courses andsub-bases under concrete pavements 10 mm Horizontal alignment The horizontal alignment shall be checked with respect to the centre line of the carriageway as shown in (lie drawings. The edges of the carriageway as constructed shall be corrected within a tolerance of +10 mm there from. Acceptance criteria for cracked concrete slabs: Concrete slabs may develop cracks of minor to serious nature unless appropriate precautions are taken to prevent their occurrence either during the construction phase or post construction period. Cracks can appear generally due to the following reasons. Plastic shrinkage of concrete surface due to rapid loss of moisture Drying shrinkage High wind velocity associated with low humidity. High ambient temperature 8 Delayed sawing of joints Rough and uneven surface of the base on which concrete slabs are constructed Combination of the above factors.The slabs with full depth cracks is totally unacceptable as it amounts to structuralfailure. Besides, other cracks which are deep and are likely to progress in depth withtime are also to be considered as serious in nature. Fine crazy cracks, however, are notseriousAn acceptance criteria for cracked concrete slabs are The concrete slabs can be accepted in the following situations:

Plastic shrinkage crack : The discrete crack which is less than 5 mm length and with itsdepth of penetration less than half the thickness of the slab and which does notintersect with a longitudinal edge or formed joint The cumulative length of such cracks in each slab shall not be more than 1. M length. Cores can be cut to ascertain the depth of cracks where doubt arises. Fine hairline crazy cracks. The concrete slabs are to be rejected where the cracks formed are not complying withthe above stipulation. Therefore, the slabs which are to be rejected are. i) Slab with cracks running transversely or longitudinally penetrating to full depth and length of the slab. ii) Slab with cracks which are penetrating to more than half the depth. iii) Discrete crack which is more than 500 mm length although its depth ofpenetrationis less than half of the depth. iv) When the total length of all discrete crack is more than 1.0 m whose depth of penetration is less than half the depth.

Clean Up : The pavement surface shall be swept and / or washed down to remove all dirt, debris orforeign material prior to opening to traffic.

Opening to traffic : The Contractor shall not permit traffic on the cement until the concrete has attained acompressive strength of 40 N/mm2

Quality Control : The tests and checks to be conducted for Q. C. And their frequency shall be as indicated in the table given below. FREQUNCY OF QUALITY CONTROL TESTS FOR PAVING QUALITY CONCRETE 1 Levels, Alignment and Texture IRC 15 -2002 Reference I Strength Clause 9.22.1 II In situ density Clause 9.22.2 III Pavement thickness Clause 9.22.3 IV Surface levels Clause 9.22.4 V Surface Regularity Clause 9.22.5

Sr. No. Item Frequency 1 WaterChemical Tests One for approval for source of supplysubsequently only in case of doubt 2 Concrete Strength of Concrete 2 cubes and 2 beams per 150 cum or part there if Core strength (one for 7 days and other for 28 days strength) Workability or fresh concrete or minimum 6 cubes and 6 beams per day work Thickness determination whichever is more Thickness measurement for As required triallength Slump TestOne test per dumper load at Verification of level of string bothbatching plant site and paving site line initiallywhen work starts. Subsequently sampling may be done from alternator dumper From the level data of concrete pavementsurface and sun base at grid points of5/6.25 m x 3.5 m cores may be cut incase the Engineer desires 3 Cores per trial lengthContractor No. of Corrections Executive Engineer

in the case of slip form paving andsteel forms in the case of fixedfrompavingString line or steel forms shall be checkedfor level at an interval of 5.0 m or 6.25 m.The level tolerance allowed shall be +2mm. Theses shall be got approved 1- 2hours before the commencement of

theconcreting activity

FIELD LABORATORY The following items of laboratory equipment shall be provided in the field laboratory to be established by the Contractor at worksite to carry out various tests. The ownership of the laboratory equipment will rest with the contractor after completion of work.

General i Oven Electrical operated, Thermostatically controller, range 1 No For Bitumen and Bitumen Mixes i Penetrometer with standard needle 1 Set iiRifflex Box – Small size 1 Set iii Centrifuge type bitumen extractor hand operated, complete with petrol /commercial benzene 1 Nos iv Filed density bottle along with cutting try, chisel hammer and standard sand 1 Set v 3 m straight edge 1 Set vi Camber board / plate 1 Set vii Core cutting machine with 15 cm diadiamond cutting edge 1 Set For Cement and Cement Concrete I Vicat apparatus for testing setting times 1 Set ii Compacting factor test equipment 2 Set iiiScada based Compression testing machine of 200 tonne capacity with two dial gauges 1 Set Contractor No. of Corrections Executive Engineer iv Needle vibrator 2 Set v Air Meter 1 Set vi Vibrating hammer as per B.S. Specifications 1 Set vii Cube moulds for concrete 1) 150 mm x 150 mm x 150 mm 2) For flexurel strength 150 mm x 150 mm x 700 mm 18 Nos viii Sieve shaker to accommodate 450 dia and 200 dia sieves 1 No ix Slump testing apparatus as per IS specifications 2 Nos E For Control of Profile

i Digital level complete with all upto 2000C sensitivity 10 C 1 No ii Platform balance 300 Kg capacity 1 No iii Balance 20 kg capacity 1 Nos iv Electronic Balance 5 kg capacity accuracy 0.5 g. 2 Nos vThermometers : Mercury in glass thermometer range 00 C to 2500 C 4 Nos vi Mercury in steel thermometer with 30 cm stem, range upto 3000 C 2 Nos vii Kerosene or gas stove or electric hot plate 1 No viii Glass wares, spatulas, wire gauges, steel scales, measuring tape, casseroles, Karahis, enmeled trays of assorted sizes, pestle- mortar, porcelain dishes, gunny bags, plastic bags, chemical, digging tools like pockaxes, shovels etcAs per required ix Set of IS BRASS sieves with lid and pan 350 mm diameter : 63 mm, 53 mm, 37.5 MM, 26.5 mm, 13.2 mm, 9.5 mm, 6.7 mm and 4.75 mm size x 200 mm diameter : 2.36 mm, 2.0 mm, 1.18 mm, 600 micron, 425 micron, 300 micron, 150 micron, and 75 micron 1 Set x Water Testing Kit 1 Set 2 For Aggregates i Riffle Box 1 No ii Flakiness and Elongation Test Gauges 1 Set iii 0.50 cft, 1.0cft cylinder for checking bulk density of aggregate with tamping rod 1 Set accessories iiAluminium staff ( 4.00 m) 2 Nos iii 3 mts. Straight edge and measuring wedge 2 Nos iv Camber templates two lane 2 Nos v Steel measuring tapes - 5 mts 2 Nos vi Steel measuring tapes – 15 mts 2 Nos Vii Steel measuring tapes – 30 mts 2 Nos

Other Equipment : Other tools and plants required to earn/ out pavement concrete work are as below. All equipment necessary for the proper preparation of the subgrade, sub base and batching, mixing, placing, finishing and curing of the concrete pavement shall be on the WATER SUPPLY in good working conditions and shall have been inspected by the Engineer-in- Charge before the paving operations are permitted to start. Throughout the construction of the WATER SUPPLY, the construction agency shall maintain adequate equipment in first class working condition to ensure proper execution of the work. Batching Devices

All batching of materials should be by weight. Weighing equipment shall be of such design and construction that the materials for each batch can be quickly and accurately weighed. A weighing accuracy of a 1 percent may be considered satisfactory. The equipment shallconform to the requirement laid down in IS 2722-1964 'Specifications for portable swing weightBatchers for concrete (Single and Double bucket type). It shall be so constructed that the operator can readily shovel out the excess material in over charged hoppers, and the material released all at one time when the hoppers are discharged.

Mixer Concrete mixer of adequate capacity shall be provided and it shall be of the non tilting type, conforming to the requirements of IS 1791 "Specification for Concrete Mixer (First Revision)" and shall have a rated capacity of not less than 2 cement bags of mixed concrete. The mixer shall be equipped with an approved water measuring device capable of accurate measurement of water required per batch, the mixer shall preferably be equipped with a mechanically operated pump for filling the mixer tankThe mixer if specially specified, shall be equipped with an approved timing device which will automatically lock the discharge level during the full time to mixing and release it at the end of mixing period, the device shall also be equipped with a bell or adjusted to ring each time the lock is released. If the timing device gets broken or out of order, the mixer will be permitted to be used while the same is being repaired, provided an approved timepiece equipped with minute and second hand, is provided and that each batch is mixed for one and half minutes

Water supply equipment The water supply equipment shall be of such capacity and nature as to ensure at all time ample supply and adequate pressure for all the requirement of sprinkling subgrade, make sub base, mixing and curing of concrete etc and all other requirement of the work. Sub Grade Template or Strike Board : The subgrade template or strike board shall be of a rigid construction approximately 100 mm wide and shall weigh at least 4 kg. Hand Tamper: The tamper shall be shaped to the cross profile of the slab and shall weigh not less than 10 Kg/m. It shall be constructed of 75 mm thick timber or of steel channel cross section two feet longer than the proposed width pavement slab and sufficiently strong and rigid to retain its shape under all working conditions. If it is of timber it shall be fitted with steel plate at bottom. The tamper shall be provided with handles which are resilient and sufficiently long to enable tamping operation to be performed by men in standing position.

Screed Board Concrete Vibrator: Screed board vibrator used for compaction and finishing of concrete shall comprise of a wooden or mild steel screed with suitable handles. The screed shall be driven by vibrating device mounted thereon either Sally or by compressed air or by compressed air or by Petrol engine and propelled or made to travel on side forms, shall conform to IS. 2506 Specification for Screed Board Concrete Vibrators Immersion Vibrator:

Immersion vibrator shall comprise, of a vibrating head with suitable motive power either ofcompressed air, electrical or of a Petrol driver engine rigid enough to ensure proper control,and manipulation in the mass of concrete. It shall conform to IS: 2505 Specification for concrete vibrators immersed type (First Revision). They shall be employed to ensure compaction of concrete along the forms and to avoid any tendency in honey combing at the edges of the slab. in case of road slab exceeding 125 mm thickness, they shall be used at suitable spacing for compacting the concrete over the entire width of the slabs in addition to screed board vibrator. Longitudinal Float: The longitudinal float shall not be less than 3.75m in length, 150 mm wide and shall be properly stiffened to prevent flexing and warping.

Bridges : The bridges shall be so designed that when placed straddling the forms, no parts shall come in contact with the pavement. They shall be sufficiently rigid.

Long Handled wooden float The blade of the float shall be at least 1500 mm long and 150 mm wide minimum of two floats shall be provided. Belts : The belts of canvas shall not be less than 150 mm wide and shall be at least 600 mm longer than width of the slab. A minimum of two belts shall be provided.

Push Brooms : The push brooms shall not be less than 450 mm width and be made from good quality base fibre. The handle shall be least 300 mm longer than half the width of the slab. Minimum of four push brooms shall be provided. Straightedge : The straight edge shall remain true and rigid under working conditions and shall be swing from suitable handles. The size shall be 3.0 m

Edging tool: The edging tool shall have a radius of 6 mm . The vertical limb shall extend to the required depth, A minimum two edging tools shall be provided. Master straight edge : The master straight edge shall be of known accuracy so that it may be used for checking other straight edges. It shall be made of steel or other suitable materials of sufficient length, and of sufficient rigidity to maintain its accuracy.

Other small tools : Other small tools and equipment such as spades, shovel, iron pans, water pots, rods etc. necessary to complete the work in accordance with the intent and meaning of above Specification shall also be provided.

Curing Tank: Curing tank shall be constructed at work site having minimum 28 compartments suitable for curing of C.C. Cubes and Beams.The line sketches / photographs of necessary tools shuttering arrangement placement ofdowel bars generally used are appended on page No. 174 to 176 for guidance. Maintenance : There shall be a defect liability for 5 year period (60 months) for cement Concrete pavement. If during this period concrete road fails due to (1) Development of cracks (2) Spalling of edges Erosion of concrete surface etc. the action as decided for development of structural cracks, full depth cracks, the pane between two contractionjoint shall be replaced. In the case of replaced slab, a defect liability period of 5 years shall be en forced from date of completion of such works. The decision of the Chief Officer will be final and binding to the contractor. The rectification of defects shall be earned out as directed by the Chief Officer, During this period dressing of joints complete, in all respect shall have to be done free of cost at east once in a year, preferably in the month of April or May or as directed by the Engineer in charge. Every year before rainy season all joints / deteriorated joints shall be removed and duly filled new one so that there should not be seepage of rain water.

SPECIFCIATIONS OF INTER LOCKING PAVER BLOCKS : This item is included in the accepted tender. As per the specification of this item the paver block strength, colour and design be got approved from the Engineer-in- charge.The samples must be got approved and shall be preserved site office and in AMC Office. The following specification shall be followed for this item:- a) The interlocking blocks to be used shall have dimensional accuracy. They shall be fully interlocking blocks. The design and shapes and colour shall be got approved. The Colour of I.L.P.B shall be dark and attractive.

b) The interlocking block abutting to Kerbs& properties side shall have horizontal surface so that no filler material is required. Paver blocks shall be cut on site to give horizontal surface at support edge. c) Similarly, on property side the water supply or Rider main shall be provided as per drawing flush with the top of paver block for achieving line and level you may use square or rectangle block on property side as per drawing. The laying pattern shall be got approved. The square blocks shall be fixed in PCC M -150, 80 mm thick. d) Testing Criteria’s:- The grade of concrete for production of concrete paver block shall be M40 and its thickness shall be 80or 60 mm as given in Schedule B. The abrasion index shall be 1.2. e) For proper drainage of water below interlocking blocks holes may be provided in RCC slab. f) The sequence of fixing shall be as under:- i) Leveling and compaction of sub-base (PCC in the portion where there is no slab). ii) Laying of paver block and compaction by machine. iii) Application of joints sealing sand and compaction. iv) Cleaning of surface. g). Colour: -The colour shall be bright Brown / Maroon or as approved synthetic Stabilized. h) Frequency of testing:- For every 200 m length of footpath 9 nos of paver block selected for testing, out of which six blocks will be tested and there samples will be preserved one in A.M.C Office and one with Contractor. This test will be done in the presence of Representative of AMC,.and Contractor. The testing to be done from laid blocks. If the samples do not meet the above said requirement of M 20 strength, they shall be remove from site by Contractor immediately. The payment will be made after random sampling tests as above. i) The Supplier will give performance bond for its quality and Tests Certificates to Contractor and AMC

MAKES AND SPECIFICATIONS OF MATERIALS

Sr. Item Approved Manufacturers/Brands or No. Equivalent 1 Ordinary Portland cement Larsen & Turbo, Ambuja,ACC, [Wadi], [Minimum 43 grade] Vasvadatta, Birla Super or equivalent. 2 Reinforcement/Structural Steel SAIL, TISCO or BIS approved [Each cost shall accompany the manufacturing units. manufacturers test certificate] 3 Sand Only Tansa river sand or equivalent after approval of the sample shall be used. 4 Chequered tiles Nitco, Vitco, Super tile, Doshi, Rina, Bharat or equivalent. 5 R.C.C. Pipes Indian Human Pipe Company Spun Pipe Company, Sementia, Pranali Enterprises, CH Patel & Company, Doshi, Rina. 6 Interlocking paver blocks Unitech tiles, Super tiles, Rina, Bharat or [ for Foothpath only equivalent. 7 Kerb stones Nitco, Vitco, Super, Doshi, Rina, Bharat equivalent. 8 Water Table Nitco, Vitco, Super, Doshi, Rina, Bharat

equivalent. 9 Manhole covers Nitco, Vitco, Super, Doshi, Rina, Bharat equivalent. 10 G.I. Pipes Make GST/Zenith/BST/jindal, IS - 1239 or equivalent 11 G.I. Fittings “R” Brand “X” Brand with ringed ends/ Zolto, IS- 1879 or equivalent Note:- All materials shall be of standard make / IS Mark/ and shall be got approved from Chief Officer and PMC.

LIST OF REFERENCE INDIAN STANDARDS Sr. IS CODE NO TITLE No.

1 383 : 1970 Specification for coarse and fine aggregates from natural sources for concrete

2 2386(Part3) : 1963 Method of test for aggregates for concrete Part 3 sp. Gravity, density, voids, absorption and bulking

3 516 : 1959 Method of test for strength of concrete.

4 2506 : 1985 General requirements for screed bard concrete vibrators.

5 3025 : Methods of sampling and test (Physical and chemical) for water and wastewater.

6 4926 : 1976 Specification for ready – mixed concrete

7 6461 (Part 8) - Properties of concrete. 1973

8 8112 : 1989 Specification for 43 grade ordinary Portland cement.

9 9103 : 1999 Specification for admixtures for concrete.

10 13311 Methods of non -destructive testing of concrete

(Part-I) : 1992 Ultrasonic pulse veloMunicipal

(Part-II) : 1992 Rebound hammer tests

ABSTRACT OF SPECIFICATIONS

Sr. Particulars Std. Page No. Reference

No. Specifications

1 Excavation B.1 & B.2 24,25,26, 27, Vol. I

Bd. A-1 to A-13 28 257 to 265 Vol. II

Vol. III

2 Material Cement, Stone fine A-1 A -2, A -4, A-5, 5 to 18 Vol. I and Coarse, aggregate bricks A-6, A-7, A-8, A-9 cost steel. A-10 (abc), A-11, A-12, A-13, A-14

3. M.S. wire timber oil paint A-15, A -16, A -17 (abc)

4. Structural Steel Bd.C2, B -191 273 Vol. II & I

5 Plane Cement Concrete Bd. E 1 to E.7 287 to 291 Vol. II

6. Reinforced cement concrete Vd.F -2 to Bd.F -16 297 to 306 Vol. II

5 Steel BD. F17 306 to 307 Vol. II

6 Brick Masonry B8(a) & (b) G1 40 to 45 Vol. I

Bd. G2, G3, G4 313 to 317 Vol. II

G5, G6, G7

7 Stone masonry 89 (I) 57 Vol.I

8 Cement Plaster B.11 (I) 65 to 66 Vol.I

9 Water proofing cement Bd.OS/400

10. Filling trenches Bd.A.11 263 Vol.II

11. Coffer dam BR.4 97 Vol.I

12. Dewatering BR.4 97 Vol.I

13. Doors and windows BD T -2 & T -7 478, 481 Vol. II

14. Aluminium sliding windows As directed by Engineer-in- charge

15. Sintex doors As directed by Engineer-in- charge

16. Rolling shutters BD T -56 511 Vol. II

17. Marble mosaic BD M -13, 14, 15 386, 387 Vol. II

18. C.I. nhani trap BD V -32 567 Vol. II

19. Urinal pot BD V -23 562 Vol. II

20. Stoneware pipe BD V -39 573 Vol. II

21. Painting (white wash) BD P -1 411 Vol. II

APPENDIX TO CIVIL SPECIAL SPECIFICATIONS

LIST OF INDIAN STANDARDS

The following Indian Standard (Latest Edition) shall be following for all the items covered in the specifications of Schedule-B of this tender

Aggregates, coarse and fine from IS:383:1970 natural sources for concrete (Second Revision)

Concrete aggregates IS:6461 (Part -I) 1972

Burnt clay building bricks, heavy duty (first revision) IS:218 0:1970

Burnt clay building bricks, method if tests of (Second revision) IS:3495 (Part -I to IV) 1976

Masonry cement (First Revision) IS:3466:1967

Ordinary and low heat port land cement (Third revision) IS:269:1976)

White portland cement IS:8042E:1976

Plain and reinforced concrete, code of practice for (Second IS:456:1978 revision)

Construction of stone masonry code of practice for Part -I IS:1597 (Part -I) 1976 Rubble stone masonry

Liquid flow measurement in open channel by weirs and flumes IS:6330:1971 end depth method for estimation of flow in rectangular channels with a free overall (approx. method)

Calculation of settlement of foundations, code of practice for IS:2974 (Part -I 1969 shallow foundations subjected to symmetrical static vertical loads, design and construction of machine foundation, code of practice for foundations for reciprocating type machine (first revision)

Foundation for rotary type machine (medium ad high IS:2974 Part -II) 1969 frequency ) (first revision)

Foundation for rotary ty pe machine (medium type high IS:1974 (Part -II) 1975 frequency (First revision)

Foundation for rotary type machines of low frequency design IS:2974 (Part -IV) 1968 and construction of raft foundations, code of practice

Design (First revision) IS:2950 (Part -I) 1974

Design and construction of simple spread of foundations code of IS:1892:1962 practice for site investigations for foundation, code of practice

Structural safety of building : Foundation, code of practice for IS:1904:1966 (First revision)

Safety requirements for floor and wall openings, railing and toe IS:4912:1968 boards

Structural safety of building loading, standard code of practice IS:875:1964 for revised

Application of lime plaster finish code of practice for painting IS:2394:1965

concrete, mason ry and plaster surfaces, code of practice for

Operations and workmanship IS:2395 (Part -I) 1966

Schedules IS:2395 (Part -II) 1966

Whitewashing and colour washing code of practice IS:6278:1978

Bending and fixing of bars for concrete reinforcement code of IS:2502:1963 practice

Cold twisted steel bars for concrete reinforcement (revised) ISL1786:1966

Deformed bar for concrete reinforcement, hot rolled mild steel IS:1139:1966 and medium tensile steel (revised)

Mild steel and medium te nsile steel bars and hard drawn wire for concrete reinforcement

Mild steel and medium tensile steel bar (Second revision) IS:432 (Part -I) 1966

Scaffolds and ladders, safety code of practice IS:3696 (Part -I) 1966

Determination of durability of natural building stones of test for IS:1126:1974 (First revision)

Dimensions and workmanship of natural building stones for IS:1127:1970 masonry work, recommendation (first revision

Dressing of natural building stones recommendations of (First IS:1129: 1972 revision)

Investigation of natural building stones, method of (first IS:1123:1975 revision)

Concrete structures for the storage of liquid code of practice

General IS:3370 (Part -I) 1965

Reinforced concrete structure IS:3370 (Part -II) 1965

Prestressed concrete structure IS:3370 (Part -III) 1967

Desugb tables IS:3370 (Part -V) 1967

Earth quake resistant design and construction of building code IS:4326:1976 of practice

Earth quake / resistant design of structures criteria for (third IS:1893:197 5 revision)

Installation of joints in concrete pavements, code of practice IS:6509:1972

Safety and design of structures subject to underground blasts, IS:9622:1972 criteria

Flooring tiles cement concrete IS:1237:1959

Glazed earthenware tiles (first revision) IS:777:1970

Application of cement and cement lime plaster finishes code of IS:1661:1972 practice (first revision)

Brick code of practice for IS:2212:1962

Lime mortar for use in buildings code of practice for preparation IS:1625:1971 (First revision)

Structural safety of buildings masonry walls, code of practice IS:1905:1969 for (first revision)

Application for bitumen mastic for waterproofing of roofs code IS:4365:1967 of practice

General design details and preparatory work for damp proofing IS:3067:966 and water proofing of building code of practice

Integral cement water – proofing compounds (first revision) IS:2645:1975

Building drainage code, of practice (first revision) IS:1742:1972

Design and construction of septic tanks code of practice

Small installations (first revision) IS:2470 (Part -I) 1968

Large installation (first revision) IS:2470 (Part -II) 1971

Laying of cast iron pipes code of practice IS:3114:1965

Laying of Cast Iron pipes code of practice for laying of glazed IS:783:1959 stoneware pipes code of practice

Laying of glazed stoneware pipes code of practice IS;1427:1967

Laying o welding steel pipe for water supply code of practice IS:5822:1970

Sanitary pipe work above ground for building IS:5329:1970

Form work for concrete IS:6461 (Part -VI) 1972

Mixing, laying, compaction curing another construction aspects IS:6461 (Part -VII) 1973

FORM OF BANK GUARANTEE BANK GUARANTEE (Security for Performance)

In consideration of the Chief Officer (hereinafter called Municipal Council (MC) having agreed to exempt hereafter called “The said contractor”) from the demand, under the terms and conditions of an Agreement dated (hereafter called “the said Agreement”) made between the Chief Officer AMC and said contractor for the Security Deposit for the due fulfillment by the said contractor of the terms and conditions contained in the said Agreement, on production of the Bank Guarantee for Rs------(In words Rs. ------) we, (hereinafter referred to as “the Bank” at the request of the said contractor do hereby undertake to pay to the MC an amount not exceeding the above said amount of Guarantee against any loss or damage caused to or would caused to or suffered by the MC by reason of any breach by the said contractor or any of the terms or conditions.

2. We, ------do hereby undertake to pay the amounts due and payable under this Guarantee without any demur, in hereby on a demand from the MC stating that the amount claimed is due by way of loss or damage caused to or would be to or suffered by the MC by reason of breach of the said contractor of any of the contractor’s failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding the above said amount Guarantee.

3. WE undertake to pay to the MC any money so demanded not withstanding any dispute or disputes raised by the Contractor in any suit or proceeding pending before any court or Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge Of our liability for payment there under and the contractor shall have no claim against us for making such payment.

4. We ------Further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continued to be enforceable till all the dues of the MC under or by virtue of the said Agreement have been

fully paid and its claims satisfied or discharged till MC certified that the terms and conditions of the said Agreement have been duly and properly carried out by the said contractor and accordingly discharges this guarantee unless a demand or claim under this guarantee is made on us in writing on or before we shall be discharged from all liability under this guarantee thereafter.

5. We ------Further agree with the MC that the MC shall have the fullest liberty without our consent and without affecting in any manner our obligations here under to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor from time to time or to postpone for any time or from time to time any of the powers exercisableby the MC against the said contractor and to forbear or enforce any of the terms and conditions relating to the said Agreement, and we shall not be relieved from any liability by reason of any such variation, or extension being granted to thesaidcontractor, or for any forbearance act or omission on the part of the MC or any indulgence by the MC to the said contractor or by any such matter or thing whatsoever which under the law to sureties would, but for this provisions, have effect of so relieving us.

6. This guarantee will not be discharged due to the changes in the constitution of the Bank or of the Contractor.

7. We, lastly undertake not revoke this guarantee during its currency except with the previous consent of the MC in writing.

Dated the Day of 2018-19

For ______(Indicate the name of the Bank)

Note: However, these forms will be as per the current practices of MC and Banks

Note – To be continued on additional sheets if found necessary

Name of Work:- Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area.

UNDERTAKING FOR GUARANTEE

I/We Guarantee that

1. I/We will replace, repair and adjust free of all charges to the employer any part of the work which fails to comply with the specification attached to tender, fair wear and fear expected until the completion and for a period of 60 months from the date of acceptance certificates issued under Article-24 of General Conditions of Contract.

2. All the works will be reliable

3. All the works will be of a type which has been proved in service to be suitable for the duty required by the specifications and will be manufactured and tested in accordance with appropriate standard specifications approved by the Municipal Engineer.

4. I/We accept and abide by the clause relating to quality and guarantee of work.

Date:

Place:

Signature of Contractor

Name of Work:- Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area.

DECLARATION

I/We Guarantee that

I/We hereby declare that I/We have made myself/ourselves thoroughly conversant with the local conditions regarding all materials such as stones, murum, sand, availability of water etc. and labour on which, I/We have based our rates from this work. The specifications and requirements for this work have been carefully studied and understood by me/us before submitting the tender.

I/We undertake to use only the best materials, to be approved by the Municipal Engineer in-charge of work or his duly authorized representative before starting the work and also to abide by this decision.

I/We hereby undertake to pay the labour engaged on the work as per minimum wages Act 1984 applicable to the zone concerned or any other as applicable.

Date:

Place:

Signature of Contractor

Annexure 4 – Affidavit (On a Rs. 100/- Stamp paper)

Declaration about no relation or partnership with Municipal Council Member in prescribed format on Stamp Paper of Rs 100/- Purchase date of Stamp Paper should not be more than six months old from the last date of submission of tender

×−Ö×¾Ö¤üÖ Îú ×−Ö×¾Ö¤êü“Öê −ÖÖÓ¾Ö :

ÖÏן֖ÖÖ Ö¡Ö ´Öß / †Ö´Æüß ÖÖ«üÖ¸êü †ÃÖê −Ö´Öæ¤ü ú¸üŸÖÖê úß, ´ÖÆüÖ¸üÖ™Òü −Ö÷Ö¸üÖ׸üÂÖ¤ü, −Ö÷Ö¸üÖÓ“ÖÖÖŸÖß ¾Ö †ÖîªÖê×÷֍ú −Ö÷Ö¸üß †×¬Ö×−Ö×Ö´Ö 1965 “Öê ú»Ö´Ö 16 (1) (†ÖÖ) ¾Ö ú»Ö´Ö 44 (1) (²Ö) ŸÖ¸üŸÖã¤üß“ÖÖ, •ÖÖ ÖÖ»Öß †¾Ö¬ÖæŸÖ êú»Öê»ÖÖ †ÖÆêüŸÖ, ´ÖÖ×ÆüŸÖß †ÖÆêü †Ö×Ö ÷ÖÓ³Ö߸üÖÖê −Ö´Öæ¤ü ú¸üŸÖÖê úß, −Ö÷Ö¸üÖÖ׻֍êú¿Öß Øú¾ÖÖ −Ö÷Ö¸üÖÖ׻֍êú“ÖÖ †×¬Ö−Ö Øú¾ÖÖ −Ö÷Ö¸üÖÖ׻֍êú−Öê ؍ú¾ÖÖ −Ö÷Ö¸üÖÖ׻֍êú“ÖÖ ¾ÖŸÖß−Öê ú¸üÖÖŸÖ ÖêÖÖÖÖ ÃÖÓ×¾Ö¤êü´Ö¬Öê −Ö÷Ö¸üÖ׸üÂÖ¤êü“ÖÖ −Ö÷Ö¸üÃÖê¾ÖúÖ“ÖÖ úÖêÖŸÖÖÆüß ×ÆüÃÃÖÖ Øú¾ÖÖ ×ÆüŸÖÃÖÓ²Ö¬Ö Øú¾ÖÖ †Ö´Ö“ÖÖ¿Öß ³ÖÖ÷Öê¤üÖ¸üß −ÖÖÆüß.

ú»Ö´Ö 16 (1) (†ÖÖ) : ÖÖÖãœêü ŸÖ¸üŸÖã¤ü êú»Öß †ÃÖê»Ö ŸÖÖ¾ÖןÖ׸üŒŸÖ, −Ö÷Ö¸üÖÖ׻֍êú“ÖÖ †Ö¤êü¿ÖÖ¾Ö¹ý−Ö êú»Öê»ÖÖ úÖêÖŸÖÖÆüß úÖ´ÖÖŸÖ Øú¾ÖÖ −Ö÷Ö¸üÖÖ׻֍êú¿Öß Øú¾ÖÖ −Ö÷Ö¸üÖÖ׻֍êú“ÖÖ †×¬Ö−Ö Øú¾ÖÖ −Ö÷Ö¸üÖÖ׻֍êú−Öê ؍ú¾ÖÖ −Ö÷Ö¸üÖÖ׻֍êú“ÖÖ¾ÖŸÖß−Öê êú»Öê»ÖÖ úÖêÖŸÖÖÆüß ÃÖÓ×¾Ö¤êüŸÖ ו֓ÖÖ Ã¾ÖŸÖ:“ÖÖ Øú¾ÖÖ †ÖÖ»ÖÖ ³ÖÖ÷ÖߤüÖ¸üÖ´ÖÖ±ÔúŸÖ ÖÏŸÖÖ Øú¾ÖÖ †ÖϟցÖ׸üŸÖÖ ×ÆüÃÃÖÖ Øú¾ÖÖ ×ÆüŸÖÃÖÓ²Ö¬Ö †ÃÖê»Ö.

ú»Ö´Ö 44 (1) (²Ö) : ÖÖ׻֍úÖ ÃÖ¤üÃÖ Øú¾ÖÖ −Ö÷Ö¸üÖÖ׻֍êú“ÖÖ úÖêÖŸÖÖÆüß ÃÖ×´ÖŸÖß“ÖÖ ÃÖ¤üÃÖ ´ÆüÖæ−Ö •ÖÖ úÖêÖŸÖÖÆüß ²ÖÖ²ÖŸÖßŸÖ ú»Ö´Ö 16 “Öê ÖÖê™ü ú»Ö´Ö (3), ÖÓ›ü (†), (²Ö), (ú), (‡) ¾Ö (÷Ö) ´Ö¬Öê ¾ÖÖÔ−Ö êú»ÖÖÖÏ´ÖÖÖê ŸÖÖ“ÖÖ Øú¾ÖÖ ŸÖÖÓ“ÖÖ ³ÖÖ÷ÖߤüÖ¸üÖ“ÖÖ ÖÏŸÖÖ Øú¾ÖÖ †ÖÏŸÖÖ ×¸üŸÖß−Öê úÖêÖŸÖÖÆüß ×ÆüÃÃÖÖ Øú¾ÖÖ ×ÆüŸÖÃÖÓ²Ö¬Ö †ÃÖê»Ö ´Ö÷Ö †¿ÖÖ ×Æü¿¿ÖÖ“Öß Øú¾ÖÖ ×ÆüŸÖÃÖÓ²Ö¬ÖÖ“Öß Øú´ÖŸÖ úÖÆüßÆüß †ÃÖÖê, ؍ú¾ÖÖ •ÖßŸÖ ŸÖÖ“ÖÖ †×¿Ö»ÖÖ“ÖÖ, ÖύúŸÖÖÔ“ÖÖ Øú¾ÖÖ ‡ŸÖ¸ü ¾ÖŒŸÖà“ÖÖ¾ÖŸÖß−Öê ¾ÖÖ¾ÖÃÖÖÖߍú§ü™üÖÖ ŸÖÖ“ÖÖ ×ÆüÃÃÖÖ Øú¾ÖÖ ×ÆüŸÖÃÖÓ²Ö¬Ö †ÃÖê»Ö †¿ÖÖ úÖêÖŸÖÖÆüß ²ÖÖ²ÖŸÖßŸÖ ´ÖŸÖ¤üÖ−Ö ú¸üß»Ö.

šêüêú¤üÖ¸üÖ“Öê −ÖÖÓ¾Ö : ´Öê.

Ö¢ÖÖ : ...... šêüêú¤üÖ¸üÖ“Öß ÃÖÆüß ,

פü−ÖÖӍú :

ÃÖցÖߤüÖ¸üÖ“Öê −ÖÖÓ¾Ö : ......

Ö¢ÖÖ : ...... ÃÖցÖߤüÖ¸üÖ“Öß ÃÖÆüß ,

פü−ÖÖӍú:

AMBARNATH MUNICIPAL COUNCIL

Name of Work:- Construction of Nala From Shivananda Math To DipakNagar Hanuman Temple Chowk, ward no. 5 in Ambernath Municipal Council Area.

SCHEDULE - B MEMORANDUM SHOWING ITMES OF WORK TO BE CARRIED OUT QTY ESTIMATED AMOUNT ITEM BUT ITEM OF WORK ESTIMATED RATES UNIT ACCORDING TO NO MAY BE ESTIMATE MORE IN FIG. IN WORDS PART - A Dewatering for all sort of soil in ...... including diversion of stream providing coffer dams bunds etc. as may be necessary for piers and abutments, foundation and other parts of the Rupees One Hundred 1 604.8 work and bailing out and pumping out water during and after 180.00 Eighty and Paise Cum 108,864.00 excavation as may be necessary for all items of construction i.e. Zero Only excavation, bedding, soling, PCC and concreting etc. complete. Red Book Spec. No. BR-4 Page No.114 / 2012 Excavation for foundation------including shoring and strutting as necessary and disposing off excavated stuff excluding dewatering if Rupees One Hundred 2 763.93 seperately provided,as directed etc. complete (for depth upto 1.50 118.00 Eighteen and Paise Cum 90,143.74 M.) Spec. No.BR-3 Page No.113 / 2012 Zero Only

Providing rubble filling of trap/ granite/ quartzite gneiss stones foundations including hand packing filling gravel/ sand in the voids Rupees Seven 3 16.80 etc complete. 712.26 Hundred Twelve and Cum 11,965.97 Paise Twenty Six Only Providing and laying in PCC M-15 Grade leveling course below approach slab complete with fully automatic micro processor PLC Rupees Four with SCADA enabled reversible Drum Type mixer. as Thousand Nine 4 140.19 4,912.11 Cum 688,628.70 per drawing and Technical specifications Spec. No.: MORT & H – Hundred Twelve and 1700 & 2700 Paise Eleven Only Page 1 of 3 QTY ESTIMATED AMOUNT ITEM BUT ITEM OF WORK ESTIMATED RATES UNIT ACCORDING TO NO MAY BE ESTIMATE MORE IN FIG. IN WORDS Providing & laying in situ RCC including form work Using concrete Mixer of M-25 Grade,Span length less than 30mt controlled Rupees Five reinforced cement concrete of trap metal for raft slab including "V" haunches, formwork, scaffolding, compaction by vibrating, finishing Thousand Three 5 420.58 curing etc. complete. (excluding reinforcement). Spec. No.: BR-5 5,392.46 Hundred Ninety Two Cum 2,267,960.83 Page No.-116 MoRT&H, and Paise Forty Six cl.1500, 1700 & 2100 Only

Providing & laying in situ RCC including form work Using concrete Rupees Four Mixer of M-25 Grade, of trap stone metal for R.C.C. works in cut Thousand Nine off walls/curtain walls including necessary scaffolding, centering 6 225.50 compacting by vibrator and finishing curing complete. Spec. No.: 4,933.46 Hundred Thirty Three Cum 1,112,495.23 BR. 5 Page No. 116 and Paise Forty Six Spec. No.: As directed by Engineer in charge. Only Providing and fixing in position Mild steel bar reinforcement of of TATA TISCON /SAILl /JSW /ESSAR or equivalent make (condirming to IS code) of various diameters for R.C.C. pile caps, footings, foundations, slabs, beams columns, canopies, Rupees Fifty Four staircase, newes, chajjas, lintels pardis, copings, fins, arches etc. as Thousand Seven 7 90.02 54,784.00 mt 4,931,655.68 per detailed designs, drawings and schedules. including cutting, Hundred Eighty Four bending, hooking the bars, binding with wires or tack welding and and Paise Zero Only supporting as required including cover block etc. complete.Spec. No.: Bd.F.17, Page No. 98

Providing and laying in trenches MEDIUM dia...... grade Galvanised iron pipes having embossed I.S.I. mark on it, of jindal/Tata/Zenith or equivalant make of ...... kg/metre necessary 8 fitting remaking good the demolished portion with filling trenches and with primer of anti-corrosive oil paint , 2 coats complete. Spec. No.: Bd.V.5 Page No. 596 15mm Rupees Two Hundred 50.00 236.00 Thirty Six and Paise Rmt 11,800.00 Page 2 of 3 Zero Only QTY ESTIMATED AMOUNT ITEM BUT ITEM OF WORK ESTIMATED RATES UNIT ACCORDING TO NO MAY BE ESTIMATE MORE IN FIG. IN WORDS 20mm Rupees Three 50.00 302.00 Hundred Two and Rmt 15,100.00 Paise Zero Only Providing and fixing 110mm dia stabiliser pipe / U.P.V.C. SWR soil vent/waste pipe of Prince / Sudhakar / Kishan / Supreme or equivalent make (conforring to 15 spal) and with necessary fixtures Rupees Five Hundred 9 30.00 and fitting such as bends, tees, single junctions, slotted vent, clamps 555.00 Fifty Five and Paise Rmt 16,650.00 etc. com-plete. Spec. No.: As directed by Engineer in charge. Zero Only

TOTAL 9,255,264.15 SAY 9,255,264.00

Page 3 of 3