conditions, specifications & schedule of contract
TRANSCRIPT
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
1
CONDITIONS, SPECIFICATIONS & SCHEDULE OF CONTRACT AGREEMENT NO. :
NAME AND ADDRESS OF CONTRACTOR :
DATE OF ISSUING THE TENDER : / /2015 at ……….. hrs
LAST DATE OF SUBMISSION OF TENDER : / /2015 at ………...hrs
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
2
VOLUME-1
CHAPTER NO.
PARTICULARS PAGE NO.
DISCLAIMER
ABBREVATIONS
03
05
PART-I : VARIABLE CONTRACT CONDITIONS 07 TO 99
1
2
3
4
5
6
7
TENDER NOTICE
ADDITIONAL INSTRUCTIONS TO TENDER
SCHEDULE “B” DETAIL ITEM OF WORKS
TECHNICAL BRIEF OF CIVIL WORK
SPECIFICATION OF CIVIL WORKS
LIST OF APPROVED MATERIAL FOR CIVIL WORKS
PAYMENT SCHEDULE
07
20
42
75
89
93
96
PART-II : NON-VARIABLE CONTRACT CONDITIONS 103 TO 1 90
8
9
10
11
12
13
14
15
16
17
“TURNKEY” TENDER FORM & FORM OF OFFER
PRICE ESCALATION CLAUSE
CONDITIONS OF CONTRACT
SCHEDULE “A” SUPPLY OF MATERIAL
ADDITIONAL GENERAL CONDITIONS
ADDITIONAL GENERAL SPECIFICATIONS
LABOUR REGULATIONS
SAFETY CODE
FORM NO. I TO V
STANDARD FORMAT
103
113
114
137
142
148
156
172
177
183
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
3
DISCLAIMER
The information contained in this Tender document (hereinafter referred to as “Tender”) or and
any information pertaining to the aforesaid subject matter provided subsequently to the
applicants/bidders/ tenderers / contractors in any form by Gopinath Patil Parsik Bank (hereinafter
referred to as GP Parsik Bank / client ), shall be subject to the terms and conditions to which such
information is provided contained herein and any other terms and conditions as may be
prescribed by GP Parsik Bank
The purpose of this Tender document is to provide all bidders with the information that may be
useful to them in the formulation of their proposals/ bids in response to this Tender document.
The statements and facts contained herein, which reflect various assumptions and assessments
arrived at by GP Parsik Bank do not purport to contain all/exhaustive information on the
aforesaid subject matter that each applicant may require for the purposes of submitting their bids.
The assumptions, assessments, statements and information contained in this Tender may not be
complete, accurate, adequate or correct. Each bidder should, therefore, conduct its own due
diligence, investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, and information contained in this
Tender and obtain independent advice from appropriate sources.
The information provided in this Tender to the contractors is on a wide range of matters, some of
which depends upon interpretation of law. The information given is not an exhaustive account of
statutory requirements and should not be regarded as a complete or authoritative statement of
law. GP Parsik Bank accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on the law expressed herein.
GP Parsik Bank also accepts no liability of any nature whether resulting from negligence or
otherwise however caused arising from reliance of any applicant/bidder upon the statements
contained in this Tender.
GP Parsik Bank may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumption contained in this Tender
and/or its attached documents, from time to time, before the last date for submission of the bids.
Such deviations/amendments if any, shall be communicated to the bidders in the form of
corrigendum or by a letter as may be considered suitable.
The Tender does not imply that GP Parsik Bank is bound to select a bidder or to appoint the
selected bidder, as the case may be, and GP Parsik Bank reserves the right to reject all or any of
the proposals without assigning any reason at any time.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
4
The bidder shall bear any and all its costs associated with or relating to the preparation &
submission of its proposal/ bids including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may be
required by GP Parsik Bank or any other costs incurred in connection with or relating to its
proposals. All such costs and expenses shall remain with the bidder and GP Parsik Bank shall
not be liable in any manner whatsoever for the same or any other costs or other expenses incurred
by the bidder in preparation or submission of the proposal, regardless of the conduct or outcome
of the bid selection process as contained herein.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
5
ABBREVIATIONS
A.C. Alternating Current
A.C.C. Associate Cement Company
B.B.M. Bituminous Bound Macadam
B.M. Bituminous Macadum
C.A.R. Contractors All Risk
C.C. Cement Concrete
C.C. Completion Certificate
C.D. Cross Drainage
C.F.L. Compact Flurocent Light
C.I.D.CO. City Industrial Development Corporation
C.M. Cement Mortar
C.P.V.C. Chlorinated PolyVinyl Chloride
C.P.W.D. Central Public Works Department
D.B. Distribution Board
D.I. Ductile Iron
D.I.L.R. District Inspector of Land Record
D.L.P. Defect Liability Period
D.P. Development Plan
E.M.D. Earnest Money Deposit
E.S.R. Elevated Storage Reservoir
F.R.C. Fiber Reinforced Concrete
F.R.P. Fiber Reinforced Polymer
G.I. Galvanized Iron
GRP Glass Reinforced Polymer
G.S.R. Ground Storage Reservoir
Govt. Government
H.D.P.E. High Density Poly Ethilin
H.S.D. High Speed Diesel
H.T. High Tension
I.S.N.P. Indian Standard Normal Pressure.
KVA Kilovolt-ampere
KW Kilowatt
K.V. Kilovolt
L.C.D. Liquid Crystal Display
L.T. Low Tension
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
6
M.B. Measurement Book
M.C.B.
MES
Mini Circuit Breaker
Military Engineering Service
M.H.A.D.A. Maharashtra Housing & Area Development Authority
M.M.R.D.A. Maharashtra Metropolitan Regional Development Authority
M.O.U. Memorandum of Understanding
M.S. Mild Steel
M.S.E.D.C.L.
M.S.P.H.& W.C.
Maharashtra State Electrical Distribution Company Limited
Maharashtra State Police Housing and Welfare Corporation Limited
M.S.R.D.C. Maharashtra State Road Development Corporation
M.T. Metric Tone
O.C. Occupation Certificate
O.P.C. Ordinary Portland Cement
P.M.C. Project Management Consultant
P.O.L. Petrol Oil Lubricant
P.P.C. Portland Pozzolana Cement
P.V.C. PolyVinyl Chloride
P.W.D. Public Works Department
R.A. Bills Running Account Bills
R.C.C. Reinforced Cement Concrete
R.Mt. Running Meter
S.D. Security Deposit
S.P.N.D.B. Single Pole & Neutral Distribution Board
S.W.G. Stone Ware Glazed
T.B.M. Temporary Bench Mark
T.D.R. Tax Deduction Receipt
T.D.S. Tax Deduction @ Sources
T.I.L.R. Taluka Inspector of Land Record
T.M.T. Thermo Mechanical Treated
T.P.N.D.B. Trile Pole & Neutral Distribution Board
T.W. Teak Wood
U.C.R. Uncoursed Rubble Masonary
U.P.V.C. Ultra PolyVinyl Chloride
V.A.T. Value Added Tax
W.B.M. Water Bound Macadam
W.C. Water Closet
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
7
Gopinath Patil Parsik Janata Sahakari Bank Ltd. (Multi-State Scheduled Bank)
Sahakarmurti Gopinath, Shivram Patil Bhavan, Parsik Nagar, Kalwa, Thane, Navi Mumbai,
Maharashtra 400605 Telephone : 022-25456500 / 6525/ 39912200 Toll Free : 1800 222511
TENDER NOTICE 1.1 Gopinath Patil Parsik Janata Sahakari Bank Ltd., (hereinafter referred to as GP Parsik
Bank / Client), invites tenders in ‘Turn key’ Form (Lump Sum) from the Contractors.
Contractors registered in an appropriate class with P.W.D. of Govt. of Maharashtra, CIDCO,
MHADA, MMRDA, MSRDC, and other Corporations of Government of Maharashtra,
MCGM, and other Municipal Corporations and councils in Maharashtra State, CPWD and
Corporations of Central Government, Railways, MES in appropriate class equivalent to
PWD, Government Of Maharashtra, who have completed at least one work similar to the
work as described in this tender in Maharashtra state will be preferred over the other
contractors. Contractors with minimum proven experience in Construction of similar
projects including all infrastructure and amenities for the work described below also will be
preferred over the others.
I Name of Work : Construction Of Bank Building At Koparkhairne,
Navi Mumbai, Including All Infrastructural Amenities.
II
III
Land Details :
Details of the Project :
Plot No. - 80, Sector – 05, At Koparkhairne, Navi Mumbai.
As per layout and plans enclosed and a statement below.
Total Built up Area of the project : 1665 .00 Sq.mt
Sr.No. Floors Built up Area in Sq.mt.
1 Basement Floor 180.54 Sq.mt
2 Lower Ground Floor 218.00Sq.mt
3 Upper Ground 190.00 Sq.mt
4 First floor 159.70 Sq.mt
5 Second Floor 159.70 Sq.mt
6 Third Floor 159.70 Sq.mt
7 Fourth Floor 159.70 Sq.mt
8 Fifth Floor 159.70 Sq.mt
9 Terrace Floor 277.96 Sq.mt
Total 1665 .00 Sq.mt
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
8
Note:- Above BUA is only indicative and for guidance and should not be taken as measurement.
iv. The tenderer shall fully satisfy himself regarding accuracy of Built – Up Areas, if any
discrepancy noticed by the tenderer, shall be brought to the notice of the GP Parsik Bank at the
time of the Pre-Bid meeting. If, this is not done, then it will be presumed that the area mentioned
in the tender and tender drawings is acceptable to the tenderer. The decision / explanation of GP
Parsik Bank on the discrepancy raised by the tenderer shall be final.
v. All items of work, part of work or work itself shown either on the drawings or mentioned
in the tender document or vice a versa are to be executed by the contractor. Non
appearance of any of the item either in the drawings or in the tender or vice a versa shall
not vitiate the scope of the work.
vi. Time limit for completion of work shall be twelve Month (12) months from the date of
issuance of the work order.
The Contractor has to construct the said work, including all infrastructural amenities, as per
layout plan, detailed building plans, working drawings, specifications, etc., prepared by the
Architect cum PMC of the GP Parsik Bank.; under supervision of the Architect cum PMC and
the Engineer from the GP Parsik Bank and other conditions and terms of the tender.
The tenderer shall submit their offer on Lump sum basis for construction of the said work
including all infrastructure amenities as per the scope of work mentioned below.
Building shall be constructed in Reinforced Cement Concrete (R.C.C.) frame structure.
Construction of building through prefab technology will not allowed. Tenderer are requested to
submit the lump sum offer for construction of the said work including all , water supply and
drainage works alongwith obtaining connections from concerned departments / authorities, site
cleaning etc.
The scope of work (more particularly described under schedule-B) shall include –
a. Site preparation such as leveling of sites by cuttings and fillings including conveyance
of any excess excavated material to any lead, reinstating road, fencing, barricading etc.,
b. Complete water supply scheme including underground water tank, pump house &
pumps and sanitary arrangements, septic tank, sewerage disposal system including filter
chamber, soak pit, car park areas.
c. RCC Overhead Tank/Fire fighting tanks for building as per the capacity shown in the
drawings, RCC underground tank/ Fire fighting tanks as per the capacity shown in the
drawings, compound wall from all sides with 2gates including rubble masonary work,
brickwork, pointing, plastering, C.D works etc.,
d. Complete WBM & Concrete roads, landscaping etc. complete, as per schedule B and
tender drawings.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
9
The said work shall be carried out as per the tender drawings, document, specifications
and instructions on site including supplementary and explanatory drawings issued
during execution on Turnkey basis along with obtaining necessary permissions, No
Objection Certificates (NOC), Completion Certificates, Licenses, from various
competent authorities.
The Contractor shall pay all fees/ deposits (refundable / non refundable) / charges/
penalties/ hardships/ fines, supervision charges/ any other charges, etc. if any, required
to be paid to various local/public /statutory authorities (such as Municipal Corporation,
Muncipal Council, Maharashtra State Electricity Board and or its subsidiaries) on behalf
of GP Parsik Bank., as a requirement and up to completion of the said work including
all contractual obligations/scope etc. on turnkey basis within stipulated time period and
to the satisfaction of GP Parsik Bank.
All these expenses as mentioned above shall be paid by contractor initially. The client
may thereafter reimburse these payment after presentation of original receipts. The
client may also required submission of the certificate of the Architect cum PMC and
the user agency. For reimbursement of such payment & for their satisfactory
verification, if necessary. No claim for extension in time limit will be considered against
the delay in payment in any case. It is due of contractor to pay the said expensed due on
time.
Any other work / item which is required for satisfactory completion of the said work, as
per the directions and guidance of the Architect cum PMC & the GP Parsik Bank,
Mumbai shall also be done by the tenderer.
1.2 The tender document containing form of offer, type plans, specifications and relevant
information,
1.3 TENDERING PROGRAMME:
Sr. No.
GP PARSIK BANK Stage
Bidder Stage Start Date Expiry Date
1. Release of Tender ---- 17/08/2015
22/08/2015
2. Pre Bid Meeting at GP PARSIK BANK
25/08/2015 11.00 hrs TO 13.00 hrs
3. ----- Tender Submission
24/08/2015 TO 31/08/2015
4. Technical Envelope-T1 Opening
----- 02/09/2015
5. Financial Envelope-C1 opening
----- 02/09/2015
Notes:
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
10
i) All tenderers to note that, GP PARSIK BANK, reserves the right to extend/change the aforesaid dates.
ii) Last date and time up to which Blank tender Forms can be collected is 22/08/2015 iii) upto 17.00 hrs. iv) Pre-Tender conference will be held on 25-08-2015 at 11:00 hours in the Office of The GP
PARSIK BANK in the presence of The General Manager, , Chief Accounts Officer & The Executive Engineer, Gopinath Patil Parsik Janata Sahakari Bank Ltd, Navi Mumbai.
v) Last date of Tender Submission 31/08/2015 upto 4:00PM. vi) Probable date of opening of Technical Envelope – 02/09/2015 in conference hall of the GP
Parsik Bank. Mumbai if possible. vii) Probable date and time of opening of financial Envelope– 02/09/2015, in conference hall of
the GP Parsik Bank. Mumbai if possible.
1.4 INSTRUCTION TO TENDERERS
i) The bid document can be collected from the GP Parsik Bank ,Head Office by the prospective
Bidders on payment of Rs. 5000/- in cash as the Tender form fee . Tender fee Rs.5000/- is non
refundable.
Rs.3,00,000/- Earnest Money Deposit in the form of Demand Draft/Banker’s Chaque in
favor of” Gopinath Patil Parsik Janata Sahakari Bank Ltd”
ii) G.P. Parsik Bank will not be responsible for any delay in submission of bids, including
conditional bids and reserves the right to accept or reject any or all bids without assigning any
reason thereof and incurring any liability thereof.
iii) Address for Communication/queries:
General Manager,
Sahakarmurti Gopinath, Shivram Patil Bhavan, Parsik Nagar, Kalwa, Thane, Navi Mumbai,
Maharashtra 400605 Telephone : 022-25456500 / 6525/ 39912200 Toll Free : 1800 222511
Email : [email protected]
iv) Canvassing or lobbying in connection with tender in any form renders the tender liable for
rejection.
v) All the bids shall be based on the drawings and design attached to the Tender.
vi) The tenderer if firm or company shall in their forwarding letter, mention the name of all the
partners/directors of the firms or the company (as the case may be) and the name of the
partner/director who holds the power of attorney with attested copy of registered power of
attorney , authorizing him to conduct transaction on behalf of the firms or company.
vii) The tenderer whose tender is accepted will have to give an undertaking in writing to the
effect that he/ they will pay the Labours engaged on the work, the wages as per Minimum Wages
Act, 1936 and amended up to date applied to the zone in which the work lies and act accordingly.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
11
viii) The successful Tenderer shall comply with the provisions of the payment of Wages Act,
1936, Minimum Wages Act, 1936, Employees Liability Act, 1938, Workmen’s Compensation
Act, 1923, Industrial Disputes Act, 1947 and the Maternity Benefit Act, 1961, the Contract
Labour (Regulation and Abolition) Act, 1979 and any modification there of or any law relating
there to and rules made there under from time to time.
ix) The Tenderer whose tender is accepted should note that the Corporation will release no
foreign exchange.
x) The tender notice along with all the tender documents including minutes of pre-bid meeting
shall form a part of the contract agreement.
xi) The tenderer will have to sign the original copy of the tender papers and the drawings
according to which the work is to be carried out. The Tenderer shall also have to give a
declaration, that he is conversant with local conditions / laws and availability of labour and
materials and he has quoted his rates with the consideration to all these factors.
xii) The Client reserves right to revise or amend the contract documents fully or part there of,
prior to the date notified or amended for the receipt to tender. Such deviations/amendments if
any, shall be communicated in the form of corrigendum or by a letter as may be considered
suitable.
xiii) The Client reserves the right to relocate the buildings shown in the tender documents
(Layout) within the same site and same Built – up- area. Contractor shall have no objection for
this and he will execute the work and no additional payment will be made for this.
xiv) The acceptance of tender may be communicated to the tenderer telegraphically or otherwise
either by the tender Opening Authority or any Authority in the Gopinath Patil Parsik Janata
Sahakari Bank Ltd
xv) The successful tenderer will be required to produce within four months (i.e. 120 days) to
the satisfaction of the specified concerned authority, a valid and concurrent license issued in his
favour under provisions of the Contract Labour (Regulations & Abolition) Act 1979, before
starting the work. On failure to do so, the acceptance of the tender is liable to be withdrawn and
earnest money forfeited.
xvi) All Tenderers are cautioned that the tenders containing any deviation from the contractual
terms and conditions, specifications or other requirements and/or conditional tenders shall be
rejected.
xvii) Conditional tenders will be rejected.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
12
1.5 CONDITIONS OF OFFER:
i. The tenderer shall have to Pay the Earnest Money Deposit Rs 300000/- along with tender
submission Payment in the form of Demand Draft / Banker’chaque / Pay order will be accepted.
ii. The bidders are required collect tender copy of original documents as below-
I) In case you / your parent company / proprietor / directors / partners of company are black listed
by any government organization, please mention the name of the organization who have
blacklisted and the operative period of blacklisting. If above information is found incorrect,
the tender will be rejected at any stage even during construction period.
II) If the tender offer is at variance with the estimated project cost by more than + 10%, the
tenderer will have to furnish additional Security Deposit in the form of Bank Guarantee for
amount equivalent to [(tender percent below or above the estimated cost –10 percent) x 10/100 x
estimated project cost. If such additional security deposit is not submitted by tenderer as per
terms and conditions mentioned in the acceptance letter, his Earnest Money Deposit amount will
be forfeited.
IX. The past experience / track records / performance of contractor in G.P. Parsik Janata
Sahakari Bank Ltd in view of quality, workmanship, punctuality, leakages – dampness –
seepage in toilet blocks, terrace floor, underground - overhead water tanks – elevated
storage reservoir, peripheral walls of building, and directly/ indirectly subletting of works
will be viewed during scrutiny of tender / awarding works, even if the contractor is lowest
among the bidders.
X. The tenderer should give all details of the similar works completed by him or her if any.
These works / projects shall be open for physical inspection and verification by
representatives of the G.P. Parsik Janata Sahakari Bank Ltd.
Shortlisting of Contractors for Financial Bidding Process: The Tendering Authority will first open the Technical Bid documents of all Contractors
and after scrutinizing these documents will shortlist the Contractors who are eligible for
Financial Bidding Process. The shortlisted Contractors will be intimated by email.
Opening of the Financial Bids:
The Contractors may remain present in the Office of the Tender Opening Authority at the
time of opening of Financial Bids.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
13
9. Tender Schedule (Key Dates):
The Contractors are advised to follow strictly the Dates and Times allotted to each stage
under the column “Tendering Programme” as indicated in the Time Schedule in the
Detailed Tender Notice for the Tender.
At the sole discretion of the Tender Authority, the time schedule of the Tender stages may be
extended
1.6 TENDER FORM FEE & EARNEST MONEY DEPOSIT :
The tenderer shall have to Pay the Earnest Money Deposit of Rs 3,00,000/- along with tender
submission & Tender form fee Rs 5000/-in cash at the time of purchasing tender document.
Out of this , Rs. 5000/- is non refundable as a tender form fee.
ii The said tender fee and EMD shall not carry any interest.
iii E.M.D. exemption certificate issued by P.W.D. or any other department will not be accepted.
iv The amount of earnest money will be refunded to the unsuccessful Tenderers except Lowest
three tenderers, within a month from date of opening of financial envelope. The tenderer shall
have submit the bank details for refund of EMD. If details of bank are not correct and the amount
refunded is transferred to any other account, GP Parsik Bank shall not be held responsible.
v In case of the successful tenderer, Earnest Money Deposit will be refunded on his/her paying
the initial security deposit and completing the agreement formalities mentioned in the tender
document or will be transferred towards a part of security deposit to be paid after awarding of the
work.
iv Earnest Money Deposit of second & third lowest tenderer will be refunded on payment of
initial security deposit and completing the agreement formalities mentioned in the tender
document by the successful lowest one tenderer.
v If successful tenderer does not pay the security deposit in the prescribed form, within time
limit and does not complete the agreement formalities and / or does not execute the contract
within prescribed time limit then his/their earnest money deposit will be forfeited by Maharashtra
State Gopinath Patil Parsik Janata Sahakari Bank Ltd.
1.7 TENDERING PROCEDURE
(A) Blank Tender Forms:
Blank tender forms can be collected from the head office of GP PARSIK BANK as per the
schedule defined in the tender notice.
(B) Pre-Tender Conference:
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
14
i. A Pre-Tender Conference open to all prospective tenderers will be held on 01-07-2015 at
11:00 hrs. in the Bank Head Office in Presence of the General Manager and Chief Accounts
Officer, GP Parsik Bank .Ltd., Navi Mumbai, wherein the prospective tenderers will have an
opportunity to obtain clarifications regarding the work and the tender conditions. Response to
queries raised at the time of pre bid meeting will be communicated.
ii. The prospective tenderers are free to ask for any additional information or clarification either
in writing or orally and the reply to the same will be given by The Client, GP Parsik Bank Ltd.,
Navi Mumbai, in writing. This clarification referred to as “Common set of deviations” shall form
part of tender documents and which will also be common and applicable to all tenderers.
iii. The tender submitted by tenderer shall be based on the clarification, additional facility issued
(if any) by the GP Parsik Bank and this tender shall be unconditional. Conditional tenders will be
summarily rejected.
iv. In case, there is any doubt/omissions regarding the wording in general conditions or special
conditions or the scope of work or the specifications and drawing or any other matter concerning
the contract, the same shall in good time be submitted to the General Manager, GP PARSIK
BANK LTD.,NAVI MUMBAI, to reach him before scheduled pre-bid meeting date & time, in
writing in order that such doubts may be clarified authoritively before tendering. Once the tender
is submitted the matter will be decided according to tender condition in the absence of authentic
pre-clarification.
(C) Manner of submission of tender and its accompaniments:
Tender process shall be carried out in two stages as below
a. Technical Envelope Technical Envelope shall contain the following documents. i. (EMD) Rs 3,00,000/- in form of Banker’s chaque/Demand Draft. The tenderer shall submit the
bank details for refund of EMD. If details of bank are not correct and the amount refunded is
transferred to any other account, the GP Parsik Bank shall not be held responsible.
ii. Valid Registration with P.W.D Govt. of Maharashtra in any Class or CIDCO, MHADA,
MMRDA, MSRDC, and other Corporations of Government of Maharashtra, MCGM, and other
Municipal Corporations and Councils in Maharashtra State, CPWD, and Corporations of Central
Government, Railways, MES in appropriate class equivalent to the PWD, Government Of
Maharashtra, who have completed at least three similar work in Maharashtra state.( True copy
thereof duly attested by a gazetted officer.)
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
15
iii. Details of the works tendered for and in hand with the value of work unfinished on the last
date of submission of tender. The certificates from the Head of the offices under whom the works
are in progress should be enclosed. (Form No. I). In addition to this, an Undertaking declaring
the truthfulness of the value of such works in hand to be considered for calculation of the
bid capacity be submitted.
Note:- Any wrong information / misinformation in this regard would invite disqualification.
Works in hand shall be supported by certificate issued by agency / authority. It also includes
private work if any.
iv. List of Machinery and Plants immediately available with the tenderer for use on this work and
List of Machinery proposed to be deployed on this work, but not immediately available and the
manner in which it is proposed to be procured. (Form No. II)
v. Details of works of similar type and magnitude carried out by the Tenderer. (Form no. III).
vi. Details of Technical Personnel with name, qualifications and experience in similar works,
and a period of his working with your organization, who will be working on this project as
technical key persons for supervision, to receive technical instructions issued by the authorities
from time to time. (Form No.IV).
vii. Details of payment received in all class of civil engineering construction work during last
three years certified by Chartered Accountant. (Form No.V)
viii. Scanned copy of original power of attorney for signing of tender document
ix. All certified documents in support of above requirements
x. Certified balance sheets under the hand seal of Chartered Accountant for last three financial
years.
xi. Any other additional documents / profile etc. in support of technical qualification.
(D) Financial Envelope
Financial Envelop content offer of the tenderer for the work. provided by the Tendering
Authority of GP PARSIK BANK.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
16
(E) Submission of Tender:
The tenderers should ensure that The General Manager, GP Parsik Bank Ltd., Navi Mumbai,
before the expiry of the date and time, receives their bid. No delay on account of any cause will
be entertained for the late receipt of tender.
(F) Criteria for selection. a) To qualify for the award of the contract, each tenderer in his name should have achieved the
average minimum annual turnover ( exclusively in all classes on civil engineering construction
works only) not less than Estimated Cost of work during last three years i.e. 2012 – 2013, 2013
- 2014 and 2014 – 2015 (Information to be certified by Chartered Accountant and to be given
only in Form no V)
b) Satisfactorily started and completed, as a principal contractor, during last five years, i.e.
01-04-2010 to 01-04-2015 at least three similar work of building of value not less than
Estimated Cost of work in case of each work. (Information to be given only in Form no. III ).
c) As regards three similar works, the work done certificates clearly stating the scope of the
work, the date of the work order, stipulated and actual date of completion, levy of penalty,
if any, etc, shall invariably be submitted. In case of the private works the work done
certificate under the joint hand and seal of the owner, Architect cum PMC and structural
design engineer shall be submitted.
d) The TDS certificates and Income Tax Returns for last three financial years.
Note1: A copy of certificates as mentioned in qualification criteria are required to be obtained
from the officer not below the rank of Deputy / Executive Engineer/ Divisional Accounts officer.
A copy of these certificates shall be duly attested by a Gazetted officer.
Note 2: Signature of the officer checking/ issuing requisite certificate should bear the name of
the concerned officer.
Note 3: Format of Form No. I to V enclosed in chapter no. 18.
All these forms shall be filled in and signed properly. If these forms are found incomplete,
incorrect, kept blank or wrongly filed, tenderer’s envelope no.2 (financial bid) shall not be
opened.
e) Certified balance sheet under hand and seal of Chartered Accountant for last three years for
verification of bid capacity should be given in Form no. V.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
17
Note 4:
i. The abstract of information as per standard forms of the Corporation’s Form
showing work done in all classes of Civil Engineering construction works during last three
years shall be given in Form no. V in the proforma enclosed need to be signed by the tenderer or
holder of his power of attorney.
ii. Bidders who meet the minimum qualifications criteria will be qualified only if their available
bid capacity is more than the total bid value. The available bid capacity will be calculated as
under:-
Assessed Available bid capacity = [ ( A x N x 2 ) – B ) ] where
A = Maximum annual turnover in all classes of civil engineering works during the last three
years
N = Number of years prescribed for completion of the work for which the bids
are invited.
B = Existing commitments and ongoing works to be completed during Period of completion of
the work for which bids are invited i.e. 12 months from date of submission of tender.
This should be given in Form I till the date of opening of the tender.
Note 5:
i. The form showing the value of existing commitments and ongoing works as well as the
stipulated period of completion remaining for each of the works listed should be endorsed by the
bidder/ tenderer.
ii. Although, the bidders meet the above qualifying criteria, they are subject to be disqualified on
account of misleading or false representations in the forms, attachments submitted in proof of the
qualification requirement. Track record in respect of poor performance, abandoning the works,
not properly completing the contract, inordinate delays in completion, litigation history or
financial failures, etc. will be viewed seriously even if the tenderer is lowest among the
bidders.
(G) Opening of Tenders:
On the date specified in the tender notice, following procedure will be adopted for opening of the
tender:
1. Technical Envelope
Technical Envelope of the tender will be opened online to verify its contents as per requirements.
If the various documents contained in this envelope do not satisfy the requirements of the GP
Parsik Bank Ltd., a note will be recorded accordingly by the tender opening authority and the
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
18
said tenderers’ Financial Envelopes will not be considered for further action but the same will be
rejected and recorded by tender opening committee.
2. Financial Envelope
This envelope shall be opened as per schedule, only if contents of Technical Envelope is found
to be acceptable to the GP Parsik Bank Ltd. The lump sum amount quoted shall then be read out.
3. The GP Parsik Bank Ltd. reserves the absolute right to accept any offer not necessarily
the lowest, based up on its final decision regarding bidder’s capacity, competency, financial
status, experience , The past experience / track record / performance of bidder in GP Parsik
Bank Ltd . in view of quality, workmanship, punctuality, leakages – dampness – seepage
in toilet blocks, terrace floor, underground - overhead water tanks – elevated storage
reservoir, peripheral walls of building, and directly/ indirectly subletting of works,
machineries available, experienced technical staff with the contractor,etc., will be minutely
viewed during scrutiny of tender / awarding works, and even if the bidder emerges as the
lowest among the bidders but had committed defaults in the past, he will be treated as
ineligible for award of the work.
4. Tenderers are hereby cautioned that opening of financial envelope shall not be treated as
acceptance of his technical qualification, financial offer & acceptance of bid of tenderer.
5. Validity period : Normally, the offer of the Tenderer shall remain valid for 120 days (One
Hundred Twenty Days Only) from the date of opening of Tender or withdrawn by Tenderer in
writing whichever is later. However, in exceptional cases, with intimation to the eligible bidder,
the GP Parsik Bank., reserves the right to extend such validity maximum up to 60 more days
unilaterally and the same will be binding on the bidder.
1.7 SECURITY DEPOSIT:
I. Total Security Deposit 5 % ( Five Percent) of tender cost offered by
Tenderer & Accepted by the GP Parsik Bank Ltd.
II. Initial Security Deposit The successful tenderer shall have to pay 50%
Security Deposit in cash (i.e. in the form of demand
draft) or in form of Term Deposit Receipt from
Nationalised Bank / Multi-State Scheduled Bank in
the name of The General Manager of The
Gopinath Patil Parsik Janata Sahakari Bank Ltd.,
Navi Mumbai or Bank Guarantees from a
Nationalized Bank/ Multi-State Scheduled Bank for
the project period + 5 year defect liability period
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of Contractor No. of Corrections Signature of Client
19
in the enclosed form and complete the contract
documents failing which his earnest money will be
forfeited to the Corporation.
III. Remaining Security Deposit The balance 50% Security Deposit will be
recovered from the R.A. Bills at the rate of 5%
(Five Percent) of the bill amount until the total
amount of security deposit is recovered.
i) The Bank Guarantee / Term Deposit Receipt shall be kept valid for the project period + 5
year defect liability period (i.e 12 months+5 years). Before expiry of the Bank Guarantee /
Term Deposit Receipt, the contractor shall renew it or submit new Bank Guarantee / Term
Deposit Receipt of required period well before the expiry date, if necessary, or otherwise the
Guarantee / Term Deposit Receipt will be encashed accordingly.
ii) In case of non renewal of Bank guarantee / Term Deposit Receipt or non- submission of
Bank guarantee / Term Deposit Receipt well in time, a penalty of Rs. 5000/- (Rupees five
thousand only) per day (after the expiry of the date) will be imposed till submission of
renewed Bank Guarantee / Term Deposit Receipt or new Bank guarantee.
iii) All compensation or other sums payable by the Contractor under the terms of this contract or
any other contract or an any account may be deducted from his Security Deposit or from any
sums which may be due to him or may become due to him by GP Parsik Bank on any
account and in the event of the Security deposit being reduced by reason of any such above
noted deductions the Contractor shall within ten days of receipt of notice of demand from the
client make good the deficit & reinstate the security deposits.
iv) There shall be no liability on the Corporation to pay any interest on the Security Deposit
paid by or recovered from the Contractor.
1.8 REFUND OF SECURITY DEPOSIT:
The security deposit amount will be refunded, after the expiry of defect liability period of 5
years from the date of virtual completion of this project, as mentioned in clause 12.21 of the
conditions of contract or after expiry of 3 months from the date of passing the final bill
whichever is later.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 20
2. ADDITIONAL INSTRUCTIONS TO TENDERER 2.1 SCOPE OF WORK:
The items of the work, mainly construction buildings shall be constructed in Reinforced
Cement Concrete (RCC) Frame Structure. Contractors are requested to submit the lump sum
offer for the work including construction of buildings all ,water supply and drainage works
along with obtaining connections from concerned departments, , site cleaning, dewatering,
rehabitating, etc.
The scope of work shall include
a. Site preparation such as leveling of sites by cuttings and fillings including conveyance
of any excess excavated material to any lead, reinstating road, fencing, etc.,
b. Complete the water supply and sanitary arrangements, septic tank, sewerage disposal
system including filter chamber, car park areas.
c. RCC Overhead Tank as capacity mentioned in drawings for building, RCC
underground tank & Overhead water tank –including flushing, firefighting & domestic
provision, compound wall from all sides with 2 gates including rubble masonary
work, brickwork, chainlink fencing, pointing, plastering, C.D works etc.,
d. Complete WBM & Asphalt roads, landscaping etc. complete, as per schedule B and tender drawings.
The work shall be carried out as per the tender drawings, document, specifications and
instructions on site including supplementary and explanatory drawings issued during execution
on Turnkey basis along with obtaining necessary permissions, No Objection Certificates
(NOC), Completion Certificates, Licenses, from various competent authorities, including
payment of all fees/ deposits/ charges/ penalties/ hardships/ fines, supervision charges/ any
other charges etc. if any required to be paid to various local/public statutory authorities (such as
Municipal Corporation, Municipal Council, Maharashtra State Electricity Board etc.) on behalf
of GP Parsik Bank. as a requirement and up to completion of this project including all
contractual obligations/scope etc. on turnkey basis within stipulated time period and to the
complete satisfaction of GP Parsik Bank.
All these expenses as mentioned above shall be paid by contractor initially. The client may
thereafter reimburse these payment after presentation of original receipts. The client may also
required submission of the certificate of the Architect cum PMC and the user agency for
reimbursement of such payment & for their satisfactory verification, if necessary. No claim for
extension in time limit will be considered against the delay in payment in any case. It is due
of contractor to pay the said expensed due on time.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 21
The Contractor may please refer to the Schedule B for a detailed scope of works, they are
required to carry out under this Tender.
It is hereby clarified that the Client reserves the right to relocate the buildings shown in the
Tender documents (Layout) within the same site and same BUA.
Interim payment shall be made as per payment schedule given in the tender. Dimensions of
building mentioned in the said work shall be measured excluding external plaster thickness.
Contractor is supposed to construct the buildings as per dimensions given on the drawing.
Hence for billing purpose areas given in the tender only shall be followed. But the contractor is
required to prove his dimensional correctness to the satisfaction of the GP PARSIK BANK as
& when required.
The BUA has been calculated without consideration of thickness of external plaster. Contractor
shall fully satisfy himself regarding accuracy of BUA. Discrepancy if any shall be brought to
the notice of Client at the time of Pre-Bid meeting. If this is not done it will be presumed that
BUA mentioned in Architectural drawing and tender is accepted by the Tenderer/Contractor.
The mode of measurement for calculating the BUA shall be as shown in the area diagram in
architectural drawings.
The plot for the building shall be leveled by cutting and filling site grading compacting etc.
Plinth protection shall be made at 150 mm above formation level with proper slope. Plinth level
shall be as per drawing and as decided by Architect and PMC with due consideration to proper
drain out of storm water, disposal of effluent through underground sewerage disposal pipe line.
2.2 TENDERER SHOULD STUDY THE SITE CONDITIONS AND T ENDER DOCUMENT:
The Tenderer shall have before bidding, be deemed to have visited and thoroughly studied the
site carefully, examined and understood the nature of the said work, site conditions, foundation
strata, water, electricity, resources, drainage connection, or drainage outlet points including
availability of materials and labours, tax structure, applicable law, the terrain, the climatic
condition, transport and communications facilities, the availability of land for right of way,
temporary office and accommodations, quarters, and all other facts and facilities necessary or
relevant for the formulation of the tender, supply of materials and the performance of the work.
Any claim at a later date based on either incorrectness or inadequacy of the information / data
made available by the Client shall not be entertained. The Client shall be fully absolved of any
and all liabilities in this regard. All such issues regarding the aforesaid are to be clarified by the
Tenderer in the pre-bid meeting held by the Client. The Tenderers shall submit (in the form of a
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 22
brief summary) such query atleast 7 (seven) days before the scheduled date of the pre-bid
meeting to Contractor. In such a meeting the clarification given by the Client, in respect
thereof, as well as any further information which the Client may choose to furnish to the
Tenderer, in the form shall form a part of the Tender, unless otherwise specified.
The general and the special conditions, the specification schedules and drawings shall be
deemed to have been studied by the tenderers as if he had visited the site of the work and had
fully informed itself regarding the local conditions and carried out its own investigation to
arrive at the rate quoted in the tender. In this regard, he will be given necessary information to
the best of knowledge of the GP Parsik Bank, as mentioned above, but without incurring any
liability. In no case shall GP Parsik Bank. be liable for any injury, loss, claim or damage arising
out of such information
In case there is any doubt / omission regarding the wording in general conditions or the special
conditions or the scope of work or the specifications and drawing or any other matter
concerning the contract, he shall in good time, submit them to the General Manager Gopinath
Patil Parsik Janata Sahakari Bank Ltd., Navi Mumbai, to reach him before schedule pre-bid
meeting date and time in writing in order that such doubts may be clarified authoritatively
before tendering. Once the tender is submitted, the matter will be decided according to tender
conditions in the absence of such authentic pre-clarification.
All such issues regarding the aforesaid are to be clarified by the Tenderer in the pre-bid meeting
held by the Client. The Tenderer shall submit (in the form of a brief summary) such query
atleast 7 (seven) days before the scheduled date of the pre-bid meeting to the Contractor. In
such a meeting the clarifications given by the Client, in respect thereof, as well as any further
information which the Client may choose to furnish to the Tenderers, in the form shall form a
part of the Tender, unless otherwise specified.
It is presumed that, the Contractor has carefully gone through the standard
specifications and studied the tender drawings, site condition before quoting the rates
in the bid.
2.3
ERRORS, OMISSIONS AND DISCREPANCIES :
a. In case of errors and /or discrepancies between written and scaled dimension on the drawing
or between drawings and specifications etc, the following order of preference shall apply:-
i. Between actual scaled and written dimension or description on a drawing client decision will
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 23
be final.
ii. Between the written description and dimension in the drawings and corresponding in the
specifications the client decision will be final.
b. In case of discrepancy between lump sum amount quoted in figures and in words, the lower
of the two shall be considered for acceptance of tender & calculation of amounts.
c. In all cases of Omission and /or doubts of discrepancies in the dimensions or description of
the item or specifications, a reference shall be made to client, whose elucidation, elaboration or
decision shall be considered as final. The Contractor shall be held responsible for any errors
that may occur in the work through lack of such reference and precaution.
d. The special provision in detailed scope of work and shall gain precedence over
corresponding contradictory provision (if any) in the detailed item specifications & standard
specifications.
e. During execution of the work , although all the drawings are enclosed herewith, some require
drawings for proper construction may be issued later and will form a part of the drawings and
the contract.
f. Anything mentioned in any of the following e.g. specifications, technical specification,
Drawings, Additional specifications, etc. but not mentioned / shown in the drawing ,will be a
part of the contract (no extra claims will be entertained for executing the same)
2.4 DEFINITIONS :
The “Accepting Authority” shall mean either the Managing Director or the Board of Directors
of the Gopinath Patil Parsik Janata Sahakari Bank Ltd., Navi Mumbai as the case may be .
The expression “ARCHITECT CUM PMC “shall mean a person, firm so appointed by the
Managing Director, Gopinath Patil Parsik Janata Sahakari Bank Ltd., Navi Mumbai for the time
as architectural consultant and shall include any person/persons duly authorized by him be
representative of GP Parsik Bank having access to the site for inspection of construction work
and any other activity pertaining to construction work.
The expression “Board of Directors” as used in tender papers shall mean the Board of
Directors of Gopinath Patil Parsik Janata Sahakari Bank Ltd., Navi Mumbai
The expressions “General Manager”, “Superintending Engineer”, “Executive Engineer”
and “Deputy Engineer” used in the tender papers shall mean officers of Administrative/
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 24
Executive/ Engineering rank of the Gopinath Patil Parsik Janata Sahakari Bank Ltd., Navi
Mumbai (by whatever designation he may be known) under whose control and supervision the
work lies for time being or the officer to whom functions of the respective officers may be
subsequently transferred.
The expression “Contract” as used in the tender papers shall mean the deed to contract
together with it’s original accompaniment and those later incorporated in it by mutual consent.
The agreement entered into between the Gopinath Patil Parsik Janata Sahakari Bank
Ltd., Navi Mumbai and the Contractor, confirming its acceptance of the Tender, on the
terms and conditions mentioned therein.
The expression “Lump sum” amount shall mean the sum / amount in Indian Rupees (INR) for
which the tender is accepted by the Gopinath Patil Parsik Janata Sahakari Bank Ltd., Navi
Mumbai and at which the Contractor agrees to carry out the works.
The expression “Contractor” as used in the tender papers shall mean the successful tenderer
whose tender has been accepted and who has been authorized to proceed with the work at the
Lump sum amount.
The expression “Corporation” or “client” or GP PARSIK BANK Ltd. Or Police Housing
Corporation as used in the tender papers shall mean Gopinath Patil Parsik Janata Sahakari Bank
Ltd., Navi Mumbai, having its office at plot no.80, sector 05, Koparkhairane, Navi Mumbai-
400 070.
The expression “Day” shall mean a calender day of 24 hours from midnight to midnight
irrespective of the number of hours worked in any day in that week.
The expression “Department” means the Public Works Department of the Govt. of
Maharashtra.
The expression “Drawing” shall mean the drawings referred to in specifications and any
modifications of such drawings approved in writing by the Superintendent Engineer and such
drawing as may from time to time be furnished or approved in writing by the Superintendent
Engineer.
The expression “Engineer’s Representative” shall mean as Assistant of the Engineer
/Assistant of the Architect cum PMC, notified in writing to the contractor by the Engineer/
Architect cum PMC.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 25
The expression “Government” as used in the tender papers shall mean that the Public Work
Department of the Government of Maharashtra.
The expression “Managing Director ” shall mean Managing Director of Gopinath Patil Parsik
Janata Sahakari Bank Ltd., for the time being holding that office, and also his successors and
shall include any other officer authorized by him.
The expression “Plant ” as used in the tender papers shall mean every plant/equipment
temporary and necessary or considered necessary by the Engineer to execute, construct,
complete and maintain the works and used in altered, modified substituted and additional work
ordered in the time and the manner herein provided and all temporary materials and special and
other articles of appliances of every sort, kind and description whatsoever, intended or used
therefore.
The expression “Project Management Consultant (P.M.C.)” shall mean a person, firm so appointed by the Managing Director, Gopinath Patil Parsik Janata Sahakari Bank Ltd., Mumbai, for the time and shall include any person/persons duly authorized by him. P.M.C. will be representative of GP Parsik Bank having access to the site for inspection of construction work and any other activity pertaining to construction work.
The expression “Schedule of rates” of the Division or simply D.S.R. in this tender, shall mean
as “The Schedule of the rate of the P.W. Division in whose jurisdiction the work lies.”
The expression “Temporary works” shall mean all temporary works of every kind required in
or about the execution, or maintenance of the works.
The expression “Tenderer” shall mean the one who has submitted its response and quotations
to this Tender.
The expression “The site / Site” shall mean the lands and /or other places on under in or
through which the work is to be executed under the contract including any other land or places,
which may be allotted by Corporation or used for the purpose of contract executed in
accordance with the contract or part (S) there of as the case may be, shall include all extra or
additional, altered or substituted works as are required for performance of the contract.
“User agency” shall mean any unit for whom work is carried out & who will be the end
user of the work.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 26
“Urgent works ” shall mean any measure which, in the opinion of the Client, become
necessary during the progress of the works to obviate any risk or accident or failure or which
become necessary for security of the work or the persons working, thereon.
Where the context so requires, words importing the singular only also include the plural and
vice-versa.
Heading and marginal notes, if any, to the general conditions shall not be deemed to form part
thereof be taken into consideration in the interpretation of the contract.
2.5 WORKING METHODS AND PROGRESS SCHEDULES: Progress Schedule:
i. The Contractor shall furnish within 10 days from the date of acceptance of tender, a bar
chart and a PERT Chart in quadruplicate indicating the date of actual start, the monthly
progress to be achieved and the anticipated completion date of each major item of work to be
done by him, also indicating dates of procurement and setting up of materials, plants and
machinery. The schedule should be such as to be, practicable of achievement towards the
completion of whole work in the time limit; the particular item on the due dates specified in the
contract and shall have the approval of the Client. No revised schedule shall be operative
without such acceptance of the Client in writing. The Engineer is further empowered to ask for
detailed schedule or schedules say week by week, for any item or items, in case of urgency of
work as will be directed by him, and the contractor will be responsible for maintaining the
progress according to schedules laid down in Clause no. of tender form. The progress schedule
in the form of PERT/CPM or BAR CHART for Physical progress and Financial Progress
shall be submitted.
ii. The contractor shall furnish sufficient plant, equipment and labour as may be necessary to
maintain the progress schedule. The working and shift hours restricted to one shift a day for
operation to be done under the Corporation supervision shall be such as may be approved by
the Client. Night work that requires supervision shall not be permitted except when specifically
allowed by Client each time, if requested by the contractor. The contractor shall provide
necessary lighting arrangements and safety measures etc. for night work as directed by the
Client without extra cost.
iii. Further the contractor shall submit the progress report of work in prescribed forms, charts,
statements, photographs, reports etc. at periodical intervals as may be specified by the Client.
iv. The Contractor shall maintain details regarding machinery, equipment, labour, materials
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 27
etc. as may be specified by the Client and submit the same at periodical intervals as may be
specified by the Client.
Note :
i) Rs.25,000/- (Rupees Twenty Five Thousand) per day or more amount will be payable if Bar
chart is not submitted within a month period from date of work order & the said amount
shall not be refunded to contractor.
ii) Rs.5,000/- (Rupees Five Thousand) per day or more amount will be payable if MPR in the
standard format of PHC not submitted on first day of each month till submission of report
and the amount recovered under this said amount will not be refunded to Contractor.
2.6 AUTHORITIES OF THE CLIENT AND HIS REPRESENTAT IVE;
i. The duties of the Client and his authorized representative for the works (to be appointed by
the Client and to be notified to the Contractor) are to watch and supervise the work and to test
and examine any material to be used or workmanship employed in connection with the works
by the Contractor and issue necessary directs to the Contractor with regard to the same.
ii. The Client may from time to time, in writing delegate to his authorized representative any
powers and authorities vested in the Client and shall furnish to the contractor a copy of all such
delegations of powers and authorities, Any written instructions of approval given by the
representative of the Client to the contractor within the terms of such delegation (but not
otherwise) shall bind the contractor and the Corporation as though it had been given by the
Client.
iii. Failure of the authorized representative of the Client to disapprove any work or any part
thereof or materials shall not prejudice the power of the Client there after to disapprove such
work or materials and so thereby requiring the rectification, removal or breaking up of such
work or any part thereof by the Contractor, there of even after completion of work or any part
thereof.
iv. Project Management Consultant (PMC) is the authorized representative of Client. Dy.
Engineer of Corporation will also inspect the work and act as representative of the Client. The
Executive Engineer of the Client will have full authority regarding inspection of the work and
bills raised by the Contractor and all such matters.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 28
2.7 INSPECTION OF WORKS:
i. The contractor either itself, if technically (qualified as to the rank of a civil engineer) and
having the qualification as mentioned below, shall supervise the execution of the works or shall appoint competent Civil Engineers having qualification as mentioned below, well-experienced in construction of similar projects, approved by the Client, to act on his behalf with full powers, authorities, and responsibilities. The contractor shall submit Power of Attorney in the name of to the GP Parsik Bank. The Contractor will have to appoint minimum one civil engineers, at least one having minimum qualification, B.E. (Civil) having an experience of minimum 5 years in execution of works, surveying, & in reading of building drawings, structural drawings, for carrying out construction activities, record keeping etc. ii. The contractor shall himself manage the work and engage authorized full time resident
Engineers (possessing the qualification as mentioned herein) on the site capable of managing
and guiding the work and understanding the specifications and contract condition. The
Contractor as his authorized agent for technical matters shall provide a qualified and
experienced Engineer, in case Client considers this is essential for the work and so directs the
contractor. The authorized agent will take orders as he will be responsible for carrying out the
work. This agent shall not be changed without prior permission from Client or his
representative on the work site.
iii. The contractor shall supply to the Client in details of all supervisory and other staff employed
by the Contractor and notify changes made and satisfy the Engineer regarding the quality and
sufficiency of the staff, thus employed. The Client will have unquestionable right to ask for
changes in the quality and numbers of contractor’s supervisory staff and to order removal
from work of any such staff. The contractor shall comply with such orders and effect
replacement to the satisfaction of the Client.
Regarding sudden collapse of any structure or part thereof, due to non execution of work
as per drawings or due to lack of supervision or negligence from Contractor. Contractor
will be held responsible for damage lives of peoples and loss of client etc.
iv. Orders given to the contractor’s agent / representative shall be considered to have the force
as if these had been given to the contractor himself. If the contractor fails to appoint a suitable
agent as directed by the Client, the Client shall have full powers to suspend the execution of
the work until the contractor appoints such a responsible agent. Delay so caused to the works
shall not entitled the contractor for any compensation or extension in the due date for
completion of the work in this behalf.
v. The contractor shall inform the Architect cum PMC / Client in writing when any portion
of the work is ready for inspection giving him sufficient notice in advance to enable it to inspect
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 29
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 Client / Architect
cum PMC shall have certified in writing to that effect. An approval of materials or
workmanship or approval of part of the work during the progress of execution shall not bind the
Client or in any way affect him even to reject the work which is alleged to be complete and to
suspend the issue of his certificate of completion until such alteration and modifications or
reconstruction have been effected at the cost of the contractor as shall enable him to certify that
the work has been completed to his satisfaction.
vi. 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.
vii. The contractor shall not change any key person(s) without the prior written consent of the
GP Parsik Bank. Any violation on this count will attract severe pecuniary penal action against
the contractor.
2.8 WORK ORDER BOOK:
i. A site order book shall be maintained on site and it shall be the property of Corporation and
the contractor should promptly sign orders given there in by Client or his representative and his
superior officers, and comply with them. The Contractor shall report the compliance in within
the time instructed by the representative of client, so that it can be checked by client. The
Corporation will provide the blank site order book with machine numbered pages for this
purpose. The site order books have triplicate pages. Original pages will be retained by the GP
Parsik Bank Ltd.
2.9 ASSISTANCE IN PROCURING PRIORITIES PERMITS ETC:
i. The Client, on a written request by the Contractor, if client feel the request is reasonable
and in the interest of work and its progress, etc. where such permits are needed, the Corporation
will provide the support for the same. However, for the non-availability of such support or
delay in this behalf from Client , no claims on account of such failures are entitle by the
Corporation.
ii. The Contractor shall have to make his own arrangements for transportation & procuring
plants & machinery required for the work.
2.10 SAMPLES AND TESTING OF MATERIALS : i. All materials to be used on work shall be got approved before starting of the work from the
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 30
Client and shall pass the test and/or analysis required by it, which will be,
a) As specified in the specification for the items concerned and /or
b) I.S.I. specifications (whichever and wherever applicable) or
c) Such recognized specifications acceptable to Client as equivalent there to or
In absence of such authorized specification,
d) Such requirement test and/or analysis as may be specified by the Client in
order of precedence given above.
ii. The contractor shall at his own risk and cost make all arrangements and /or shall provide all
such facilities as the Client may require for collecting, preparing required number of samples of
the material to be used in the works, for test or analysis at such time and to such places as may
be directed by Engineer and bear all such charges. Such samples shall also be deposited with
Client.
iii. The contractor shall if and when required, submit at his cost the samples of materials to be
tested or analyzed and if so directed, shall not make use of or incorporate in the work any
materials represented by the samples until the required tests or analysis have been made and the
materials, finally accepted by the Client.
iv. The contractor shall not be eligible for any claim or compensation either arising out of any
delay in the work or due to any corrective measure required to be taken on account of and as a
result of testing of the materials.
v. The contractor or his authorized representative will be allowed to remain present in
departmental laboratory while testing the samples furnished by him. The results of all the tests
carried out in the departmental laboratory will be binding on the contractor or his authorized
representative.
vi. The contractor shall at his own cost & risk set up a laboratory at site to carry out the routine
tests of materials, which are to be used on the work. The tests will have to be carried out either
in his field laboratory or in an laboratory approved by the Client. In case tests are carried out in
field laboratory of contractor, at least 50% tests should be carried out in nearest quality control
laboratory of the department or any educational institute as approved by the client.
vii. Mix design of concrete will have to be obtained from laboratory approved by Engineer/
Architect cum PMC. The cement consumption for controlled concrete will be as per mix design
of concrete as approved by Client / Architect cum PMC but concrete shall satisfy the design
strength.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 31
viii. In case of material procured by the contractor, he shall arrange testing as required by the
codes and specifications at his own cost. Testing shall be done in the presence of authorized
representative of the Client at the nearest approved laboratory. If additional testing other than
as required by specification is ordered, the testing charges shall be borne by the corporation, if
the test results are satisfactory and by the contractor, if the same are not satisfactory.
ix. Client may not supply any materials.
x. It is hereby clarified that, if at any stage of the works, it is found necessary from a safety
point of view to test any material and / part of the structures constructed by the Contractor, the
test shall be carried out by the Contractor with the help of the Corporation, at its own cost and
risk.
2.11 CO-ORDINATION WITH AGENCIES:
i. When several agencies for different sub-works on the project are to work simultaneously on
the project, there must be full co-ordination and co-operation between different contractors to
ensure timely completion of the whole project smoothly. 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 on the other hand, the
contractors are at liberty to make mutual agreement in this behalf and make joint arrangement
with the approval of the Engineer. No single contractor shall take any steps or action that may
cause disruption, discontent or disturbance of work, labour or arrangement etc., of other
contractors in the project location. Any action by any contractor, which the engineer in his
unquestioned discretion, may consider as infringement of the above code, would be considered
as a breach of the contract conditions and shall be dealt with as such.
ii. In case of any dispute, disagreements between the contractors, the Client’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 obligations under the contract nor
consider for the grant for any claim of compensation.
iii. It is hereby clarified that with regard to sub-letting please refer to clause.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 32
2.12 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 itself pay fees or
changes which are levied on it without any extra cost to the corporation.
2.13 LINE OUT OF THE PROJECT:
The contractor shall provide free of charge all labour, instrument and material required for
lining out, surveying, inspection and give mark out as decided by the Client and as considered
necessary for the proper and systematic execution of the work. The checking or inspection of
any setting out of any line or level or work by Engineer 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 benchmarks, site rails, pegs and stones etc. used in setting out
the work. Contractor may be required to redo / rectify or adjust the line of master layout & or of
individual buildings any number of times till the Client is convinced about all bench marks in
regard to correctness.
2.14 INITIAL MEASUREMENT OF WORK :
Where, for proper measurement of the work, it is mandatory and obligatory upon contractor to
take an measurement initial set of levels or other measurements. The said measurement will
recorded in the authorized field book or measurement book of Corporation by the Engineer or
authorized representative of P.M.C., It will be signed by the contractor who will be entitled to
have a true copy of the same made at his cost. Any failure on the part of the contractor to get
such levels etc., and have the same recorded before the commencement of the work will render
him liable to accept the decision of the Engineer as to the basis of taking measurement.
Likewise the contractor will not carry out / commence any item of work which will render its
subsequent measurements difficult or impossible without first getting the same jointly measured
by himself and the authorized representative of the Engineer. The record of such measurement
for the Corporation will be signed by the P.M.C.
2.15 PAYMENTS:
i. The tenderer must understand clearly that the rates/ offer/ percentage that will be finalized
and agreed to both the Contractor and the Client are for the completed work and include all cost
of material, lead of material, labour, scaffolding, plant, machinery, supervision, power, octroi
all duties, taxes etc. and should also include all expenses to cover the cost of night work if and
when required and no claim for additional payment beyond the prices or rates quoted will be
entertained. Further all payments shall be made in Indian Rupees (INR), adjusted for deductions
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 33
for advance payments, security deposit, other recoveries in terms of the Contract and taxes at
source, as applicable under the law.
ii. The mode of measurements has been indicated in standard specification book.
However, if there is any ambiguity or doubts in its respect, the decision of Superintending
Engineer will be final. Payment will be made as per the schedule of payment given in this
tender document.
iii. Payment of the Contractor(s) will be made by Cheque / Real Time Gross Settlement
(“R.T.G.S.”) drawn on any Bank with which the Client is having has an bank account, provided
the amount to be paid exceeds Rs.10/-. Amounts to be paid less than Rs.10/- shall be paid in
cash, Such bank account details are to be provided by the Contractor to the Client. In the event
that any wrong details are provided to the Client, the Client shall not be liable for any loss cause
on account of the same.
2.16 RUNNING ACCOUNT BILL : i. It is whereby specified that such bill should not exceed one / two in the month for which the
qualitative assessment of work is done. Monthly or otherwise as the Client may specify in this
behalf, the Contractor and the Architect cum PMC, shall make a quantitative assessment of the
work performed by Contractor at the site, in the manner mentioned herein, during the month or
other specified period and thereafter the Contractor may submit running account bills to the
Architect cum PMC as well as Client in an appropriate form along with all necessary
statements / documents i.e. test reports, basic calculations of % of work claimed for payment.
Architect cum PMC shall verify the said bill of Contractor within 48 (forty eight) hours and 24
(twenty four) hours respectively with remarks to PHC. Bill shall be signed by Contractor &
Architect cum PMC. M.B. duly signed & certified shall be submitted to GP PARSIK BANK
by Architect cum PMC immediately.
Contractor shall submit the compliance of previous inspection notes issued by the GP
PARSIK BANK. GP PARSIK BANK will not process the bill of the Contractor without
compliance of earlier inspection note.
ii. P.M.C.’s Staff will measure initial ground levels and final levels in presence of contractor’s
representative, for measuring the quantity of work done. The contractor shall supply required
labour and equipments etc. for taking joint measurements; Contractor shall remain present and
supply all labour and equipments for joint measurements.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 34
iii. Contractor may obtain copies of the said measurements and of the bills paid to him at his
own cost and his own responsibility by attending the Corporation office. He or his agent may
copy down the same in consultation with the Deputy Engineer of Corporation.
Project Management Consultant will record the measurements / payment schedule in measurement book supplied by Gopinath Patil Parsik Janata Sahakari Bank with certification about quality and quantity of work, Contractor & Architect cum PMC will have to sign in M.B. at appropriate place in standard format of PHC. Architect cum PMC will furnish the certificate along with the bill through online by Digital Signature before submission to PHC.
v. Bills will be paid by Client through RTGS.
2.17 FINAL BILL:
i. The Contractor should submit final bill within one month after completion/ handing over of
the entire work and the same will be paid within 3 months, if it is in order. Disputed item and
claims if any shall be excluded from the final bill and settled separately later on, as per the
decision obtained in the dispute resolution procedure specified herein. Final bill shall be
submitted with documents as specified in Check list of Final bill of GP PARSIK BANK.
GP PARSIK BANK will not process the final bill of the Contractor without documents
mentioned in checklist.
2.18 TREASURE-TROVE:
In the event of discovery by the Contractor or his employees, during the progress of the work
any treasure, fossils, mineral or any other article of value or interest, the contractor shall give
immediate intimation thereof to the client and forthwith hand-over to the Client such treasure
of things which shall be the property of the Corporation.
2.19 PATENTED DEVICE:
Whenever the contractor desires to use any devices, materials or process covered by the letter of
patent or copyright, the right for such use shall be secured by suitable legal arrangement and
agreement with patent owner and the copy of their agreement shall be filed with the Client if so
desired by the latter. The Contractor, agrees to indemnity the Client against the claims by any
party on account of any infrignment or unauthorized use by the Contractor.
2.20 EXPLOSIVES:
The contractor shall at its own expenses construct and maintain proper magazines, if such are
required for the storage of explosives for use in connection with the work and such magazine
being situated, constructed and maintained in accordance with Client Rules applicable in the
behalf. The Contractor shall at his own expenses, obtain such license or licenses as may be
necessary for storing and using explosive. Not withstanding that the location etc., or storage of
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 35
explosive are approved by the Client, the Corporation shall not be liable whatsoever in
connection with storage and use of explosive on the site or any accident in or use of for which
explosives are employed being at the risk of contractor. Upon his sole responsibility, the
contractor hereby gives to Corporation, an absolute indemnity in respect thereof.
All / any hazardous materials brought on site by the contractor, for the execution of the work,
shall be the sole responsibility of the Contractor. The Contractor shall at his own expenses
obtain such license as may be necessary for storing and using such hazardous materials, the
Corporation shall not be liable whatsoever in connection with storage and use of such
hazardous materials on the site or any accident involving the use of such hazardous materials.
The Contractor hereby agrees to indemnifies the Client, and hold harmless the Client and its
respective employees, directors and officers and agents from and against any claims, demands
loss, damage or expenses (including cousel fees and legal cost) relating to bodily injury or
death of any person or damage to real and / or tangible property directly caused by the use or
storage of such explosives and hazardous materials by the Contractor.
2.21 QUARRIES:
i. Quarries are not available with the Corporation. The contractor (s) shall have to arrange the
same itself. The quarrying operations shall be carried out by the contractor with proper
equipment, and by using various safety measures such as compressors, Jackhammers drill bits;
explosives etc. and sufficient numbers of workmen shall be employed so as to get the required
outturn. Getting permission from Concerned Department or any statutory body will be the
responsibility of Contractor.
ii. The Contractor shall carry out the works in the quarries in conformity with all rules and
regulations already laid down or which the Client may lie that down from time to time. Any
cost incurred by Client due to non-compliance of any rules or regulations or due to damages by
the Contractor shall be the responsibility of the Contractor. The Client or his representative
shall be given full facilities by Contractor for inspection at all times or working of the quarry,
record maintained the stocks that the working records and storage are all in accordance with the
relevant rules. The Client or his representative shall at any time, be allowed to inspect the
works, building and equipment at the quarries.
iii. The contractor shall maintain at his own cost the books, registers etc., required to be
maintained under the relevant rules and regulations and as directed by the Client. These books
shall be open for inspection at all times by the Client or his representative and the Contractor
shall furnish the copies or extracts of books or registers as and when required.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 36
iv. The contractor shall carry out all quarrying operations in an organized and expeditious
manner, systematically and with proper planning. The Contractor shall engage licensed blasters
and adopt electric blasting or any other approved method, which would ensure complete safety
to all the men, engaged in the quarry and its surroundings. The Contractor shall himself provide
suitable magazines and arrange to procure and store explosives, etc., as required under the rules
at his own cost. The designs and the location of the magazine shall be got approved in advance
from the Chief Inspector of Explosive and the rules and the Contractor as laid down by the
Chief Inspector of Explosives from time to time shall strictly adhere to regulations in this
connection. It is generally experienced that it takes time to obtain the necessary license for
blasting and license for storage of material from the concerned authorities. The Contractor must
take timely advance action for procuring all such license so that the work progress may not be
hampered.
v. The approaches roads to the quarrying place from the existing public roads have to be
arranged by the Contractor at his own cost and the Contractor at his own cost shall maintain the
approaches till the work is over.
vi. The quarrying operations shall be carried out by the contractor to the entire satisfaction of
the Client and the development of the quarry 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 in the opinion of the Client is not in accordance with the specifications or of required
quality, will be rejected at any time at the quarry or at the site of work. The rejected stones shall
not be used on the work and such rejected materials shall be cleared from the place as directed
by the contractor’s cost.
vii. Since all stones quarried from excavated Client land by the Contractor, including the
excavated over burden are the property of the Client, no stones or earth shall be supplied by the
Contractor to any other agencies or works or allow to be taken away for any other works. All
such surplus quarried material should be handed over by Contractor to Client free of cost at
quarry site duly heaped at the spots indicated by the Client. The Contractor will not be
entitled to refund of royalty if any paid by him for such quantity handed over to Client for
which necessary certificate will be issued by the Executive Engineer as per usual procedure. If,
however, the Client does not require such surplus material, the contractor may be allowed to
dispose off or use such material elsewhere with prior written permission of the Client. Leaving
off a quarry face or opening of a new quarry face shall be done only on the approval of the
Client. No extra payment shall be done for transporting such material either within the site or
outside the site.
viii. Quarrying permission will have to be directly obtained by the Contractor from The
Collector of the District, concerned for which purpose the corporation will render necessary
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 37
assistance. All octroi duties and royalty charges will have to be borne by the Contractor.
Regarding royalty charges refer Clause No. 12.20 of chapter no.12 “Conditions of Contract”.
ix. The Contractor will be permitted to erect sheds at his own risk and cost, if suitable vacant
area of Client/ user is available for the purpose of his own structures for stores, offices etc. at
places approved by the Client/ user. On completion of the work, the Contractor shall remove all
the structures erected by him and restore the site to its original condition.
x. The Tenderer shall not use any land in the site either for cultivation or for any other purpose
except that required for breaking or stacking or transporting stones, Labour sheds, Stores, for
camping of machinery etc.
2.22 ACCIDENT:
i.In the event of an accident involving serious injuries or damages to human life or death of any
of his employees and or contract labours the same shall be reported forthwith to the Nearest
Police Station .
ii.In the event of an accident involving serious injuries or damages to human life or death of any
of his employees and or labours the same shall be reported within twenty-four hours of the
occurrence to the client and to the labour commissioner of workmen’s for compensation.
iii. In case of fatal accident or serious non-fatal accidents, contractor will have to pay
compensation to injured worker/dependents of deceased workers as decided by Commissioner
Workmen Compensation Act. The amount of compensation likely to be payable will be kept
under deposit by withholding that amount from running bills payable to contractor till the final
running bills payable to Contractor, & till the final decision is received from the labour
commissioner of labour department whichever is later.
2.23 POLICE PROTECTION:
For the special Protection of labour Camp of the Contractor and its equipment etc., the
corporation 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.
The Contractor shall also prevent the encroachment / trespass, dumping of the waste / debris,
unauthorized construction, whether permanent or temporary in nature, on the common / open
areas in and around the sites. The Contractor shall have to file a complaint in the concerned
police station in this respect and it will be Contractor responsibility to remove the same with the
assistance of the Client on taking proper police protection.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 38
2.24 TESTING & REJECTION OF WORK:
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 Corporation at his own cost.
Defective work not meeting the specification of the tender is liable to be rejected at any stage
by the Client. The Contractor on no account can refuse to rectify the defects merely on reasons
that further work has been carried out. No extra payment shall be made for rectification.
2.25 CHANGE OF CEMENT CONTENT:
The rates mentioned in the bid by the Contractor for any item, involving the use of cement,
shall apply to the entire quantity of cement specified, for the mix for that item in the
specification. If, for any reason, required for compensating the deficiencies in the components,
the cement content and proportions are altered by the client at any time or from time to time,
the rates mentioned in the bid by the Contractor will remain the same.
2.26 DRAWINGS:
The details shown in tendered drawings submitted by the Contractor and all other information
pertaining to the site and works be treated as indicative and provisional only and are liable to
variation as found necessary while preparing, working drawings which will be supplied by the
Corporation during execution, if necessary. No claim whatsoever shall be admissible on
account of minor variation; Client’s decision in this regard shall be final & binding on
contractor. Maximum 2 sets of all working drawings will be issued to the contractor free of
cost. Additional copies later on will be issued, if required, at extra cost.
2.27 RECOVERIES:
The recoveries if any due from contractor will be recovered as if it were arrears of land revenue
collected through the Collector of the District.
2.28 Protection of underground telephone and aerial Telephone wires and poles,
transmission towers, and water supply, sewer lines:
i. During the execution of work, it is likely that the contractor may be required to deal with
under ground / over head live or dead telephone cable, electrical cables, poles, existing live /
dead water supply or sewer’s lines etc., it will therefore, be the responsibility of the Contractor
to protect them carefully, in all such cases it should be brought to the notice of the Client by the
Contractor and also to the concerned department. Any damage whatsoever done to these cables
and pipelines or any type of structures if any, by the Contractor, shall be made good by him at
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 39
his own cost, as directed by the Client and relevant authorities, if any.
ii. The contractor shall remove; shift existing electrical poles / lines, telephones lines, cables,
water supply lines, sewers lines, trees, or any structure coming in the way of construction if
any. Such removal may require permission of concerned authorities, before their removal, such
removal, should be obtained by the Contractor at his own cost. Only after obtaining such
permission. Contractor shall remove, replace, and reconnect or reconstruct all necessary
concerned poles, lines, cable structures etc., on its own cost & as directed by the Client and / or
relevant authority. Further if any charges are to be paid to the concerned authority may also be
paid by the contractor only. In the event that any relevant authority, does not permit such
removal or shifting, the same shall immediately be brought to the notice of the Client.
Thereafter the Client shall take a decision on the said matter.
iii. If any delay occurs on account of shifting of existing electrical poles ,telephone lines, water
pipe lines, cutting and shifting of trees and other structures obstructing the work, where
permission has been accorded by the relevant authorities for such removal or shifting, no
compensation or extension on account of delay, will be entertained.
iv. The contractor after completion of work, shall have to clean the site of all debris and
remove all unused materials other than those supplied by the corporation and all plant and
machinery, equipment, tools etc., belonging to him within fifteen days from the date of
completion of the work, or otherwise the same shall be removed by the Corporation at his cost
and all useful materials and the contractor shall not be entitled for payment of any
compensation for the same.
2.29 HANDING OVER OF WORK:
All the work and materials before finally being taken over and before handing over to the
Corporation will be the sole liability of the contractor for guarding, maintaining and making
good any damages of any magnitude which have occurred before handing over. Interim
payments made for such work, will not alter this position.
2.30 CLAIMS FOR WORK:
Bills for extra work or for any claim, shall be paid separately apart from the interim bills for the
main work. The payment of bills for the main work shall not be withheld for want of decision
on the extras or claims not covered in the appendices.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 40
Claims for additional work shall be registered within 30 days of completion of such work along
with all supporting documents. Bills for these claims including supporting data/details may be
submitted within days of registration of the said claims..
2.31 DISPUTES AND ARBITRATION:
The bidding process shall be governed by and construed in accordance with the laws of India
and the Courts Mumbai shall have exclusive jurisdiction over all disputes arising under,
pursuant to and / or in connection with the bidding process.
In the event of any disputes between the Contractor and the Client, the Corporation has set up a
Standing Committee at Corporation level for considering the claims and other disputes arising
herein :
i] Technical Sub-Committee of Board of Directors.
The Managing Director of the Corporation shall be the Chairman of the Committee. The
Technical members of the Board of Directors of GP Parsik Bank Ltd., (P.W.D. Secretary or his
representative) who are not concerned directly with the work, which is the subject matter of
claims or disputes of the contractor, and General Manager and F.A & C.A.O. of the Client shall
be the members of this committee. Arbitration under the Arbitration and Conciliation Act, 1996
shall not be permissible. The Technical Head of the Client shall be convener of the Committee.
ii] Functions of the Committee:
The Committee will examine disputes and claims of the contractors as are referred to it and also
which involve the question of additional payment to contractors over and above.
a. What is payable to them.
b. Such payment as the Client may have approved under the terms of contract or by way of
payment under item rate list.
iii] Powers of The Committee:
1) The Committee shall have full powers to examine and to decide the claims in respect of
disputed under the contract subject to sub-clause iv] ; as are referred to it in so far as the
decisions of the committee are unanimous.
2) In respect of claims on which the decision of the committee is not unanimous, The
Managing Director of Corporation, shall submit the claims to the Board of Directors of the
corporation for final orders.
3) Although the claims as may be admitted by the Committee, or the Board of Directors as the
case may be, shall be final and binding on Corporation, the concerned contractor shall have the
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 41
right to go to the court of law in case he is not satisfied with the decision either of the Standing
Committee or the Board of Directors.
Despite the appointment of the standing committee, the Client powers under the relevant
provisions of the contract shall remain unaltered and only such disputes or claims of contractor
as are decided initially by the Client, but the contractor is not prepared to accept the decision of
the Client, shall be held eligible for examination for a possible reference to the standing
committee. The disputes or claims, which are decided by the Client concerned and with which
the contractor is not satisfied, may be referred to the standing committee only.
The Audit shall reserve its right to examine and comment on the recommendations of the
Standing Committee or on the final orders of the Board of Director in the case of claim where
the decision of the Standing Committee is not unanimous.
iv] Minimum amount of claim to be referred to the committee:
Disputes or claims arising out of contracts, the accepted value of which is less than Rs.
5,00,000/- shall not be referred to the committee.
In case of contract, the accepted value of which exceeds Rs. 5,00,000/- disputes or claims
shall be referred to the Standing Committee only if the amount of each claim is not less
than Rs.50,000/-.
v] All disputes shall subject to the Laws of India and to the exclusive jurisdiction of Mumbai
jurisdiction only.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 42
3. SCHEDULE "B" DETAIL ITEM OF WORKS
NOTE 1 : These specifications shall be followed to understand further technical scope in addition to detail
scope of work or technical brief Civil Specifications. In case of Contradiction, particular specification of
material and work as given in detail scope of work shall be followed either in lieu or otherwise as per
instructions of Client.
NOTE 2 : Description of item with Specification No. Page No. as per Standard specification book of
P.W. Dept. of Govt. of Maharashtra Vol. I (1979) & Vol. II (1981) edition & P.W.D. Civil / P.W.D.
3.1 BUILDING WORK
Sr.
No. Description of Items.
EXCAVATION AND FILLING
1 Excavation for foundation for individual footing/mass excavation in earth, soil of all types,
sand, gravel and soft/ hard murum, soft/ hard rock by blasting/ chiseling including removing
the excavated material up to a distance of 50 m. beyond the building area & stacking and
spreading as directed, dewatering, preparing the bed for the foundation and necessary
backfilling, ramming, watering including shoring and strutting etc. complete.
With lift up to 2.70 m
Note for Excavation and filling work: Building and compound wall
1. The Contractor shall excavate upto depth 2.70 meter and having Soil Bearing Capacity 200
KN per Square Meter.
2. The foundation strata shall be approved by Structural Design Engineer after completion of
2.70 Meter depth of excavation.
3. The additional payment due to additional excavation more than 2.70 Meter depth will be
paid at the current year of District Schedule of Rate.
4. If the depth of excavation less than 2.70 Meter then the amount against the saving quantity
of excavation will be recovered at the current year of DSR.
5. Dewatering, if required during execution, shall be done by contractor without any extra
claim.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 43
2 Filling in plinth and floors with approved excavated materials in 15 cm to 20 cm layers
including watering and compaction etc complete.
3 Filling in plinth and floors with contractor's material approved by Engineer in 15 cm to 20cm.
layers including watering and compaction etc complete.
Note:
1. Additional Murum procured by the Contractor with prior written permission of client will
only be entitled for claims.
4 Providing dry trap / granite / quartzite / gneiss rubble stone soling 15 cm to 20 cm thick
including hand packing and compacting complete.
5 Providing antitermite treatment for foundation and plinth by treating soil and back filling
material in immediate contact of foundation by spreading 0.5% emulsion concentrate with the
insecticide like chloropyrip as Heptachlor, chlordane or as specified in I.S. 6313 (Part II & III)
: 1981 at the rate of 5 litres per square metre area including all material, labour, equipments
etc. complete covering 7 years guarantee on stamp paper for termite resistance
Note:
1. Mode of measurement: surface area of soil treated.
PLOT DEVELOPMENT
6 Excavation over required area for plot development by manual / mechanical means in soil of all
sorts sand, gravel, soft murum and hard murum, hard murum with boulders including dressing
section to the required level or grade and conveying the excavated materials with all lifts up to
a lead of 50m. and spreading for embankment or stacking etc. complete.
7 Conveying materials obtained from cutting including all lifts, laying in layers, breaking clods,
dressing to the required lines, curves, grades and section from the site of excavation to the site
of deposition as directed with at any lead.
8 Laying materials obtained from cutting in layers, breaking clods, dressing to the required level
or grades for plot filling within a lead 50 m.
9 Supplying hard murum/ kankar at plot, including conveying and stacking etc. complete.
10 Spreading hard murum over required area of plot in level or grade
11 Compacting sub base / blanketing of hard murum/kankar (upto 300 mm loose) with power
roller including artificial watering etc complete.
PLAIN CEMENT CONCRETE
12 Providing and laying in situ, cement concrete M-15 / 1:2:4 of trap / granite / quartzite / gneiss
metal for foundation and bedding including bailing-out water manually, formwork,
compacting, covering newly laid concrete by gunny bag, plastic or tarpaulin, curing etc.
complete.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 44
13 Providing and casting in situ cement concrete M-20 of trap / granite / quartzite / gneiss metal,
moulded or chamfered as per drawing or as directed for bed blocks, foundation blocks,
including centering, form work, compacting, covering newly laid concrete by gunny bag,
plastic or tarpaulin, roughening them if special finish is to be provided and curing and finishing
if required etc. complete.
I. For coping to plinth and parapet
II. For bed blocks
III. For plain or moulded sills, cornice, jambs, architraves
REINFORCED CEMENT CONCRETE
14 Providing and laying in situ cement concrete of M-30 grade of trap / granite / quartzite / gneiss
metal for R.C.C. work in foundations like raft, grillages, strips, foundations and footings of
R.C.C. columns and steel stanchions including bailing-out water manually, formwork,
compacting, covering newly laid concrete by gunny bag, plastic or tarpaulin, curing and
roughening the surface if special finish is to be provided etc complete.
15 Providing and casting in situ cement concrete of M-30 grade of trap granite / quartzite / gneiss
metal for R.C.C. columns as per detailed designs and drawings or as directed including fixing
plastic cover block of required size at 1.5 meter C/C near the edge of each side and at the
center when the width is more than 75 cm. to reinforcement to give required clear cover 40mm
to 65mm from all sides in R.C.C. Column, centering, formwork of plywood / steel,
compaction, covering newly laid concrete by gunny bag, plastic or tarpaulin, curing etc.
complete.
16 Providing and casting in situ cement concrete of M-30 grade of trap granite / quartzite / gneiss
metal for R.C.C. beams and lintels as per detailed designs and drawings or as directed
including placing in position plastic cover block of required size at 90 cm. C/C each main
bottom bars to stamping at sides to give required clear cover from all sides in R.C.C. Beam,
centering, formwork of plywood / steel, compaction, covering newly laid concrete by gunny
bag, plastic or tarpaulin, curing etc. complete.
17 Providing and casting in situ cement concrete of M-30 grade of trap granite / quartzite / gneiss
metal for R.C.C. slabs and landings as per detailed designs and drawings or as directed
including fixing plastic cover block of required size at 27 Nos in per 10Sqm to reinforcement
to give a clear cover of 15 mm in R.C.C. Slabs, fixing fan hook box of 100 mm diameter PVC
or MS material with required depth with holes or notches as required, bottom with 12 mm dia.
M.S. bar bent to shape with hooked ends for fan hook and painting to exposed surface,
centering, formwork of steel, compaction, covering newly laid concrete by gunny bag, plastic
or tarpaulin, curing etc. complete.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 45
18 Providing and fixing fan hook box of 2mm thick M.S. sheet rectangular size 180 x 100 mm
with required depth with holes or notches as required, bottom and top sides of 1.6 mm M.S.
sheet fixed with 3.5 mm dia round headed screws together with 12mm dia. M.S. bar bent to
shape with hooked ends for fan hook and painting to exposed surface etc. complete
19 Providing and casting in situ cement concrete of M-20 grade of trap granite / quartzite / gneiss
metal for R.C.C. chhajja as per detailed designs and drawings or as directed including
centering, formwork of steel, compaction, covering newly laid concrete by gunny bag, plastic
or tarpaulin, curing etc. complete.
20 Providing and casting in situ cement concrete of M-20 grade of trap granite / quartzite / gneiss
metal for R.C.C. canopy as per detailed designs and drawings or as directed including
centering, formwork of steel, compaction, covering newly laid concrete by gunny bag, plastic
or tarpaulin, curing etc. complete.
21 Providing and casting in situ cement concrete of M-30 grade of trap granite / quartzite / gneiss
metal for R.C.C. pardi/Shear wall upto 300mm thickness as per detailed designs and drawings
or as directed including centering, formwork of steel, compaction, covering newly laid concrete
by gunny bag, plastic or tarpaulin, curing etc. complete.
22 Providing and casting in situ cement concrete of M-30 grade of trap granite / quartzite / gneiss
metal for R.C.C. Trade & Risers for staircase, waist slabs as per detailed designs and drawings
or as directed including centering, formwork of steel, compaction, covering newly laid concrete
by gunny bag, plastic or tarpaulin, curing etc. complete.
23 Providing and fixing in position T.M.T. steel bar reinforcement of various diameters for R.C.C.
pile caps, footings, foundations, slabs, beams columns, canopies, staircase, newels, chajjas,
lintels pardis, copings, fins, arches etc. as per detailed designs, drawings and schedules
including cutting, bending, hooking the bars, binding with wires or tack welding and
supporting as required etc complete.
24 Providing and laying 50 mm thick layer in cement mortar 1:8 below plinth beam including
floating, watering, curing and levelling and ramming the bed if necessary before laying the
layer etc. complete.
25 Providing and fixing Plastic Cover Blocks of required size at 1.5 metre C / C near the edge of
each side and at centre when the width is more than 75 cm to reinforcement to give a clear
cover of 40 mm. to 65 mm. from all sides in R.C.C. columns etc complete.
26 Providing and fixing Plastic Cover Blocks of required size at 27 Nos. in per 10 sq.m. to
reinforcement to give a clear cover of 20 mm in RCC. Slab etc complete.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 46
27 Providing and placing in position Plastic Cover Blocks of required size at 90 cm. c / c to each
main bottom bars & to stamping at sides to give required clear cover from all sides in RCC
Beams etc complete.
Note for RCC work:
1. Necessary and adequate staging, scaffolding, props and gangway for work at all heights,
especially for work of some spaces may need double stage scaffolding.
2. Wooden planks shuttering, old centering shuttering, M.S. plate centering will not be
allowed. The concreting of slab shall be in form finish by using plywood centering.
3. The Contractor to provide Bar Bending Schedule based on Structural Drawings for
approval from Structural Consultants / Architect cum PMC, prior to fabrication of Steel /
Reinforcement.
4. The contractor shall be carried out concrete work after certification of design engineer in
written form.
5. The photographs of steel placing shall be submitted to client for verification of progress
of work, steel placing and record purpose if required during investigation of work. All
cover blocks shall be PVC of approved make.
6. After removing of formwork, if concrete surface found honeycombing below 1.00 sqft
area, it should be rectified by rich cement mortar 1:1 with mixing of polypropylene fibers
within seven days at contractors cost.
7. Hacking of all concrete surfaces shall be done as soon as shuttering is removed.
8. Concrete shall be cured by keeping continuously wet by covering with wet sacking,
hessian and/ or ponding etc for a period not less than 14 days. If curing is not done then
load test will be directed for testing of RCC member at contractors cost.
9. Concreting of slab shall be done in one continuous operation.
10. The curing of concrete shall be done in technical manner. If Architect cum PMC
informed in written form that no curing of concrete is done by contractor or inadequate
curing then the slab will be tested by low test at the risk & cost of contractor.
11. Stirrups in columns shall be 100mm C/C.
12. The stirrups in columns to columns beams up to 2d shall be 100mm C/C.
13. The development length to bar shall be provided at the end of beam steel for columns
joint.
14. Cover block either plastic or required diameter of bar is allowed instead of concrete
block.
AAC BLOCK WORK & BRICK WORK
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 47
28 Providing Brick masonry in cement mortar 1:6 using Fly ash bricks in foundations and plinth
of inner walls / in plinth of external walls including bailing-out water manually, striking joints
on unexposed faces, raking out joints on exposed faces and watering complete.(Up to Plinth)
29 Providing Autoclave Aerated Cellular Concrete block masonry of 200mm thick having block
size 625x200x150mm in cement mortar 1:6 in Superstructure of external & internal walls
including bailing out water manually, striking joints on exposed faces and watering complete.
30 Providing Autoclave Aerated Cellular Concrete block masonry of 150mm thick having block
size 625x200x150mm in cement mortar 1:6 in Superstructure of external & internal walls
including bailing out water manually, striking joints on exposed faces and watering complete.
Note for AAC Block Work & Brick work:
1. The masonry should be done in proper line, level and plumb, which shall be verified with
respect to flooring tile joints, otherwise the defective masonry shall be dismantled at any
stage, even after painting. Density of AAC Block – 551 to 650 Kg/Sq.mt & Crushing
strength – 30Kg/Sq.mt.
2. Bricks/AAC Block should be soaked in water before using in masonry.
3. Joints of AAC Block masonry shall be done by chemical paste / mortar.
STONE WORK
31 Providing uncoursed rubble masonry of trap / granite / quartzite / gneiss stones in cement
mortar 1:6 in foundations and plinth of inner walls / in plinth of external walls including
bailing-out water manually, striking joints on unexposed faces and watering complete.
32 Providing uncoursed rubble masonry of trap / granite / quartzite / gneiss stones in cement
mortar 1:6 in superstructure with pointing work including raking out joints when plastering is
to be done / striking joints when no plastering is to be done watering and scaffolding etc
complete.
Note for Stone work:
1. Header Stretcher stones shall be provided at 1.80 m horizontally and vertically. Header
stones in each course shall be staggered, so that each will be near about the middle of the
two in the course below and above.
2. Header stones placed in masonry shall be marked with oil paint on face to identify them
after completion of masonry.
WATERPROOFING WORK
33 Providing membrane-waterproofing technology with APP / SBS membrane of 4mm to
3mm thick to terrace with waterproof IPS of 75mm thickness over the membrane to maintain
the slop to drain out rainwater from the terrace etc., covering 7 years guarantee on Court Fee
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 48
Stamp paper of Rs.100/- including ponding test etc. complete.
34 Providing membrane-waterproofing technology with APP / SBS membrane of 4mm to
3mm thick to floors and sanitary blocks along with India water proofing or alike consisting of
one layer of B.B. coba of 5 cm to 7.5 cm thick in cement mortar 1:2 sandwiched between two
layers of cement mortar 1:4, 20 mm thick mixed with water proofing compound, top finishing
coat of cement slurry 6 to 12 mm thick with water proofing compound etc. complete with 32
mm dia. PVC pressure relief pipe of adequate length including waterproofing treatment to 30
cm height of wall in cement mortar 1:4 and covering 7 years guarantee on court fee stamp of
Rs.100 with ponding test including all lead, lift etc. complete.
35 Providing water proof bedding for flooring of Bath and WC 25 mm thick in C.M.1:3
including using 1 kg of water proof compound per bag of cement with 7 years guarantee on
court fee stamp of Rs. 100 / - with ponding test including leveling, curing etc. complete.
36 Providing water proofing treatment using polymerized water proofing compound to the virgin
slab in 3 coats including material and labour etc. with 7 years guarantee on court fee stamp of
Rs.100 / - with ponding test including leveling, curing etc. complete.
Note : Waterproofing work at specified locations:
1. Levels of waterproofing, as per the locations of rainwater pipes – ridges – valleys shown
in architectural drawing, shall be marked on parapet walls. Work shall commence only
after checking of levels and approval of Architect cum PMC.
2. All water proofing work shall be tested by ponding and filling with water. If any leakages
noticed then it shall be rectified immediately by injection grouting by the contractor at his
own cost. Any other damage caused by such leakage shall also be rectified by the
contractor at his own cost.
3. The water proofing work shall be 100% water proof, leak proof & damp proof.
4. Minimum thickness of W.C. Bath room/toilet & terraces is considered as 150mm thick.
Considering thickness and grade of concrete leakages through slab should not be
observed. Contractor is fully responsible for leakage, seepage or dampness of whatever
nature.
37 Providing and fixing 20 to 25 millimeter thick rough shahabad single layer box type water
proofing treatment to vertical outside faces of Reinforced Cement Concrete walls of basements
/ underground floors including filling the gap of 25 millimeter between rough shahabad and
Reinforced Cement Concrete wall with cement grout mixed with water proofing liquid
Algiproof or alike with one tile lift method, brushing the joints horizontally with cement slurry
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 49
mixed with water proofing liquid for width 30 to 35 millimeter and sloping coping over
topmost tile with cement mortar 1:3, butting the bottom most with cement concrete 1:2:4 mixed
with water proofing liquid, curing, with 7 years guarantee on court fee stamp of Rs.100 / - with
ponding test etc. complete. (For underground water tank)
PLASTERING AND POINTING
38 Providing internal cement plaster 6mm thick in a single coat in cement mortar 1:4 without
neeru finish to concrete surface in all positions including scaffolding, providing groove at joint
of Brick Masonry and concrete members if necessary, curing etc. complete.
Note:
1. For ceiling
39 Providing internal cement plaster 12mm thick in single coat in cement mortar 1:5 without
neeru finish to concrete or brick surfaces, in all positions including scaffolding, providing
groove at joint of Burnt Brick Masonry and concrete members if necessary, curing etc.
complete.
Note:
1. For internal walls of w.c. & bath.
40 Providing to the ceiling, finishing of white cement based hard putty like Wallcare putty,
snowcem putty or alike in 2 coats with a total maximum thickness upto 1.50 mm so as to bring
the surface to a perfect line and level, including rubbing, removing loose material, sand
papering of the surface to be finished, all material, labour, tools, plants, scaffolding, curing as
per the manufacturer's specifications etc. complete.
Note:
1. For ceiling & internal walls.
41 Providing in line and level, Gypsum plaster of 10 mm thick, in single coat to internal wall and
ceiling surfaces in all positions including scaffolding etc. complete.
Note : 1. All rooms except w.c. & bathroom and kitchen dado.
42 Providing sand faced plaster externally in cement mortar using Kharsalia / Kasaba or similar
type of sand, in all positions including base coat of 15mm thick in C.M. 1:4 using
waterproofing compound at 1kg.per cement bag, curing the same for not less than 3 days and
keeping the surface of the base coat rough to receive the sand faced treatment 6 to 8mm thick
in C.M. 1:4, finishing the surface by taking out grains and curing for fourteen days, scaffolding
etc. complete.
43 Providing tuck pointing with cement mortar 1:3 for stone masonry work including scaffolding
and curing etc complete.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 50
Providing and fixing about 30cm width chicken mesh of 22 gauge of approved quality over
joints of R.C.C. member and brick wall including fixing of mesh, necessary nailing, drilling,
tying etc. complete.
44
Note for all Plastering work: 1. The plastering work shall include necessary hacking of RCC surfaces, racking out masonry joints, applying chemical adhesive coat on concrete surfaces for proper bond and applying scratch coat of plaster. 2. Sand plaster shall be cured for 14 days by wet curing. During this period, plaster shall be protected from exposure to extremes of temperature and weather. 3. All Internal and External plaster surfaces should be in line, level and plumb, it should be confirmed by Technical instruments. 4. Plaster surface shall be 100 percent crack free, if Gypsum plaster is done over sand face plaster. 5. The external surface of wall, edges, corners, fins shall be perfectly in line and level before painting work. 6. The defective plaster work will be rejected even after completion of painting work.
FLOORING AND DADO
KOTAH STONE
45 Providing and fixing in required positions, flooring of polished Kotah stone slabs 25mm to
30mm thick and of required width on 1:2 lime plaster / 1:4 cement plaster including cement
float, filling joints with cements slurry, curing, rubbing, polishing and cleaning etc complete.
Note: 1. For midlandings in staircases, passages, security cabin, pump house, electric
panel/meter room.
46 Providing and fixing in required positions, dado & skirting of polished Kotah stone slabs
25mm to 30mm thick and of required width on 1:2 lime plaster / 1:4 cement plaster including
cement float, filling joints with cements slurry, curing, rubbing, polishing and cleaning etc
complete.
Note: 1. For passages, security cabin, Elect panel/ meter room, Pump house, midlandings and
in staircases.
47 Providing and laying polished Kotah stone slabs 20 to 25 mm thick for treads and risers of
steps and staircases, with rounded nosing for the treads on a bed of 1:4 cement mortar
including cement float, filling joints with neat cement slurry, curing, polishing and cleaning etc
complete.
Note:1. For staircases of building, courtyard steps.
ROCK FINISH PAVER TILES
48 Providing and fixing 328mm x 328mm x 28mm thick factory made hydraulically compressed
mechanically vibrated and compacted precast rubber molded with laquor finish rock paver
tiles of concrete of approved size and shape as specified including necessary excavation in all
strata, spreading blind edge of fine sand over the prepared bed compacting blocks by plate
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 51
vibration and finishing etc complete. For plinth protection & front portion of building.
Note : 1) For plinth protection & front portion of building.
VITRIFIED TILES
49 Providing and fixing antiskid Glazed / rustic vitrified tiles of approved quality 605 mm x 605
mm or 600 mm x 600 mm, 10mm thick for flooring in required position laid on a bed of 1:4
cement mortar, including cement float, filling joints with white/ coloured cement slurry,
cleaning, curing etc complete.
Note: 1. In all rooms, Lobby.
50 Providing and laying Glazed / Digital vitrified tiles tiles of approved quality and size 600 x
600 x 7 mm thick for dado and skirting in required position, in one colours, as per design
pattern and drawing, with readymade adhesive mortar of approved quality on plaster of 1:2
cement mortar including joint filling with white / colour cement slurry, cleaning, curing etc
complete.
Note: 1. For dado all room & lobby.
51 Providing and fixing antiskid Glazed / rustic Ceramic tiles of approved quality 605 mm x 605
mm or 600 mm x 600 mm, 10mm thick for flooring in required position laid on a bed of 1:4
cement mortar, including cement float, filling joints with white/ coloured cement slurry,
cleaning, curing etc complete.
Note:
1. In Dry Balcony & all toilet.
52 Providing and fixing Glazed Ceramic tiles of approved quality and size 300 x 600 x 7 mm
thick for dado and skirting in required position, in one colours, as per design pattern and
drawing, with readymade adhesive mortar of approved quality on plaster of 1:2 cement mortar
including joint filling with white / colour cement slurry, cleaning, curing etc complete.
Note: In all toilet & above & 3side walls of kitchen platform.
GRANITE
53 Providing and fixing in required polished Granite of approved colour stone skirting or dado of
16mm to 20mm thick and of required width on 1:4 cement plaster including cement float,
filling joints with same coloured cement slurry, curing, rubbing, and cleaning etc complete.
Note: 1. For entrance steps skirting.
54 Providing and laying polished Granite stone slab of approved colour and 16mm to 20mm thick
for treads and risers of steps and staircases, with rounded nosing for the treads on a bed of 1:4
cement mortar including cement float, filling joints with neat cement slurry, curing, and
cleaning etc complete.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 52
Note:
1. For entrance steps.
2. Granite shall be in one piece.
55 Providing sills of polished Granite of approved colour stone and 16mm to 20mm thick of
approved quality vein and colour with machine polished surface on a bed of Cement Mortar 1:4
including neat cement float filling joints with neat cement slurry to match the colour of the
slabs curing, rounding edges and cleaning etc. complete.
Note:
1. For all windows, ventilators - sills and jambs. (Sandwich type sill as specified in drawing
and plain jambs and top.)
56 Providing 16 to 20 mm thick partitions of both sides polished Granite stone slabs of approved
shapes, quality and colour for urinals, including cutting holes of required size in the appropriate
places to receive pipes etc., fixing in cement mortar 1.3 curing and cleaning etc. complete.
Note:
1. For urinal partitions in toilet blocks. (Locations and sizes as specified in drawing of
Gymnasium)
2. Type of granite – Pearl black.
3. Note for all Flooring and Dado work:
1. Tiles used to be Fully Homogeneous Decorative Tiles having water absorption less than
0.05% and of approved make.
2. Size of stone for Treads and risers shall be as per drawing and treads to have 3 Nos. 6 mm X
3 mm grooves on top at front or as detailed in drawing
3. The staircase sides shall have slopping skirting 100 mm high in perpendicular from top of
nosing in inclined profile parallel to the staircase waist slab as detailed in drawing or as
directed by the Architect cum PMC / Client.
4. The dado tiles shall be fixed as per arrow marked on back side of tiles.
5. The joints of tiles shall be in continuous form in all rooms & passage etc.
6. The groove shall be provided at the top of skirting tiles in all rooms.
PAINTING
INTERNAL PAINTING 57 Providing and applying primer coat for internal wall surfaces and ceilings including
scaffolding etc. complete. Note: 1. For priming coat prior to application of OBD on ceilings and Plastic emulsion paint to internal walls.
58 Providing and applying washable oil-bound distemper of approved colour and shade to old
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 53
and new surfaces in two coats including scaffolding, preparing the surfaces etc complete. Note: 1. For all ceilings in building.
59 Providing and applying plastic emulsion paint of approved quality, colour and shade to old and new surfaces in two coats including scaffolding, preparing the surfaces etc complete. Note: 1. For all walls in building.
60 Providing and applying Priming coat over new wood and wood based surfaces, including
preparing the surfaces by thoroughly cleaning oil, grease, dirt and other foreign matter, sand
papering and knotting, scaffolding etc complete.
Note: 1. Priming coat prior to application of synthetic enamel paint to wood/wood based surfaces.
61 Providing and applying Priming coat over new steel and other metal surfaces, including
preparing the surfaces by thoroughly cleaning oil, grease, dirt and other foreign matter, sand
papering and knotting, scaffolding etc complete.
Note: 1. Priming coat prior to application of synthetic enamel paint to steel or other metal
surfaces.
62 Providing and applying two coats of synthetic enamel paint of approved colour to new / old
structural steel work and wood work in buildings, including scaffolding if necessary, cleaning
and preparing the surface complete.
63 Providing and applying melamine polish of required finish to the wood work by spray
machine including knotting and preparing the even surface by scrapping, applying French
polishing scaffolding if necessary, cleaning etc. complete.
Note:- 1. Main entrance door Frame.
EXTERNAL PAINTING
64 Providing and applying two coats of polymer based external paint of standard manufacture
like Apex from Asian Paints, Excel from Nerolac paints of approved colour to the plastered
surfaces including primer coat, scaffolding if necessary, cleaning and preparing the surface etc.
for specified buildings complete.
Note:
1. Primer of same manufacturer shall be applied with manufacturer’s specifications.
2. 5 years warranty regarding antifungal property and overall performance of paint shall
be submitted.
3. Maintain register regarding date of manufacturing of paint.
DOOR WINDOWS (FRAMES AND SHUTTERS)
DOORS
65 Providing and fixing Country teak wood frame of required section for second class doors,
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 54
windows / with /without ventilators, with/ without fan light and clear storey window including
all moulding, chamfering, rounding, and abauting holdfasts and finishing with one coat of
primer etc. complete.
1. For Main entrance Door frame.
66 Providing and fixing Concrete frame of various sizes for doors / without / with ventilator
windows with ventilator / fanlight and clear storey window including all mouldings,
champering, rounding, finishing with colour and rebating holdfast etc. complete.
67 Providing and fixing Decorative type of exterior grade including French polishing / waxing
solid core flush door in single leaf 35 mm thick as per detailed drawing approved face 1.50
mm thick lamination on both faces with / without glazing and venetians in the positions shown
on the drawings or as directed, all necessary beads, mouldings and lipping, chromium plated
fixtures and fastenings on both sides and finishing complete.
Note :
1. Laminate sheet shall be in one colour as approved by Client.
2. Fixtures & fastening should be as per ironmongery specified in drawings.
3. Provide peep hole & safety chain to main entrance shutter.
68 Providing and fixing fibre glass reinforced polymer door (FRP Door) shutter 35mm thick
confirming to I.S. 4020 ( 1 to 7 )1994 without ventilator including stainless steel fixtures
fastening etc. complete.
Note:
1. For WC – Bath – toilet blocks.
2. Fixures & fastening should be as per ironmongery specified in drawing.
69 Providing and fixing collapsible steel gates in two leaves, with channel pickets, pivoted flat
bars, including top and bottom guides, rollers, stoppers, handles, all fitting accessories, locking
arrangement and one coat of red lead primer etc. complete.
WINDOWS
70 Providing and fixing in position Alluminium sliding/fixed windows / ventilators of
various sizes with colour etc. complete
71 Supplying and fixing in position Colour Aluminium windows with glass etc. complete.
IRON WORK
72 Providing and fixing mild steel grill work weighing 15 to 16 kg / sqm. for windows, ventilators
etc. as per drawing including fixtures, necessary welding & painting with one coats of red
oxide / zinc oxide / anti corrosive paint & two coats of oil painting etc. complete.
Note:
1. As a protection grills to windows from external side.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 55
2. The MS grill shall be prepared as per design and drawing and the weight shall be 15 to 16
kg/ sqm. The section of MS grill will be changed after verification of weight at the time of
approval of grill at site.
73 Providing, fabricating and fixing in pardi of staircase, hand rail of Mild Steel pipe of 40mm dia
fixed in pardi with clamps as per drawings made of 25mm dia Stainless Steel pipe and vesicles
supports 16 mm spare bar as per drawing.
Note:
1. For staircase railings.
74 Providing, fabricating and fixing in pardi of balcony, hand rail of Mild Steel pipe of 40mm dia
fixed in pardi with clamps as per drawings made of 25mm dia M. S. pipe & verticle supports of
16 mm spare bar as per drawing.
Note:
1. For balcony railings.
DRAINAGE LINES (BUILDING & UNDERGROUND)
75 Providing and laying concrete pipes of I.S. NP.2 class in proper line, level and slopes including
necessary collars, excavation, laying, fixing with collars in cement mortar 1:1 and refilling the
trench complete.
225 mm dia. (Sewer line)
76 Providing and fixing 110mm dia UPVC soil/vent/ waste SWR pipe/Rain water pipe of required
dia conforming to IS 13592 and IS 4985 to with stand 2.5kg/cm² including necessary fixtures
and fittings such as bends, tees, single junction, double and joining with rubber and lubricants
on wall by means of clips including testing etc complete.
Note:
1. Vertical drainage pipes of Buildings including rain water pipes.
2. Pipes shall be supported on MS clamps and shall be away from wall surface by 50 mm.
3. SWR UPVC Pipe Make -Prince / Supreme / Finolex or equivalent. 6KG/CM²
77 Providing, laying & fixing in position 110mm dia PVC Perforated pipe of approved make
and quality with necessary specials required such as bends, tees, junction, double junction ,
P.C.C. 1:4:8 of 0.10m thickness as bed for pipeline & wraping the pipe with netlon mosquito
net & refilling the earth etc. complete. (For lawn area)
78 Providing, laying & fixing in position 160mm dia PVC Perforated pipe of approved make
and quality with necessary specials required such as bends, tees, junction, double junction ,
P.C.C. 1:4:8 of 0.10m thickness as bed for pipeline & wraping the pipe with netlon mosquito
net & refilling the earth etc complete. (For lawn area)
79 Providing & constructing brick Masonry inspection chamber 60cm x 45cm and 90cm x 45cm
including 1:4:8 cement concrete foundation 1:2:4 cement concrete channel half round G.S.W.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 56
pipe brick masonry plastering from inside and airtight 100mm thick RCC cover etc complete
80 Providing & Constructing Brick Masonry Inspection Chamber of clear internal size 90 x 60 cm
including 1:4:8 cement concrete foundation 1: 2: 4 cement concrete channels half round
G.S.W. pipes Brick Masonry, Plastering, from inside && up to150mm below G.L. to top of
chamber on outer side with air tight 100mm thick R.C.C. Cover& frame etc. Complete.
81 Making 150 dia bore in all type of strata with Hard core, including transporting of Machinery
& Platform etc. complete.
Rain water harvesting depth = 50 mts.
3.2 PLUMBING WORK
SANITARY FITTING WORK
82 Providing & fixing in position European type White glazed earthen ware Wall Hung type
water closet, Back inlet, 'P' trap C. I. bracket with C.P. bolt, matching seat cover & fixing
concealed type C.P. flush valve with 32mm size control cock & required length operating
lever assembly & connecting its outlet to the W.C. pan etc. complete.
Note :
1. For all toilets in building.
2. Wall Hung W.C. Make - Parryware cat no. C0207, C8140, C8015 or equivalent.
Flush Valve Make - Jaguar cat no .1015 or equivalent.
83 Providing & Fixing in position White glazed earthen-ware Table top ‘Oval Wash hand
basin’ of size 550mm x 450mm, laid on Granite platform as required, connecting it’s outlet
with bottle trap, C. P. waste coupling to drain line, with fixing C. P. Longneck Pillar Cock,
Angle cock with wall flange and C.P. connection etc. complete.
Note :
1. For common toilets and officers’ toilets in building.
2. WashBasin Make - Parryware cat no.418 or equivalent.
Pillar cock Make - Jaquar cat no. 5011 or equivalent.
Angle Cock Make - Jaquar cat no.5053 or equivalent.
84 Providing & Fixing in position white glazed earthen-ware Flat Back Wash hand basin’ of
size 550mm x 400mm, fixed on wall as required, connecting it’s outlet with C.P.waste
coupling to drain line, with bottle trap, fixing C.P.Longneck Pillar Cock, Angle cock with wall
flange and C.P. connection etc. complete.
Note :
1. Except common toilets and officers’ toilets in building.
2. WashBasin Make - Parryware cat no.404 or equivalent.
Pillar cock Make - Jaquar cat no. 5011 or equivalent.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 57
Angle Cock Make - Jaquar cat no.5053 or equivalent.
85 Providing & fixing in position white glazed earthen-ware full stall Urinal size 645 x 410 x
425 with, fixed on wall with Concled stop cock, support of wall hangers, bottle trap, waste
coupling & connecting the outlet with P.V.C. pipe up to drain line etc. complete.
Note :
1. In common toilet blocks.
2. Flat Back Urinal Make- Parryware cat no. 8097 / 98. or equivalent.
Concled Stop cock to be Of Make - Jaquar cat no. 5089 or equivalent.
C.P. FIXTURES FITTING WORK
86 Providing & fixing in position Health Faucet complete with.½” Dia. angle cock etc.
complete.
Note :1. Make: Jaquar cat no. :773 or equivalent.
87 Providing & fixing in position 15mm dia C.P. Bib Cock with wall flange etc. complete
Note :1. Make: Jaquar cat no. :5037 or equivalent.
88 Providing & fixing in position C.P. Wall Mixer with 115mm long bend pipe & wall flange
complete with Over-Head shower & shower Arm etc. complete.
Note :1.In toilet block of C.P. / S.P chamber etc.
Wall Mixer Make - Jaquar Cat no.5273 or equivalent.
O.H. shower - 1989, shower arm -477or equivalent.
89 Providing & fixing Chromium plated towel rod 600mm long with all necessary specials
required etc. complete.
Note :1. In toilet block of C.P. / S.P chamber etc.
Make: Jaquar cat no. :1111 N or equivalent.
90 Providing & fixing in position S.S. Sink of size 24" x 18" x 8” without drain board, with S.S.
waste coupling complete. & connecting it’s outlet to drain line etc. complete.
Note: 1. Make: Nirali. or equivalent.
91 Providing & fixing in position C.P.Swan Neck Sink Cock with regular swinging spout with
flange (wall / table mount model) etc. complete.
Note :
1. Make: Jaquar cat no. :5309 or equivalent.
92 Providing & fixing in position 15mm dia C.P.Angle Cock with wall flange etc. complete.
Note :
1. Make: Jaquar cat no. :5053or equivalent.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 58
INTERNAL WATER SUPPLY
93 Providing & fixing in position CPVC pipe with all fittings like bends, tees, elbows, union etc.
&concealing the pipes in the wall under the floor, below the ground with excavation up to 1m
deep, also including making chases in the wall, fixing with CPVC Fitting &reinstating the
wall surface etc. complete.
15 mm dia
20 mm dia
25 mm dia
32 mm dia
40 mm dia
50 mm dia
Note:
1. CPVC Pipe & Fittings Make – Suprim / Jain / Finolex / ASTRAL . or equivalent.
2. CPVC Pipe & Fittings upto 50mm dia size should be of grade SDR - 11.
3. CPVC Pipe & Fittings above 50mm dia should be of SCH. 40
94 Providing & fixing in position tested heavy quality Ball valve with necessary specials required
etc. complete.
20mm Dia Ball Valve
25mm Dia Ball Valve
40mm Dia Ball Valve
50mm Dia Butterfly Valve
Note: 1. Ball Valve Make -Zolto / Leader or equivalent.
2. Butterfly Valve Make - Audco or equivalent.
3. Ball cock - Make – Prayag or equivalent.
95 Providing & fixing in position tested heavy duty Strainer complete with necessary specials
required etc. complete.
50 m dia
Note: 1. Stainers Make - I – tap or equivalent.
INTERNAL SEWERAGE SYSTEM
96 Providing & Fixing ultra violet stabilised UPVC plumbing pipes of specified outer diameter of
required standard thickness conforming to IS: 4985:2000 including necessary fitting
conforming to IS:7834:1987 such as PVC bends, tees, reducers, clamps, plugs etc. including
necessary excavation drilling holes in wall, slabs etc and making good the surface etc
complete.
100mm dia.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 59
50mm dia.
40mm dia
Note: 1. SWR UPVC Pipe Make -Jain / Supreme / Finolex or equivalent. IS:13592
. 2. For concealed drainage in toilet.
97 Providing & fixing PVC long Arm Nanahi Trap complete with necessary specials required.
Fixing best quality S.S. grating on the top.
10 cm Long Arm Nahani Trap / PVC 'P' Trap
Note: 1. Trap Make -Jain / Supreme / Finolex or equivalent. IS:13592
. 2. For toilet & kitchen sink.
STORM WATER DRAIN & CD WORK
a) Cross Drainage Work
98 Excavation for foundation for individual footing/mass excavation in earth, soil of all types,
sand, gravel and soft/ hard murum, soft/ hard rock by blasting/ chiseling including removing
the excavated material up to a distance of 50 m. beyond the building area & stacking and
spreading as directed, dewatering, preparing the bed for the foundation and necessary
backfilling, ramming, watering including shoring and strutting etc. complete.
With lift up to 1.5 m
99 Providing dry trap / granite / quartzite / gneiss rubble stone soling 15 cm to 20 cm thick
including hand packing and compacting complete.
100 Providing cast in situ block of M-15 / 1:2:4 cement concrete with circular or other shaped
opening for waterway including necessary formwork, compaction, finishing & curing etc.
complete.(For craddle)
101 Providing and laying concrete pipes of I. S. NP. 2 class in proper line, level & slopes including
necessary collars, excavation, laying, fixing with collars in cement mortar 1:1 and refilling the
trench complete.
600 mm dia
102
Providing selected murum (having PI < 6) filling including laying in layers of 15 cm to 20 cm
watering & compacting etc. complete. ( Including Royalty Charges)
103 Providing PRECAST M-20 RCC perforated slabs over the spans of Cross Drainage work and
storm water drains as per drawings including reinforcement, conveyance, fixing in C. M. 1:3
and curing, finishing complete.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 60
a) Storm Water Drain & External Sewarage System
104
Excavation for foundation for individual footing/mass excavation in earth, soil of all types,
sand, gravel and soft/ hard murum, soft/ hard rock by blasting/ chiseling including removing
the excavated material up to a distance of 50 m. beyond the building area & stacking and
spreading as directed, dewatering, preparing the bed for the foundation and necessary
backfilling, ramming, watering including shoring and strutting etc. complete.
With lift up to 1.5 m
105 Providing dry trap / granite / quartzite / gneiss rubble stone soling 15 cm to 20 cm thick
including hand packing and compacting complete.
106 Providing and laying in situ, cement concrete M-15 / 1:2:4 of trap / granite / quartzite / gneiss
metal for foundation and bedding including bailing-out water manually, formwork,
compacting, covering newly laid concrete by gunny bag, plastic or tarpaulin, curing etc.
complete.
107 Providing Brick masonry in cement mortar 1:6 using Fly ash bricks in foundations and plinth
of inner walls / in plinth of external walls including bailing-out water manually, striking joints
on unexposed faces, raking out joints on exposed faces and watering complete.(Up to Plinth)
108 Providing selected murum (having PI < 6) filling including laying in layers of 15 cm to 20 cm
watering & compacting etc. complete. ( Including Royalty Charges)
106 Providing PRECAST M-20 RCC perforated slabs over the spans of Cross Drainage work and
storm water drains as per drawings including reinforcement, conveyance, fixing in C. M. 1:3
and curing, finishing complete.
107
Providing internal cement plaster 12mm thick in single coat in cement mortar 1:5 without
neeru finish to concrete or brick surfaces, in all positions including scaffolding, providing
groove at joint of Burnt Brick Masonry and concrete members if necessary, curing etc.
complete.
108
Providing and fixing UPVC soil / vent / waste SWR pipe of 110 mm diameter confirming to
IS: 13592: 1992 and IS: 4985: 2000 to withstand continuous internal hydraulic pressure of
4kg/cm² including necessary fixtures and fittings, such as bends, tees, single junctions, double
junctions and jointing with rubber rings and lubricants, on wall by means of clips including
testing etc. complete.
Note:
1. Pipes shall be supported on MS clamps and shall be away from wall surface by 50 mm.
SWR UPVC Pipe Make -Jain / Supreme / Finolex IS: 13592 or equivalent.
109 Providing & Constructing Brick Masonry Inspection Chamber of clear internal size 90 x 45
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 61
cm including 1:4:8 cement concrete foundation 1: 2: 4 cement concrete channels half round
G.S.W. pipes Brick Masonry, Plastering, from inside && up to150mm below G.L. to top of
chamber on outer side with air tight 75mm thick R.C.C. Cover& frame etc. Complete
110 Providing & constructing brick Masonry inspection chamber 60cm x 45cm including 1:4:8
cement concrete foundation 1:2:4 cement concrete channel half round G.S.W. pipe brick
masonry plastering from inside and airtight 75mm thick RCC cover etc complete
111 Providing and laying concrete pipes of I.S. NP.2 class in proper line, level and slopes
including necessary collars, excavation, laying, fixing with collars in cement mortar 1:1 and
refilling the trench etc complete.
225 mm dia., 450mm dia, & 600mm dia.
EXTERNAL WATER SUPPLY
112
Providing and laying in trenches medium grade (type) galvanised iron pipe having embossed
ISI Mark on it, of required diameter with screwed, sockets, joints, necessary galvanised iron
fittings such as sockets, back nuts, elbows, bends, tees, reducers, enlargers, plugs, clamps etc.
including necessary excavation, back filling, fixing with clamps, testing etc. complete.
25mm dia
32mm dia
40mm dia
50mm dia
100mm dia
Note :-
1. Pipes should be fitted properly as instructed by the Consultant & should be tested for
leakages at a pressure of 10 bar for 1 hour before concealing the pipes.
113 Providing and laying in trenches medium grade (type) D. I. pipe having embossed ISI Mark on
it, of required diameter with screwed, sockets, joints, necessary galvanised iron fittings such as
sockets, back nuts, elbows, bends, tees, reducers, enlargers, plugs, clamps etc. including
necessary excavation, back filling, fixing with clamps, testing etc. complete.
100mm dia
Note :-
1. Pipes should be fitted properly as instructed by the Consultant & should be tested for
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 62
leakages at a pressure of 10 bar for 1 hour before concealing the pipes.
2. For water connection from Muncipal pipe line.
114 Providing & fixing in position tested heavy quality 100mm dia Ball valve with necessary
specials required etc. complete.
Note: 1. Ball Valve Make -Zolto / Leader or equivalent.
115 Providing & fixing in position tested 100mm dia heavy duty Strainer complete with
necessary specials required etc. complete.
Note: 1. Stainers Make - I - tap. or equivalent.
116 Providing & fixing 100mm dia water meter with non return valve with water meter chamber
100xm x 50cm size of brick work in cement concrete 1:4:8 15cm thick with necessary
excavation in all strata 20mm cement plaster 1:3 proportion cast iron frame & cover and
locking arrangement with M.S. flat and locking including three coats of oil paint of approved
quality to cast iron frame & cover and strainer, testing etc complete.
Note:
1. Water meter Should be of Make - Capstan. or equivalent.
117 Providing & fixing in position 2.00 HP open Well submersible Pump with NRV, Ball valve,
proper foundation & connecting its suction & delivery ports to the respective pipe line etc.
complete.
Note:
1. Open well submersible pump Should be of Make - Crompton / Kirloskar or equivalent.
118 Providing and fixing 40mm dia Ball cock of medium type with PVC float including socket &
necessary fittings and tested as per municipal requirement etc all complete
Note:
1. Ball cock to be of Make – Kohinoor or equivalent.
119 Making connection from Existing Water supply line including necessary excavation & making
good the same including cutting, boring and taping the Existing line by providing and
installing ferrule/Tee connections with necessary fittings as required complete.
MISCELLANEOUS WORKS
120 Providing and constructing granite kitchen platform with fixing of stainless steel sink 600
mm x 450 mm size with bottle trap to outlet pipe as per detailed drawing including vertical
both side polished kadappah stone 25 to 30 mm thick supports with kadappah top 35 to 40
mm thick and polished granite 16 to 20 mm top with side strips of granite at front and both
sides of platform raised with two vertical granite supports 15 cm height and top granite of 75
x 40 cm including cutting, opening for sink of required size in kadappah as well as granite
etc. complete.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 63
UNDERGROUND WATER TANK WITH PUMP HOUSE
121 Excavation for foundation in earth, soil of all types, sand, gravel and soft/ hard murum, soft/
hard rock by blasting/ chiseling including removing the excavated material up to a distance of
50 m. beyond the building area & stacking and spreading as directed, dewatering, preparing
the bed for the foundation and necessary backfilling, ramming, watering including shoring and
strutting etc. complete.
With lift up to 2.50 m 122 Filling in plinth and floors with approved excavated materials in 15 cm to 20 cm layers
including watering and compaction etc complete. 123 Providing dry trap / granite / quartzite / gneiss rubble stone soling 15 cm to 20 cm thick
including hand packing and compacting complete.
124 Providing and laying in situ, cement concrete M-15 / 1:2:4 of trap / granite / quartzite / Basalt
/gneiss metal for foundation and bedding including bailing-out water manually, formwork,
compacting, covering newly laid concrete by gunny bag, plastic or tarpaulin, curing etc.
complete.
125 Providing and laying in situ cement concrete of M-20 grade of trap / granite / quartzite / gneiss
metal for R.C.C. work in foundations like raft, grillages, strips, foundations and footings of
R.C.C. columns and steel stanchions including bailing-out water manually, formwork,
compacting, covering newly laid concrete by gunny bag, plastic or tarpaulin, curing and
roughening the surface if special finish is to be provided etc complete.
126 Providing and casting in situ cement concrete of M-20 grade of trap granite / quartzite / gneiss
metal for R.C.C. pardi upto 150mm thickness as per detailed designs and drawings or as
directed including centering, formwork of steel, compaction, covering newly laid concrete by
gunny bag, plastic or tarpaulin, curing etc. complete.
127 Providing and casting in situ cement concrete of M-20 grade of trap granite / quartzite / gneiss
metal for R.C.C. columns as per detailed designs and drawings or as directed including fixing
plastic cover block of required size at 1.5 meter C/C near the edge of each side and at the
center when the width is more than 75 cm. to reinforcement to give required clear cover
40mm to 65mm from all sides in R.C.C. Column, centering, formwork of plywood / steel,
compaction, covering newly laid concrete by gunny bag, plastic or tarpaulin, finishing the
formed surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and
even surface or roughening if special finish is to be provided and curing etc. complete.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 64
128 Providing and casting in situ cement concrete of M-30 grade of trap granite / quartzite / gneiss
metal for R.C.C. beams and lintels as per detailed designs and drawings or as directed
including placing in position plastic cover block of required size at 90 cm. C/C each main
bottom bars to stamping at sides to give required clear cover from all sides in R.C.C. Beam,
centering, formwork of plywood / steel, compaction, covering newly laid concrete by gunny
bag, plastic or tarpaulin, finishing the formed surface with cement mortar 1:3 of sufficient
minimum thickness to give a smooth and even surface or roughening if special finish is to be
provided and curing etc. complete.
129 Providing and fixing in position T.M.T. steel bar reinforcement of various diameters for
R.C.C. pile caps, footings, foundations, slabs, beams columns, canopies, staircase, newels,
chajjas, lintels pardis, copings, fins, arches etc. as per detailed designs, drawings and
schedules including cutting, bending, hooking the bars, binding with wires or tack welding
and supporting as required etc complete. 130 Providing water proofing treatment using polymerized water proofing compound to the water
tank, WC or toilet ducts in 3 coats including material and labour etc. with 7 years guarantee
on court fee stamp of Rs.100/- with ponding test including leveling, curing etc. complete.
Note : Waterproofing work at specified location:
1. Levels of waterproofing, as per the location of rainwater pipes – ridges – valleys shown in
architectural drawings, shall be marked on parapet walls. Work shall commence only
after checking of levels and approval of Architect cum PMC.
2. All water proofing work shall be tested by ponding and filling with water. If any leakages
noticed then it shall be rectified immediately by injection grouting by the contractor at his
own cost. Any other damage caused by such leakage shall also be rectified by the
contractor at his own cost.
3. The water proofing work shall be 100% water proof, leak proof & damp proof.
131 Providing and fixing 20 to 25 millimetre thick rough shahabad single layer box type water
proofing treatment to vertical outside faces of Reinforced Cement Concrete walls of
basements / underground floors including filling the gap of 25 millimetre between rough
shahabad and Reinforced Cement Concrete wall with cement grout mixed with water proofing
liquid Algiproof or alike with one tile lift method, brushing the joints horizontally with
cement slurry mixed with water proofing liquid for width 30 to 35 millimetre and sloping
coping over topmost tile with cement mortar 1:3, butting the bottom most with cement
concrete 1:2:4 mixed with water proofing liquid, curing, with 7 years guarantee on court fee
stamp of Rs.100 / - with ponding test etc. complete.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 65
132 Providing internal cement plaster 20mm thick in single coat in cement mortar 1:5 without
neeru finish to concrete or brick surfaces, in all positions including scaffolding, providing
groove at joint of Burnt Brick Masonry and concrete members if necessary, curing etc.
complete.
133 Providing Autoclave Aerated Cellular Concrete block masonry of 150mm thick having
block size 625x200x150mm in cement mortar 1:6 in Superstructure of external & internal
walls including bailing out water manually, striking joints on exposed faces and watering
complete.
134 Providing sand faced plaster externally in cement mortar using Kharsalia / Kasaba or similar
type of sand, in all positions including base coat of 15mm thick in C.M. 1:4 using
waterproofing compound at 1kg.per cement bag, curing the same for not less than 3 days and
keeping the surface of the base coat rough to receive the sand faced treatment 6 to 8mm thick
in C.M. 1:4, finishing the surface by taking out grains and curing for fourteen days,
scaffolding etc. complete.
135 Providing and fixing mild steel grill gate with angle iron frame 65 mm x 65 mm x 10 mm with
iron bars at 150 mm C/C and diagonal flats as per the detailed drawing including hinges, pivot
blocks locking arrangement welding, revetting with oil painting in three coats of approved
colour shade. (Weight of gate 35 kg/Sq.m.) 136
Providing and applying two coats of Polymer based external weathrproof & dustproof paint of
standard manufacturer like Apex, Ultima from Asian Paints weather shield from Dulux of
approved colour to the plastered surfaces including scaffolding, if necessary, cleaning and
preparing the surface for specified buildings complete.
OVERHEAD WATER TANK
137
Providing and casting in situ cement concrete of M-30 grade of trap granite / quartzite / gneiss
metal for R.C.C. slabs and landings as per detailed designs and drawings or as directed
including fixing plastic cover block of required size at 27 Nos in per 10Sqm to reinforcement
to give a clear cover of 15 mm in R.C.C. Slabs, fixing fan hook box of 100 mm diameter PVC
or MS material with required depth with holes or notches as required, bottom with 12 mm dia.
M.S. bar bent to shape with hooked ends for fan hook and painting to exposed surface,
centering, formwork of steel, compaction, covering newly laid concrete by gunny bag, plastic
or tarpaulin, curing etc. complete.
138 Providing and casting in situ cement concrete of M-30 grade of trap granite / quartzite / gneiss
metal for R.C.C. pardi upto 150mm thickness as per detailed designs and drawings or as
directed including centering, formwork of steel, compaction, covering newly laid concrete by
gunny bag, plastic or tarpaulin, curing etc. complete.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 66
139 Providing and fixing in position T.M.T. steel bar reinforcement of various diameters for
R.C.C. pile caps, footings, foundations, slabs, beams columns, canopies, staircase, newels,
chajjas, lintels pardis, copings, fins, arches etc. as per detailed designs, drawings and
schedules including cutting, bending, hooking the bars, binding with wires or tack welding
and supporting as required etc complete.
140 Providing water proofing treatment using polymerized water proofing compound to the water
tank, WC or toilet ducts in 3 coats including material and labour etc. with 7 years guarantee
on court fee stamp of Rs.100/- with ponding test including leveling, curing etc. complete.
Note : Waterproofing work at specified location:
1. Levels of waterproofing, as per the location of rainwater pipes – ridges – valleys shown
in architectural drawings, shall be marked on parapet walls. Work shall commence only
after checking of levels and approval of Architect cum PMC.
2. All water proofing work shall be tested by ponding and filling with water. If any
leakages noticed then it shall be rectified immediately by injection grouting by the
contractor at his own cost. Any other damage caused by such leakage shall also be
rectified by the contractor at his own cost.
3. The water proofing work shall be 100% water proof, leak proof & damp proof.
141 Providing sand faced plaster externally in cement mortar using Kharsalia / Kasaba or similar
type of sand, in all positions including base coat of 15mm thick in C.M. 1:4 using
waterproofing compound at 1kg.per cement bag, curing the same for not less than 3 days and
keeping the surface of the base coat rough to receive the sand faced treatment 6 to 8mm thick
in C.M. 1:4, finishing the surface by taking out grains and curing for fourteen days,
scaffolding etc. complete.
142 Providing and applying two coats of Polymer based external weathrproof & dustproof paint of
standard manufacturer like Apex, Ultima from Asian Paints weather shield from Dulux of
approved colour to the plastered surfaces including scaffolding, if necessary, cleaning and
preparing the surface for specified buildings complete. 144 Filling in plinth and floors with approved excavated materials in 15 cm to 20 cm layers
including watering and compaction etc complete. 145 Providing Brick masonry in cement mortar 1:6 using Fly ash bricks in foundations and plinth
of inner walls / in plinth of external walls including bailing-out water manually, striking joints
on unexposed faces, raking out joints on exposed faces and watering complete.(Up to Plinth)
146 Providing and casting in situ cement concrete of M-20 grade of trap granite / quartzite / gneiss
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 67
metal for R.C.C. beams and lintels as per detailed designs and drawings or as directed
including placing in position plastic cover block of required size at 90 cm. C/C each main
bottom bars to stamping at sides to give required clear cover from all sides in R.C.C. Beam,
centering, formwork of plywood / steel, compaction, covering newly laid concrete by gunny
bag, plastic or tarpaulin, finishing the formed surface with cement mortar 1:3 of sufficient
minimum thickness to give a smooth and even surface or roughening if special finish is to be
provided and curing etc. complete.
147 Providing and casting in situ cement concrete of M-20 grade of trap granite / quartzite / gneiss
metal for R.C.C. slabs and landings as per detailed designs and drawings or as directed
including fixing plastic cover block of required size at 27 Nos in per 10Sqm to reinforcement
to give a clear cover of 15 mm in R.C.C. Slabs, fixing fan hook box of 100 mm diameter PVC
or MS material with required depth with holes or notches as required, bottom with 12 mm dia.
M.S. bar bent to shape with hooked ends for fan hook and painting to exposed surface,
centering, formwork of steel, compaction, covering newly laid concrete by gunny bag, plastic
or tarpaulin, curing etc. complete.
148 Providing and fixing in position T.M.T. steel bar reinforcement of various diameters for
R.C.C. pile caps, footings, foundations, slabs, beams columns, canopies, staircase, newels,
chajjas, lintels pardis, copings, fins, arches etc. as per detailed designs, drawings and
schedules including cutting, bending, hooking the bars, binding with wires or tack welding
and supporting as required etc complete. 149 Providing internal cement plaster 20mm thick in single coat in cement mortar 1:5 without
neeru finish to concrete or brick surfaces, in all positions including scaffolding, providing
groove at joint of Burnt Brick Masonry and concrete members if necessary, curing etc.
complete.
150 Providing water proofing treatment using polymerized water proofing compound to the water
tank, WC or toilet ducts in 3 coats including material and labour etc. with 7 years guarantee
on court fee stamp of Rs.100/- with ponding test including leveling, curing etc. complete.
Note : Waterproofing work at specified location:
1. Levels of waterproofing, as per the location of rainwater pipes – ridges – valleys shown
in architectural drawings, shall be marked on parapet walls. Work shall commence only
after checking of levels and approval of Architect cum PMC.
2. All water proofing work shall be tested by ponding and filling with water. If any
leakages noticed then it shall be rectified immediately by injection grouting by the
contractor at his own cost. Any other damage caused by such leakage shall also be
rectified by the contractor at his own cost.
3. The water proofing work shall be 100% water proof, leak proof & damp proof.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 68
151 Providing and fixing 20 to 25 millimetre thick rough shahabad single layer box type water
proofing treatment to vertical outside faces of Reinforced Cement Concrete walls of
basements / underground floors including filling the gap of 25 millimetre between rough
shahabad and Reinforced Cement Concrete wall with cement grout mixed with water proofing
liquid Algiproof or alike with one tile lift method, brushing the joints horizontally with
cement slurry mixed with water proofing liquid for width 30 to 35 millimetre and sloping
coping over topmost tile with cement mortar 1:3, butting the bottom most with cement
concrete 1:2:4 mixed with water proofing liquid, curing, with 7 years guarantee on court fee
stamp of Rs.100 / - with ponding test etc. complete.
152 Providing internal cement plaster 20mm thick in single coat in cement mortar 1:5 without
neeru finish to concrete or brick surfaces, in all positions including scaffolding, providing
groove at joint of Burnt Brick Masonry and concrete members if necessary, curing etc.
complete.
3.3 COMPOUND WALL
EXTERNAL U.C.R. COMPOUND WALL
156
Excavation for foundation in earth, soil of all types, sand, gravel and soft/ hard murum, soft/
hard rock by blasting/ chiseling including removing the excavated material up to a distance of
50 m. beyond the building area & stacking and spreading as directed, dewatering, preparing
the bed for the foundation and necessary backfilling, ramming, watering including shoring and
strutting etc. complete.
With lift up to 2.50 m 157 Filling in plinth and floors with approved excavated materials in 15 cm to 20 cm layers
including watering and compaction etc complete. 158 Providing and laying in situ, cement concrete M-15 / 1:2:4 of trap / granite / quartzite / Basalt
/gneiss metal for foundation and bedding including bailing-out water manually, formwork,
compacting, covering newly laid concrete by gunny bag, plastic or tarpaulin, curing etc.
complete. 159 Providing uncoursed rubble masonry of trap/granite/quartzite/gneiss stones in cement mortar
1:6 in foundations and plinth of inner walls / in plinth of external walls including bailing out
water, striking joints on unexposed faces and watering complete. 160 Providing uncoursed rubble masonry of trap/granite/quartzite/gneiss stones in cement mortar
1:6 in super structure including racking out joints when plastering is to be done/striking joints
when no plastering is to be done watering and scaffolding. 161 Providing tuck pointing with cement mortor 1:3 for stone masonry including scaffolding and
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 69
curing etc complete. 162 Providing and casting in situ cement concrete of M-20 grade of trap granite / quartzite / gneiss
metal for R.C.C. coping to plinth or parapet and sills of doors and windows moulded as per
detailed designs and drawings or as directed including centering, formwork of steel,
compaction, covering newly laid concrete by gunny bag, plastic or tarpaulin, finishing the
formed surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and
even surface or roughening if special finish is to be provided and curing etc. complete. 163 Providing and fixing Barbed wire fencing 600 mm height to ‘Y shaped MS angle of 50 x 50 x
6 mm section placed at 3 mtr. Center to center and barbed wire at 150 mm center to center
vertically including fixing, fastening etc. complete.
Note :-
1) The ‘Y’ shaped angle block should be fixed concrete block of size 45 x 20 x 45 cm. 164 Providing and fixing mild steel grill gate with angle iron frame 65 mm x 65 mm x 10 mm with
iron bars at 150 mm C/C and diagonal flats as per the detailed drawing including hinges, pivot
blocks locking arrangement welding, revetting with oil painting in three coats of approved
colour shade. (Weight of gate 35 kg/Sq.m.) 165 Providing and applying two coats of Polymer based external weathrproof & dustproof paint of
standard manufacturer like Apex, Ultima from Asian Paints weather shield from Dulux of
approved colour to the plastered surfaces including scaffolding, if necessary, cleaning and
preparing the surface for specified buildings complete. 3.4 A) MAIN ENTRANCE GATE
166 Excavation for foundation in earth, soil of all types, sand, gravel and soft/ hard murum, soft/
hard rock by blasting/ chiseling including removing the excavated material up to a distance of
50 m. beyond the building area & stacking and spreading as directed, dewatering, preparing
the bed for the foundation and necessary backfilling, ramming, watering including shoring and
strutting etc. complete.
With lift up to 2.50 m 167 Filling in plinth and floors with approved excavated materials in 15 cm to 20 cm layers
including watering and compaction etc complete. 168 Providing and laying in situ, cement concrete M-15 / 1:2:4 of trap / granite / quartzite / Basalt
/gneiss metal for foundation and bedding including bailing-out water manually, formwork, compacting, covering newly laid concrete by gunny bag, plastic or tarpaulin, curing etc. complete.
169 Providing and laying in situ cement concrete of M-20 grade of trap / granite / quartzite / gneiss
metal for R.C.C. work in foundations like raft, grillages, strips, foundations and footings of
R.C.C. columns and steel stanchions including bailing-out water manually, formwork,
compacting, covering newly laid concrete by gunny bag, plastic or tarpaulin, curing and
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 70
roughening the surface if special finish is to be provided etc complete. 170 Providing and casting in situ cement concrete of M-20 grade of trap granite / quartzite / gneiss
metal for R.C.C. columns as per detailed designs and drawings or as directed including fixing
plastic cover block of required size at 1.5 meter C/C near the edge of each side and at the
center when the width is more than 75 cm. to reinforcement to give required clear cover 40mm
to 65mm from all sides in R.C.C. Column, centering, formwork of plywood / steel,
compaction, covering newly laid concrete by gunny bag, plastic or tarpaulin, finishing the
formed surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and
even surface or roughening if special finish is to be provided and curing etc. complete.
171 Providing and casting in situ cement concrete of M-20 grade of trap granite / quartzite / gneiss
metal for R.C.C. beams and lintels as per detailed designs and drawings or as directed
including placing in position plastic cover block of required size at 90 cm. C/C each main
bottom bars to stamping at sides to give required clear cover from all sides in R.C.C. Beam,
centering, formwork of plywood / steel, compaction, covering newly laid concrete by gunny
bag, plastic or tarpaulin, finishing the formed surface with cement mortar 1:3 of sufficient
minimum thickness to give a smooth and even surface or roughening if special finish is to be
provided and curing etc. complete.
172 Providing and casting in situ cement concrete M-20 of trap/granite/quartzite/gneiss metal for
R.C.C. slabs and landings as per detailed designs and including steel centering, plywood/steel
formwork, compaction, finishing uneven and honeycombed surface with 1:3 of sufficient
minimum thickness to give smooth and even surface or roughening the surface if special finish
is to be provided and curing etc. complete.
173 Providing and casting in situ cement concrete of M-20 grade of trap granite / quartzite / gneiss
metal for R.C.C. coping to plinth or parapet and sills of doors and windows moulded as per
detailed designs and drawings or as directed including centering, formwork of steel,
compaction, covering newly laid concrete by gunny bag, plastic or tarpaulin, finishing the
formed surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and
even surface or roughening if special finish is to be provided and curing etc. complete. 174 Providing and fixing in position T.M.T. steel bar reinforcement of various diameters for
R.C.C. pile caps, footings, foundations, slabs, beams columns, canopies, staircase, newels,
chajjas, lintels pardis, copings, fins, arches etc. as per detailed designs, drawings and
schedules including cutting, bending, hooking the bars, binding with wires or tack welding
and supporting as required etc complete. 175 Providing Autoclave Aerated Cellular Concrete block masonry of 150mm thick having block
size 625x200x150mm in cement mortar 1:6 in Superstructure of external & internal walls
including bailing out water manually, striking joints on exposed faces and watering complete.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 71
176 Providing sand faced plaster externally in cement mortar using Kharsalia / Kasaba or similar
type of sand, in all positions including base coat of 15mm thick in C.M. 1:4 using
waterproofing compound at 1kg.per cement bag, curing the same for not less than 3 days and
keeping the surface of the base coat rough to receive the sand faced treatment 6 to 8mm thick
in C.M. 1:4, finishing the surface by taking out grains and curing for fourteen days,
scaffolding etc. complete.
177 Providing and fixing mild steel grill gate with angle iron frame 65 mm x 65 mm x 10 mm with
iron bars at 150 mm C/C and diagonal flats as per the detailed drawing including hinges, pivot
blocks locking arrangement welding, revetting with oil painting in three coats of approved
colour shade. (Weight of gate 35 kg/Sq.m.) 179 Providing and applying two coats of Polymer based external weathrproof & dustproof paint of
standard manufacturer like Apex, Ultima from Asian Paints weather shield from Dulux of
approved colour to the plastered surfaces including scaffolding, if necessary, cleaning and
preparing the surface for specified buildings complete.
B) M.S. GATES
180 Excavation for foundation in earth, soil of all types, sand, gravel and soft/ hard murum, soft/
hard rock by blasting/ chiseling including removing the excavated material up to a distance of
50 m. beyond the building area & stacking and spreading as directed, dewatering, preparing
the bed for the foundation and necessary backfilling, ramming, watering including shoring and
strutting etc. complete.
With lift up to 2.50 m 181 Filling in plinth and floors with approved excavated materials in 15 cm to 20 cm layers
including watering and compaction etc complete. 182 Providing and laying in situ, cement concrete M-15 / 1:2:4 of trap / granite / quartzite / Basalt
/gneiss metal for foundation and bedding including bailing-out water manually, formwork,
compacting, covering newly laid concrete by gunny bag, plastic or tarpaulin, curing etc.
complete. 183
Providing and laying in situ cement concrete of M-20 grade of trap / granite / quartzite / gneiss
metal for R.C.C. work in foundations like raft, grillages, strips, foundations and footings of
R.C.C. columns and steel stanchions including bailing-out water manually, formwork,
compacting, covering newly laid concrete by gunny bag, plastic or tarpaulin, curing and
roughening the surface if special finish is to be provided etc complete. 184 Providing and casting in situ cement concrete of M-20 grade of trap granite / quartzite / gneiss
metal for R.C.C. columns as per detailed designs and drawings or as directed including fixing
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 72
plastic cover block of required size at 1.5 meter C/C near the edge of each side and at the
center when the width is more than 75 cm. to reinforcement to give required clear cover 40mm
to 65mm from all sides in R.C.C. Column, centering, formwork of plywood / steel,
compaction, covering newly laid concrete by gunny bag, plastic or tarpaulin, finishing the
formed surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and
even surface or roughening if special finish is to be provided and curing etc. complete.
185 Providing and casting in situ cement concrete of M-20 grade of trap granite / quartzite / gneiss
metal for R.C.C. beams and lintels as per detailed designs and drawings or as directed
including placing in position plastic cover block of required size at 90 cm. C/C each main
bottom bars to stamping at sides to give required clear cover from all sides in R.C.C. Beam,
centering, formwork of plywood / steel, compaction, covering newly laid concrete by gunny
bag, plastic or tarpaulin, finishing the formed surface with cement mortar 1:3 of sufficient
minimum thickness to give a smooth and even surface or roughening if special finish is to be
provided and curing etc. complete.
186 Providing and fixing in position T.M.T. steel bar reinforcement of various diameters for
R.C.C. pile caps, footings, foundations, slabs, beams columns, canopies, staircase, newels,
chajjas, lintels pardis, copings, fins, arches etc. as per detailed designs, drawings and
schedules including cutting, bending, hooking the bars, binding with wires or tack welding
and supporting as required etc complete. 187 Providing sand faced plaster externally in cement mortar using Kharsalia / Kasaba or similar
type of sand, in all positions including base coat of 15mm thick in C.M. 1:4 using
waterproofing compound at 1kg.per cement bag, curing the same for not less than 3 days and
keeping the surface of the base coat rough to receive the sand faced treatment 6 to 8mm thick
in C.M. 1:4, finishing the surface by taking out grains and curing for fourteen days,
scaffolding etc. complete.
188 Providing and fixing mild steel grill gate with angle iron frame 65 mm x 65 mm x 10 mm with
iron bars at 150 mm C/C and diagonal flats as per the detailed drawing including hinges, pivot
blocks locking arrangement welding, revetting with oil painting in three coats of approved
colour shade. (Weight of gate 35 kg/Sq.m.) 189 Providing and applying two coats of Polymer based external weathrproof & dustproof paint of
standard manufacturer like Apex, Ultima from Asian Paints weather shield from Dulux of
approved colour to the plastered surfaces including scaffolding, if necessary, cleaning and
preparing the surface for specified buildings complete.
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 73
ROAD WORK
190 Excavation for road way in by mechanical means earth soil of all sorts sand, gravel, soft
murum and hard murum, hard murum with boulders including dressing section to the required
grade, camber and side slopes and conveying the excavated materials with all lifts upto a lead
of 50m. and spreading for embankment or stacking etc. as directed by Engineer.
191 Conveying materials obtained from road cutting including all lifts, laying in layers, breaking
clods, dressing to the required lines, curves, grades and section from the site of excavation to
the site of deposition as directed with lead of over 500 to 1000 m.
192 Compacting the subgrade/ gravel/ size metal (100mm loose) layers with power roller
including necessary, labour, materials and artificial watering complete. a) 2 mt. to 7 mt. width.
193 Supplying hard murum/ kankar at the road side, including conveying and stacking complete.
194 Supplying soft murum at the road side, including conveying and stacking complete.
195 Spreading gravel/ sand/ soft murum/ hard murum over rubble soling / W.B.M. surface
complete.
196 Compacting sub base / blanketing of hard murum/kankar (upto 300 mm loose) with power
roller including artificial watering complete.
197 Supplying 15cm. to 23 cm. trap /granite /quartzite gneiss stone rubble at the road side for
soling including conveying & stacking complete. a) By blasting.
198 Laying 15cm. to 23 cm. trap/ granite/ quartzite/ gneiss rubble soling including hand packing
with rubble chips complete excluding cost of material.
199 Supplying trap/ granite/ quartzite/ gneiss stone metal of required size by bringing the rubble /
boulders at the road side, breaking them to required gradation including conveying rubble /
boulders and stacking broken metal etc. complete.
a) By breaking rubble obtained by blasting - I. 60 mm
200 Spreading 60mm/ 80mm metal including sectioning complete.
201 Providing and constructing 150 mm.thick Concrete road road surface including supplying all
materials, preparing the existing road surface,
202 Providing and fixing 328 mm x 328 mm x 28 mm thick Factory made, hydraulically
compressed mechanically vibrated and compacted precast rubber molded with laquor finish
rock paver tiles of concrete of approved size and shape as specified including necessary
excavation in all strata, spreading blind age of fine sand over the prepared bed compacting
blocks by plate vibration and finishing etc. complete.
Note: 1. Rock finish paver tile patented by M/s. B.G. shirke or equivalent
203 Providing and laying at or near ground level factory made kerb stone of M-25 grade cement
Tender For Construction Of Bank Building
On Plot No.80, Sector 05, Koparkhairane, Navi Mumbai.
Signature of contractor No. of Corrections Signature of Client 74
in position to the required line, level and curvature jointed with cement mortar 1:3 (1
cement: 3 coarse sand) including making joints with or without grooves (thickness of joints
except at sharp curve shall not to more than 5mm) including making drainage opening
wherever required etc. complete.
ELECTRICAL WORK
WIRING
Supplying & laying PVC conduits concealed type Conforming to I.S.S. and approved make
with required number of couplings, PVC bushes, check nuts etc. complete. of size 25 mm as
per the electric layout.
Signature of Contractor No. of Corrections Signature of Client
75
4. TECHNICAL BRIEF OF CIVIL WORK 4.1 SITE CONDITION:
4.1.1.LAND:
Contractor (S) has to Construct the buildings on the site including all infrastructure facilities.
4.2 INVESTIGATIONS:
Contractor (S) has to carry out necessary investigation & surveys to develop intimate knowledge of the site
condition, availability, approaches to the sites etc. This shall also include taking of trial pits & trial bores,
testing of soils, obtaining test results from approved govt. laboratory etc. for foundation conditions. The
Contractor (S) shall contact the various local authorities & obtain all the necessary relevant information.
4.3 SITE SURVEY:
The following items shall be included in the scope of work of the developers for the turnkey project:
4.3.1 To carry out detailed land & topographical surveys of the site at 0.5 mts contours intervals. The survey
shall aim for obtaining all the essential data, such as boundaries of the site, It shall be got re-measured &
confirmed by the D.I.L.R., DIST. Thane, & fix boundary stones, if moved or removed or are missing,
(which is a distinct possibility) existing public utility services, lines of existing streets/accesses in relation to
the site, adjoining services, i.e. water supply, sewerage, roads and street lights etc.
4.3.2 The contractor shall carry out layout of buildings & roads before commencement of any work with
consultation of architect cum PMC and ensure that the roads, buildings fitted within the plot & also
matching properly with existing roads, road levels, drainage invert levels etc. The entire work of layout &
levels shall be got approved from the Architect cum PMC and Client.
4.3.3 Contractor shall carry out all engineering investigation, i.e. SPT & plate load test for verification of
SBC before foundation work if necessary, soil tests & such other tests required to provide essential design
data from subsoil conditions. Foundation shall be designed & verified on the basis of actual SBC on site of
work. The SBC of various types of soil is given below-
Signature of Contractor No. of Corrections Signature of Client
76
Sr. No. Description of soil t/m2
1 • Black cotton soil in dry condition (50% saturation) • Moist clay & sand clay mixture
15
2 • Medium clay • Medium sand compact &dry • Loose gravel • Soft murum
25
3 • Compact clay nearly dry • Compact sand prevented from spreading • Compact gravel & hard murum • Soft rock
40
4 • Laminated rock such as sand stone &lime stone 150 5 • Hard rocks without defects and laminations such as
granite, diorite & trap stone 300
Note:- – If the SBC is less than 15t/m2 then it is recommended for pile foundation or Raft
foundation.
1.3.4 R.C.C. drawing is enclosed herewith. However, certain details such as chajja, R.C.C. fins, pardis,
projection, coping etc. as required shall be given at the time of execution.
1.3.4 The contractor shall have the liberty to bring to notice of GP PARSIK BANK by keeping all original
column location as provided & designed by Architect cum PMC & their consultant, if it is on the
higher side & after award of the work. The design shall be earthquake / wind resistant confirming
to latest IS-codes. The contractor is fully responsible for strength, durability of the structure. The
design of structure shall be based on latest STADD - PRO software and design parameter decided
by corporation. However, work should not be delayed in any case. The saving in cost of work will
be adjusted accordingly.
4.4 LAND DEVELOPMENT:
Developments of land and provisions of infrastructure to be provided by the Contractor (S) would include the
following works.
4.4.1 To make the availability of water and electricity for construction purpose is the sole responsibility of
tenderer.
4.4.2 Plot area leveling by filling or cutting as per approved levels by GP Parsik Bank Corporation and
also construction of retaining walls (UCR or RCC) wherever required as per directions of Client.
Signature of Contractor No. of Corrections Signature of Client
77
Detailed execution drawings and design shall be provided as per site conditions at the time of
execution.
However, the cutting or filling shall be carried out as per drawings, site conditions and instructions of the
Client.
4.4.3 Access roads, Cross Drainage Works, etc. as per Corporation’s specification to the site/plot under
reference. The road work will include joining access road to main road at point as per drawing and
instructions including radius of curvature, foot paths Gates, drain below the entry etc. complete as per
directions of Client.
4.4.4 Water Supply distribution network within the campus including water meter, valves, meter room,
fencing etc., complete as per Corporation’s approved standards and network designs. Also, Water Supply and
Sewerage Board’s norms shall be followed. Separate fire hydrant line shall be laid for firefighting including
fire hydrants.
4.4.5 Sewerage network as per approved standard and network design including septic tanks, soak pits etc.
4.4.6 Tapping the power supply at source from nearest pillar box source as per drawings and as available on
site. Street lighting as per M.S.E.D.Co. Ltd. acceptance standards & P.W.D. Electrical acceptance should be
implemented.
4.4.7 The Contractor (S) should consult Local Municipal Corporation, Municipal Council and other
authorities like PWD, Z.P, MIDC, MMRDA, Director of Town Planning, MIDC, etc., for infrastructure up to
the plot under reference and will have to ensure timely provision of such infrastructures within the contract
period.
4.4.8 The entire land within the layout should be properly developed as per approved drawings and
specification & as directed by Client.
4.4.9 The Contractor (S) shall execute and complete all the buildings, including infrastructure on turnkey
basis with his own materials and labour etc. complete.
4.4.10 Before handing over the buildings and the site to The Police Housing Corporation & User agency….
Developer / Contractor shall obtain certificate (whichever is applicable) for – (a) Completion of buildings;
(b) Building occupation; (c) Malaria Department; Debris removal (d) Assessment; (e) Fire safety, from the
Government authorities and certificate from other authorities, like M.I.D.C., M.S.E.D. Co. Ltd. & Handing
and taking over certificate of P.W.D. Civil & P.W.D. Electrical.
Signature of Contractor No. of Corrections Signature of Client
78
4.4.11 Work shall not be considered as complete, unless all items in schedule “B” are complete along with
additional items if instructed and all works as shown on drawings along with additional details issued at the
time of execution , modifications in drawings if any and instructions given on site by the Client from time to
time. Electric and water supply to the building is commissioned i.e. to say work complete in all respects to
make the building ready for use and occupation including all infrastructural amenities.
4.5 STRUCTURAL DESIGN CRITERIA:
4.5.1 The buildings shall be of conventional cast-in-situ R.C.C. structure only.
4.5.2 The structural design, analysis and details shall be based on the following Indian
Standard codes and any other relevant Bureau of Indian Standard Codes (BIS)
a) Detailing of reinforcement I.S.-2502-1963
b) Structural safety of building shallow foundation. I.S.-1904-1986
c) Unit/Weight/loads I.S.-1911-1967
I.S.-875-1964
d) Code of practice of design and Construction of
earthquake resistant construction.
I.S.-4326-1993
I.S.-1893-1984
e) Explanatory handbook on Masonry code by
Bureau of Indian Standards
S.P.-26-1984
f) Code of practice for plain reinforced concrete
I.S.-456-2000
g) Element design I.S.-456-2000
I.S-1904-1968
I.S.-2911-1979
h) Water retaining structure
(Part I, II, III)
I.S.-3370
(Part-I, II & III)
i) Handbook on concrete reinforcement and
detailing
S.P.-34 (1978)
j) Explanatory Handbook on codes for earthquake
engineering
S.P.-22-1982
Signature of Contractor No. of Corrections Signature of Client
79
k) Ductile detailing of reinforcement concrete
structure subjected to seismic zones.
I.S.-13920-1993
Signature of Contractor No. of Corrections Signature of Client
80
1. The diameter of steel, Nos. of bars, spacing of steel & stirrups, development
length of steel, curtailment of steel, ductile detailing of steel etc. shall be
strictly according to I.S. codes if it is mentioned wrongly in drawings.
2. Minimum and maximum dimensions for all R.C.C. elements shall be strictly
followed as under if it is mentioned wrongly in drawings..
a) RCC footing / pile cap
• Minimum size 1000 x 1000 mm
• Minimum Depth 450 mm
• Minimum Steel diameter 10 mm
• Minimum spacing 100 mm c/c
• Maximum spacing 200 mm c/c
b) RCC wall
• Minimum thickness 100 mm
• Minimum Steel diameter of 12 mm for Load bearing wall
• Minimum Steel diameter of 10 mm for Non load bearing
wall
c) RCC Column
• Minimum 230 x 300 mm
• Minimum Steel 6 Nos. Tor 12
• Stirrups Tor 8 @ 100 mm c/c
• Recommended depth of column 300/ 400/ 500/600/ 700/
800/900 / 1000 mm
d) RCC Beam
• Minimum depth of beam 400 mm.
• Minimum width of beam 150 mm.
• Minimum Steel 12 mm diameter for top & bottom & side
face
Signature of Contractor No. of Corrections Signature of Client
81
• Recommended depth of beam as per design – 400/ 500/ 600/
750 mm
e) RCC Pile
• Minimum Size 400 mm diameter
• Minimum Steel 8 Nos. Tor 12
• Minimum Length 3.00 meter with respect to bottom of pile
cap
f) RCC Slab (chajjas, parapet Walls)
• Minimum thickness 100 mm.
• Recommended thickness of slab 100/125/150/ 175/ 200 mm
• Recommended spacing of steel in slab 100/ 125/ 150/ 200/
250 / 300 mm
• Flat slab design shall be adopted.
Staircase waist slab
• Minimum thickness 150 mm
• Minimum main Steel 12 mm diameter
WC & Bath slab
• Minimum 150 mm thick slab
• Minimum Steel 8 mm diameter @ 100 mm c/c
• Maximum Spacing of steel 200 mm c/c
Terrace slab
• Minimum 150 mm thick slab
g) R.C.C. under ground Over water tank, Retaining wall and Septic tank
Signature of Contractor No. of Corrections Signature of Client
82
• Minimum thickness of wall –150 mm
• Minimum thickness of top slab of underground and septic
tank = 200 mm.
h) Shear wall
• Minimum thickness 150 mm
• Minimum main Steel tor 12 mm diameter
• Minimum Distribution steel tor 8 mm diameter
• Minimum Spacing of stirrups 100 mm c/c
Maximum 200 mm c/c
4.6 ON SITE INFRASTRUCTURE DESIGN CRITERIA
4.6.1 NORMS FOR PLUMBING
Design shall be as per Bye-laws of local authority and the latest National Building Code/ BIS
as per design and requirement.
4.6.2 WATER SUPPLY
a. CPVC/HDPE pipes of appropriate class shall only be allowed for piping.
b. Design shall be such as to ensure equal and simultaneous flow (Tolerance +2 lit/min. + 15
min.).
c. Testing for acceptance of the system as per Byelaws of local Authorities.
d. Teflon/Synthetic tape shall be used for jointing.
4.6.3 SEWERAGE:
a. Sewerage line shall be laid at 1:60 grade for proper drainage Plinth height of the building
shall be taken accordingly.
b. Only UPVC/HDPE. spun pipe shall be used with lead-wool/epoxy mortar joints up to first
inspection chamber.
First inspection chamber to septic tank, pipes shall be cement concrete NP. 2 – Class pipe
c. All hidden joints shall be provided with flat strips.
d. No joints shall be permitted in wall, slab or columns.
e. Rat guards shall be provided on pipes.
f. Joints with floors/walls of fixtures shall be treated / chalked with epoxy mortar.
Signature of Contractor No. of Corrections Signature of Client
83
g. Acceptance testing smokes as per local authorities requirements.
h. Construction of sewer line as per drawing & design.
i. R.C.C. pipes of NP-II Class as per drawing & design & as directed by Client from first
inspection chamber to last disposal point as per municipal directives should be provided for
sewerage line. 1:2:4 P.C.C. incasing shall be provided wherever is necessary & as
directed.
j. Connection from Inspection chamber to existing manhole on the road or Municipal Gutter
line shall be provided.
k. Suitable number of chambers with pre-cast / Fiber reinforced Concrete / Fibre cover shall
be provided. As per drawing or as directed by Client.
l. Chambers shall be provided at every 10.0 meter interval and as per requirements of
change of diameter, direction, level and connections. As directed by engineer in charge & as
per execution drawings issued at the time of execution.
m. Acceptance Test: Smoke /hydraulic test as per B.I.S.
4.6.4 RAIN WATER PIPE:
a. Suitable nos. of pipes of minimum 75 mm diameter of UPVC/CCI/CI shall be as per
Standards and as per detailed drawing - design and as directed by engineer.
b. No spout for discharging rainwater shall be allowed.
c. 50 mm UPVC pipe shall be provided for draining of water from each balcony.
d. Acceptance testing – Smoke test.
4.6.5 Channel for disposal of storm water in to public drains
A suitable open concrete channel, masonry gutter as per design, & norms shall be provided
to drain off water from buildings with design intensity of 8.9 cms/hr. storm and run-off
coefficient of 0.8.The storm water collected from the area shall be discharged at the places of
bore well / well as rainwater harvesting and as directed by Client. Covers on drain shall be
perforated and solid as applicable of pre-cast / Fibre reinforced Concrete / Fiber cover shall
be provided. As per drawing or as directed by Client.
4.6.6 Area leveling and concreting for plinth protection: -
The entire area of project outside the building line, Open Space as per approved design,
should be leveled with proper slopes by cutting, filling of existing area of land etc.
Signature of Contractor No. of Corrections Signature of Client
84
4.6.7 Earth Filling: -
Any deficiency found in levels in plot, shall be made good by the Contractors by filling and
cutting of existing ground. If additional quantity of murum is required for filling, Contractor
shall bring approved quality of murum from outside at his cost. It should be compacted in
layers of 250 mm by power roller, including dressing, consolidating, watering etc. complete
as directed by the Client.
4.6.8 Main Gate: -
Main gate to be provided as per detailed drawings and design provided, if any.
4.6.9 Roads : -
Proper approach road and internal roads in the layout shall be WBM with BM and parking
area shall be stone soling with paver blocks as per drawings and design including excavation,
disposing off the excavated soil, as per specification & as directed, etc. complete.
4.7 WORK SPECIFICATIONS : -
4.7.1 The whole work shall be carried out strictly in accordance with the approved detailed
drawings (unless otherwise directed by the Client), description of the items and the details
specifications in the Standard Specification Book of the Public Works, Government of
Maharashtra, 1982 subject to additional specification in 10.4 and 10.5
The Contractor (S) shall submit detailed drawings if necessary from time to time. No work
shall be started without written approval of the Client of the project, where a drawing is
required to be approved. In case of deviations / omissions from tender
drawings/specifications, Contractor (S) shall submit modified working drawings as per
tender specifications and obtain approval of client before execution of that particular work.
Signature of Contractor No. of Corrections Signature of Client
85
4.7.2 Detailed specifications given in the schedule-B are the specifications for items to be
executed during constructions.
Addition or omission of any detailed specification in schedule –B will not change any
scope of items to be executed.
The specifications of materials and workmanship shall be as per standard specifications of
Government of Maharashtra. For items not included in the standard specifications, the
following specifications shall apply in pertinent particulars:
a. Specifications of Bureau of Indian Standards (BIS).
b. Standard specification (Red Book), P.W.D. of Government of Maharashtra.
c. National Building Code – 2005.
4.7.3 The proposed indicative schedules of finishes for work are given in Chapter no. 7
“SPECIFICATIONS OF CIVIL WORKS”.
4.7.4 Open foundation, if required, shall be designed, as per soil bearing capacity tested by
trial bore or by plate load test or penetration test of soil. Cost there of shall be borne by the
contractor.
During course of construction work, the Contractor (S) shall made all necessary
arrangements for ensuring proper drainage of the site by providing Hume pipe, channels,
temporary crossings, etc. as may be required to be provided according to the directions of the
Client. He will submit to the Client, his proposals for ensuring the drainage of the site by
taking into consideration the final drainage plan proposed in the project and for carrying out
the works in the manner approved by the Client. No extra payment shall be made for this.
4.7.5 It will be the responsibility of the Contractor (S) to keep the site free from any
encroachments. He will be required to take at his own cost measures to protect the site from
such encroachment and keep the site free from all encumbrances till final completion of
work and handing over the site to the Client& concerned authorities.
4.7.6 MATERIAL
4.7.6.1 (a) The samples of each class of materials shall be got approved prior to actual use.
Signature of Contractor No. of Corrections Signature of Client
86
Satisfactory tests for the materials shall be given by the Contractor (S) at his own cost as
directed by Client. The materials shall be got tested from Government Laboratory, as
directed and bear all charges for the same as per prescribed. The Client/ Architect cum
PMC are empowered to reject or approve materials based on test report and no
doubts and disputes shall be entertained.
(b) All materials and workmanship shall be of the respective kinds described in the contract
and in accordance with the Client’s instructions and shall be subjected from time to time to
such tests as the Engineer may direct at the place of manufacture of fabrication, or on the site
or at such other place or places as may be specified in the contract, or at all or any of such
places. The Contractor (S) shall provide such assistance, instruments, machines, labour and
materials as per normally required for examining, measuring and testing of work and the
quality, weight or quantity of any material used and shall supply samples of materials before
incorporation in the works for testing as may be selected and required any by the Engineer.
(c) All samples shall be supplied by the Contractor (S) at his own cost if the supply thereof is clearly intended by or provided for the contract, but if not, then at the cost the employer. (d) The cost of carrying out any test shall be borne by the Contractor (S) as and when required as to ascertain quality of work executed/ to be executed. If any test is ordered by the Client which is either- i) Not so intended by or provided for, or ii) (In the cases above mentioned) is not so particularized, or iii) Though so intended or provided for is ordered by the Client to be carried out by
independent person at any place other than the site or the place of manufacture or fabrication
of the material tasted, then the cost of such test shall be borne by the Contractor (S), if the
test shown the workmanship or materials not to be in accordance with the provisions of the
Contract or the client’s instructions.
4.7.6.2 All sanitary and water fittings and pipes etc. shall be tested and their size and pattern
shall confirm to the latest Municipal Bye-laws. This part of the work shall be carried out
through a licensed plumber according to latest standard practice as per specification No. 182
to 189, page Nos. 904 to 926 and 946 to 947 of P.W.D. Hand Book Volume I and II and the
entire satisfaction of Municipal Bye-laws applicable in the area.
4.7.6.3 The Contractor (S) shall inform the dates of casting of slab particularly to client and
Signature of Contractor No. of Corrections Signature of Client
87
P.M.C. and shall fix the programme for the same with the approval of the Client, or his
authorized representative. Any change in programme shall also be intimated, in writing, in
time, to the Client.
4.7.6.4 The Contractor (S) shall give hydraulic and smoke tests for the work of all pipes
and fittings and glazed stoneware pipes, as directed without any extra cost.
4.7.6.5 a) The terrace slabs of all buildings, W.Cs. baths, sinks, toilets, top slab of staircase
cabins, overhead water tanks, and all floors must be thoroughly leak proof. Specialized
waterproofing treatment such as waterproof membrane technology, Epoxy treatment or
any other specialized water proofing treatment is to be provided through specialized
waterproofing agency as approved by Client. The Contractor shall give 7 year’s bank
guarantee for water proofing & antitermite work equivalent to 1% of tender cost valid
for 7 years from the date of completion of the whole project before completion of work.
In case of leakage/dampness, the contractor will not only repair the leakage/dampness but
also replace the flooring/dado tiles, w.c. pan, plumbing and sanitary fittings etc. and bring
the structure to its original condition as after completion of work.
In case of leakage / dampness is observed within 7 years from the date of completion of
whole work, a written notice will be given to the contractor. The contractor shall
immediately start the repair work and complete the same to satisfaction of the Client within
30 days of the issue of the said notice. If the contractor fails to do so then the Bank
Guarantee as above will be encashed by M.S.P.H. & W. C. for rectifying the work. However
no refund will be payable to the contractor, even if the cost incurred on rectification is less
than Bank guarantee amount for waterproofing & antitermite work. (REFER
CLAUSE NO 12.10.A
4.7.6.6 Soil in foundation and plinth filling shall be treated so as not to undergo volume
changes due to consolidation or due to proximity of ground water and surface water.
4.7.6.7 The partition walls shall rest on beams, even in case of ground floor in building with
frame structure.
4.7.6.8 Brickwork shall not come in contact with foundation soil.
4.7.6.9 Brick works shall be protected by suitable plaster for vertical surface and by
waterproofing courses for horizontal surface like window sill, parapet tops etc.
Signature of Contractor No. of Corrections Signature of Client
88
4.7.6.10 The external wall and plinth protection and compound shall be so constructed as to
prevent entry of rodent into the buildings The thickness of concrete shall not be less than
average 100 mm of concrete of M-20.
4.7.6.11 Joints in concrete shall be properly cleaned and applied with epoxy or equivalent
synthetic bonding coat.
4.7.6.12 Contractor shall have to furnish any supporting document for verification,
inspection, scrutiny, checking as and when required by the Client.
4.7.6.13 The depth of mass excavation in any type of foundation strata such as soil, soft or
hard murrum, soft or hard rock etc. for foundation is 2.5 meter with respect to average
natural ground level of particular plot. No separate payment will be made to contractor in
case of dewatering of water and shoring and strutting of the work.
Note :
1. The Contractor shall excavate upto depth 2.50 meter and having Soil Bearing Capacity
200 KN per Square Meter.
2. The foundation strata shall be approved by Structural Design Engineer after completion
of 2.00 meter depth of mass excavation.
3. The additional payment due to additional mass excavation more than 2.70 meter depth,
excess quantities involved such as excavation & R.C.C.work in column, concrete etc. will
be paid to the contractor at the rate of current D.S.R. applicable in that region.
4. If the depth of mass excavation less than 2.70 meter, then the amount against the saving
quantity of excavation & RCC work in column will be recovered at the current year of DSR
applicable in that region.
4.7.6.14 Any kind of debris material or excess quantity of excavated materials shall be
conveyance to any lead by contractor as directed by client. No claim or extra item will be
sanctioned or paid to contractor against these works.
Construction of Bank building, including all Infrastructural amenities, as per layout plan, detail Building
plans, working drawings, specification, prepared by Architect cum PMC of GP Parsik Sahakari Bank under
Signature of Contractor No. of Corrections Signature of Client
89
their supervision and other conditions and Terms of contract.
5.1 SCHEDULE OF SPECIFICATIONS:
Sr. No. Description
Particulars of material and make
1 FOUNDATION The depth of excavation for foundation is up to
2.70 meter for any type of foundation strata
having soil bearing capacity 198.00 KN/square
meter. Also Pile Foundation and Raft
foundation can be proposed as per foundation
strata.
a Plain Cement Concrete M-15
b RCC Footings and Columns M-30 or More as per R.C.C. Design requirement
2 PLINTH LEVEL
a RCC Columns and plinth beams M-30 or More as per R.C.C. Design requirement
b Masonry work in foundation and
plinth
Fly Ash Brick work 230 mm thick in c.m. 1:6
c Filling in Plinth Murum Filling with contractor’s murum & murum
available on site of work.
d Rubble Soling 150 to 230 mm thick rubble soling with stone dust
& sand.
e Bedding to plinth beam 50mm thick layer of Cement mortar 1:6 below
plinth beam / Ground beams.
f PCC at Ground floor. Leveling course of P.C.C. M-15 75mm thick
g Anti termite treatment Anti termite treatment to the foundations and below plinth PCC.
4 SUPER STRUCTURE
a All buildings R.C.C. work R.C.C. in M-30 or More as per R.C.C. Design
requirement
b Under ground and overhead water
tank etc.
R.C.C. in M-30 or More as per R.C.C. Design
requirement
c Reinforcements Thermo mechanical Treated (TMT) TOR Steel Fe
Signature of Contractor No. of Corrections Signature of Client
90
500 and above
d Cover for RCC Members P.V.C. blocks
5 WALLS ----
a External Walls AAC Blocks wall 200 mm thick in c.m. 1:6 or in
chemical Bonding
b Internal Walls AAC Blocks Wall 150 mm thick in c.m. 1:4 or
in chemical Bonding
6 PLASTER WORK
a Plaster to ceiling Cement Plaster 6 mm Thick in 1:4 c.m. with Wall
care Putty
b Internal plaster 12mm thick Cement plaster in 1:4 with Wall care
Putty
c External Finish Sand faced Plaster 21 to 23 mm thick in two
coats 15 and 6 to 8 mm in 1:4 C.M.
d Chicken wire mesh At the joint of RCC work and brick work
internally before plastering
7 FLOORING
i) Entrance Steps
ii) Entrance Lobby at Ground floor
iii) Lobby at upper floors
iiv) Staircase & mid landing area &
staircase treads & risers
v) All room area.
vi) All toilets
vii) Plinth Protection
i) Black Granite stone flooring & steps / risers.
ii) Vitrified tiles 1000x 1000x10mm thick flooring.
iii) 1000 x 1000 x 10 mm thick vitrified tile.
iv) Polish Kotah stone for staircase mid landing, &
tread and riser 25 to 30 mm thick flooring.
v) 600 x 600 x 10 mm thick vitrified tile.
vi) 600 x 600 Antiskid Ceramic tile in rustic/
lapato / satin finish.
vii) 150 mm thick rubble soling with P.C.C.M-15
Grade of 150mm thick. Rock finish paver tiles..
8 SKIRTING & DADO
ii) Entrance Lobby at Ground floor
ii) Staircase & mid landing area &
staircase treads & risers
v) All room area.
vi) All toilets
i) Vitrified tile 1000 x 1000 x 100 mm Height.
iii) Vitrified tile 1000 x 1000 x 100 Height.
iII) Vitrified tile 1000 x 1000 x 100 Height.
v) 1000 x 1000 x 10 mm thick vitrified tile.
vi) 1000 x 1000 coloured Ceramic tile in rustic etc.
Signature of Contractor No. of Corrections Signature of Client
91
9 WINDOW SILLS Black Granite stone 20 to 25mm thick with mouldeing.
10 DOOR FRAMES
a) Main Door frames.
b) Rooms Door Frame
c) Toilets. Door frames
(a) Teak wood frame of size 125c75mm
(b) Granite frame
(c) Granite frame
11 DOOR SHUTTERS
a)Main door
b)Internal door
c)Toilet door
(a) Single leafed Teak wood door shutters 32mm
thick with lamination on both sides
(b) Single leafed flush door shutters 35mm thick
with lamination on both sides.
(c) FRP door shutters.
11 WINDOWS Openable /Sliding Aluminium Window with
Glass.
13 a) PARDI & RAILING FOR
STAIRCASE
R.C.C. Pardi 100mm thick up to 785 mm height &
M.S. pipe railing 40mm dia ) 190mm height above
pardi
b) PARDI & RAILING FOR
BALCONY
R.C.C. Pardi 100mm thick up to 800 mm height &
M.S. pipe railing 40mm dia ) 200mm height above
pardi
14 ROAD Concrete Roads:
WBM Compacted 200 mm thick rubble soling
along with hard murrum watering and compaction,
Premix Concrete with broom finish.
14 STORM WATER DRAIN 230 mm thick rubble soling with P.C.C.M-15
Grade of 150mm thick. Foundation raft & fly ash
Signature of Contractor No. of Corrections Signature of Client
92
Brick wall 350 mm thick Precast C.C. M-20 Grade
cover above drain of 100 mm thick.
15
CD WORK Two side C.C. M 15 Face Wall through which
passing 600 mm dia NP II pipe covered by murum
filling.
16 PARKING 200mm thickness Murum sub grade, 230 mm thick
rubble soling with P.C.C.M-15 Grade of 150mm
thick. Rock finish Paver Block (Make of Shirke) of
size 328x328x28mm rock finish Paver Tiles.
17 INTERNAL PAINTING
Ceilings Oil bound distemper
Walls Plastic Emulsion Paint with primer.
18 EXTERNAL PAINTING Waterproof exterior Polymer based paint
19 WATER SUPPLY
a) Internal Plumbing Concealed CPVC plumbing.
b) All Down take pipes UPVC 100mm diameter rain water, soil, waste
water and Vent pipe with PVC clips.
c) Drainage pipes upto Inspection
chamber.
UPVC 150mm diameter pipes.
d) Inspection Chamber covers Precast RCC cover with frame as approved by
client.
e) O.H. tank on building RCC M-25 Grad overhead water tank with internal
waterproofing plaster (cement plaster of rich
mortar and neat cement with waterproofing
compound) to the bottom as well as to all vertical
sides.
20 ANTI TERMITE TREATMENT Treatment as per Indian standard specifications.
At Foundation Level.
At Plinth Level/two stages.
Signature of Contractor No. of Corrections Signature of Client
93
Around the periphery of the building.
21 SANITARY FITTINGS
i) European type wall hung W.C.
pan
White glazed with concealed flush valve.
ii) Wash hand basin Under Counter ‘Oval Wash hand basin’ of size
550mm x 450mm, laid under Granite platform.
22 TERRACE WATER PROOFING Membrane waterproofing technology with I.P.S. of
75mm thick.
6. LIST OF APPROVED MATERIAL FOR CIVIL WORKS 6.1 LIST OF CIVIL AND INFRASTRUCTURAL MATERIAL :
Sr. No.
Name of material Name of company Series as mentioned below or equivalent series from column no.3
Price Range in Rs. ( Through diligent market enquiring)
1 2 3 4 5 Cement, Steel & Concrete 1 Cement a)Ordinary Portland
cement (O.P.C.) (For R.C.C work )
Ultra Tech / ACC / Birla Plus / Birla Gold / Vasavdatta / Ambuja /
OPC (53 grade)
Rs. 320/- to 350/-
b)Portland pozzolana cement / slag cement (PPC) (For plaster / masonry / flooring work)
Birla A-1 / ACC King / Vasavdatta / Ultra Tech / Manikgarth / Birla Gold / Coromondal
OPC (43 grade)
Rs. 310/- to 340/-
Signature of Contractor No. of Corrections Signature of Client
94
2 Steel Tiscon / Vizac / Jindal / Sail / TATA
TMT Fe-500 / 415 Rs.52000/- MT
3 Ready mix concrete (RMC)
Godrej /ACC / Ultra Tech / Lafarge
M-30 M-25 M-20
Rs.5850/- Cum
4 Artificial sand N/A N/A --
5 Natural sand N/A N/A Rs. 467.15/- Cum
6 Aggregate 10 mm & 20 mm
N/A N/A Rs. 627/- Cum
Bricks 7 Clay Burnt Bricks N/A Class-II -- 8 Fly Ash Bricks N/A N/A Rs. 5000/for 1000Nos. 9 AAC blocks Siporex/ Ultra Tech, Magicrete/
Ecolite 100 mm thick 150 mm thick
Rs. 75/-No. Rs.85/- No.
Doors 10 Waterproof solid core
flush door Anchor / Century / Green Green, 35 mm thick Rs. 175/-per Sqft
11 FRP doors House of door / Perma finish / Syntax / Everest
25 mm thick Rs. 2250 per Shutter
12 Lamination sheets’ (1.50 mm thick)
Royal touch / Green Lam / Merino / Century /
Greem lam-Wall nut Rs. 800/- per sheet
13 Door Fixtures & Fastenings i Main internal door a) Stainless steel
Shalimar/ Vinus (NVII)/Union
Heavy duty Aldrop Stoper
Rs. 450/- No. Rs. 125/- No.
Sanitary fittings
14 Cold & Hot water mixer Jaquar / Jonhson / Ess-Ess Jaquar-Continatal Rs. 3400/- No.
15 Con. Stop cock Jaquar / Jonhson / Ess-Ess Jaquar-Continatal Rs. 875/- No. 16 Bib cock Jaquar / Jonhson / Ess-Ess Jaquar-Continatal Rs. 750/- No. 17 Two way Bib cock Jaquar / Jonhson / Ess-Ess Jaquar-Continatal Rs. 1000/- No. 18 Long neck Bib
cock(Kitchen) Jaquar / Jonhson / Ess-Ess Jaquar-Continatal Rs. 1300/- No.
19 Pillar cock for WHB Jaquar / Jonhson / Ess-Ess Jaquar-Continatal Rs. 750/- No. 20 Angle cock for Geyser
WHB & wall hung unit etc
Jaquar / Jonhson / Ess-Ess Jaquar-FLV 1085 Rs. 750/- No.
Signature of Contractor No. of Corrections Signature of Client
95
21 Flush valve open etc. Jaquar / Jonhson / Ess-Ess Jaquar-Continatal (1081KN & FLV1085SQ)
25mm Rs. 1800/- No. 232mm Rs. 3000/- No.
22
Waste coupling Jaquar / Jonhson / Ess-Ess Jaquar-ALD-709 Rs. 400/- No.
23 Bottle trap of WHB Jaquar / Jonhson / Ess-Ess Jaquar-ALD-769L Rs. 1300/- No. 24 Hand Shower (Health
faucet) Jaquar / Jonhson / Ess-Ess Jaquar-ALD-IVY-585 Rs. 925/- No.
25
Towel rod (600 mm long) Jaquar / Jonhson / Ess-Ess Jaquar-can-1111nm Rs. 1100/- No.
26 Mirror supported on stud Modi/ Saint gobain N/A Rs. 54/- Sqft 27 Aluminium Section 18
guage heavy Jindal / Hindalco / Superfine. Heavy duty Rs. 247/-Kg.
Flooring and Dado Tiles 28 Vitrified tiles (1000mm x
1000mm) Kajaria / Johnson / Nitco / RAK Kajaria- Premium Rs. 105/- Sqft
29
Vitrified Anti- skid tiles (1000mm x 1000mm)
Kajaria / Johnson / Nitco / RAK Kajaria- Premium Rs. 105/- Sqft
30 Vitrified dado (300mm x600 mm)
Kajaria / Johnson / Nitco / RAK Kajaria- Premium Rs. 85/- Sqft
31 Kota (600mm x 600mm) Mirror Polish Gray colour -20mm to 25mm thick
Greenish Colour Rs. 45/- Sqft
32 Granite (15 to 20 mm thk.)
Black – 15 to 20 mm thick S2 Rs. 155/- Sqft
32A Shahabad (600mm x 600mm)
Shahabad Blue Colour Rs. 33/- Sqft
Painting
33 Primer (External) Asian / Nerolac / Berger / Dulux Asian : Apex Rs. 125/- Kg 34 Oil bound Distemper to
internal walls Asian / Nerolac / Berger / Dulux Asian : Tractor Rs. 50/- Kg
35 Synthetic Enamel Paint to M.S.grill
Asian / Nerolac / Berger / Dulux Asian : Preminum Enamal
Rs. 220/- Kg
36 Polymer based external paint
Apex from Asian Paints / Excel from Nerolac Paints / Shalimar / Berger
Asian : Apex Rs. 225/- Kg
Plumbing and Piping 37 CPVC Pipe Finolex / Suprim /Jain/Astral SDR
50mm 32mm 25mm
Rs. 275/- rmt Rs. 170/- rmt Rs. 140/- rmt
Signature of Contractor No. of Corrections Signature of Client
96
38 U.P.V.C. Pipes Finolex / Suprim /Jain/Astral Type B 50mm 32mm 25mm
Rs. 185/- rmt Rs. 160/- rmt Rs. 120/- rmt
39 Pump Kirloskar / Cummin Kirloskar 5 HP Rs. 25000/-No.
Plaster Finish
40 Water resistant white cement based wall care putty
J K White / Birla White / Ultra Tech / Wall plast
Acrylic 25 kg Bag
Rs. 731/- Bag
41 Gypsum Plaster India Gypsum / / Conmix 20 kg Bag Rs. 180/- Bag
42 Texture plaster Ultra Tech / Asian / Rinova / malad crete
25 kg Bag Rs. 960/- Bag
Sanitary ware Material 43 Wash Hand Basin (Wall
Mounted) Hindware / Cera / Jaquar/Parryware / Jonhson
Jaquar-Continatal Rs. 1560/- No.
44 Wash Hand Basin (Pedestal)
Hindware / Cera / Jaquar / Parryware / Jonhson
Jaquar-Continatal Rs. 1190/- No.
45 Wash Hand Basin (Counter based)
Hindware / Cera / Jaquar / Parryware / Jonhson
Jaquar-Continatal Rs. 1050/- No.
46 Wash Hand Basin (Table Top)
Hindware / Cera / Jaquar / Parryware / Jonhson
Jaquar-Continatal Rs. 1990/- No.
47 Orisa type W/C Pan Hindware / Cera / Jaquar / Parryware / Jonhson
Jaquar-Continatal Rs. 1950/- No.
48 European Type (P-Trap) Hindware / Cera / Jaquar / Parryware / Jonhson
Jaquar- Continental Rs. 1800/- No.
49 Wall Mounted W.C Unit Hindware / Cera / Jaquar / Parryware / Jonhson
Jaquar- Continental Rs. 4200/- No.
50 Full Stall Urinal Hindware / Cera / Jaquar / Parryware / Jonhson
Jaquar- URS-WHT-0701
Rs. 7690/- No.
51 Glass Modi / Hindustan / saintGobain Modi Rs. 54/- Sqft
52 Paver Blocks Gubbi / Shirke Rock Finish (Shirke) Rs. 350/- Sqft
53 APP / SBS membrane
water proofing
Tikidan / APEX / IWL Hydrostop
4 PYP – 3 mm
Rs. 702.80/- Sqmt
Signature of Contractor No. of Corrections Signature of Client
97
Note : 1. The contractor shall obtain approval of the above material in an advance from the Client in written
form. 2. No extension of time will be granted because of delay in approval of material by the Client. 3. The Contractor shall submit a minimum 5 (five) years guarantee from paint company for external
polymer paint. 4. All the material should be the quality specified and genuine. 5. Contractor shall submit correct invoices cum receipts of all the material purchased during the
construction of the work. 7. Use of non prescribed reinforcement steel would attract penalty of Rs.5,000/- (Rupees five
housand) per metric tonne. 8. Sanitary fittings10 years warranty shall be submitted by contractor in the name of the user agency
for further services 9. Client reserves the right to reject the use of non-approved unspecified material or substandard / fake
material even after approval at any stage (i.e. even during Defect Liability Period).
Signature of Contractor No. of Corrections Signature of Client
98
7 PAYMENT SCHEDULE
7.1 PAYMENT SCHEDULE IN PERCENTAGE : Sr. No
Particulars Up to plinth level
Gr. floor
4th Floor
6th Fl. Ter. & Above
Infrast-ructure
Total
% % % % % 1 Anti termite treatment at
foundation level, plinth
level and periphery of the
buildings i.e. all work up to
plinth level etc. complete.
0.30 - - - - 0.30
2 Mass Excavation for
foundation / individual
excavation for footing,
including cutting, filling,
shifting of excavated
material if necessary, filing
in plinth, soling, P.C.C.,
R.C.C. upto plinth
including footing, column,
plinth beam etc., complete.
9.50 - - - - 9.50
3 Super structure R.C.C.
work for columns, beams, 2.60 7.25 5.65 7.25 - 22.75
Signature of Contractor No. of Corrections Signature of Client
99
slabs, lintels, pardi, chajja,
landings and waist slabs of
staircase including steel
etc. complete.
4 Brick / AAC and stone
masonry for walls, parapet
walls including R.C.C. jalli
etc. complete.
- 3.00 2.00 2.50 - 7.50
5 Door and window shutters
with frame, Entrance gate
structural work T.W.
cupboard shutter M.S. grill
etc. complete.
- 4.00 3.00 3.00 - 10.00
6 Internal plaster etc.
complete. - 1.50 1.10 1.25 - 3.85
7 External plaster and all
cladding works etc.
complete.
- 1.30 1.00 1.50 - 3.80
8 Waterproofing to terrace,
W.C., bath, chajja,
staircase roof cabin etc.
complete.
- 1.20 0.70 1.75 - 3.65
9 Flooring in all rooms,
entrance and passage,
W.C., bath, staircase, dado,
skirting, window sills,
cupboards, granite
platform, shelf, water
- 4.90 2.90 2.90 - 10.70
Signature of Contractor No. of Corrections Signature of Client
100
trough, plinth protection of
building with paver tiles
etc. complete.
10 Internal painting etc.
complete. - 0.35 0.25 0.25 0.85
11 External painting etc.
complete. - 0.65 0.45 0.65 1.75
12 Internal electrification with
service connection, fittings,
fixtures including
providing fans & lights etc.
complete.
- 1.10 0.60 0.70 2.40
13 Internal plumbing works
including water supply,
drainage, water supply and
sanitary fittings like W.C.
pans, wash hand basin etc.
complete.
- 2.70 1.50 1.75 - 5.95
14 Compound Wall, chianlink
fencing, tree plantation etc. - - - - 4.00 4.00
15 External water supply
including Underground
water tank with pump
house, external drainage
and sewerage work
including septic tank and
soak pit etc. complete.
- - - - 3.00 3.00
16 WBM road, Asphalt road,
storm water drain, & - - - - 8.00 8.00
Signature of Contractor No. of Corrections Signature of Client
101
finishing work with paver
tiles in parking area and
open spaces etc. complete.
17 Payment shall be released
on completion of project in
all respect, including
submission of Royalty
Clearance Certificate,
Occupancy Certificate,
Submission of As built
Drawings, Successful
handing over, Taking the
properties on P.R.B. by
P.W.D. civil, site
clearance, conveyance of
excess excavated debris
material at any lead etc.
complete
- - - - 2.00 2.00
TOTAL 100.00
NOTES:
1. 7 years external paint guarantee bond shall be submitted by contractor from manufacturing company. 2. 10 years guarantee bond for sanitary fittings shall be submitted by contractor from manufacturing
company. 3. The bill shall be submitted by the Contractor to the Architect cum PMC and advance copy to GP
Parsik. 4. The percentage of payment schedule shall be submitted along with basic calculations and all related
documents, i.e test certificates, material purchase receipts etc. duly certified by Architect cum PMC and endorsed by contractor. Over payment or misleading calculations will attract heavy penalty as decided by client.
5. Contractor shall mention date of recording of work. 6. Payment shall be made on completed item on quantum meruit basis and not against material brought
on site of work.
Signature of Contractor No. of Corrections Signature of Client
102
7. Payment should not be recommended against substandard quality, workmanship of work and non tested & non approved material by the Client.
Signature of Contractor No. of Corrections Signature of Client
103
08. “ TURNKEY ” TENDER FORM & FORM OF OFFER
8.1 GENERAL RULES AND DIRECTIVES OF THE CONTRACT :
8.1.2 This “Turnkey ” tender form will state the work to be carried out in all respects well as
the date for submitting and opening tenders, and the time allowed for carrying out the work,
also the amount of earnest money to be deposited with the tender and the amount of the
security deposit to be deducted from bills. It will also state whether a refund of quarry fees,
royalties, octroi dues and ground rents will be granted. Copies of the specifications, designs
and drawings and any other documents required in connection with the work shall be signed
by the Client for the purpose of identification and shall be open for inspection by
Contractor(s) and/or Developer(s) at the office of the Client during office hours.
8.1.2 In the event of the tender being submitted by a firm, the tender must be signed
separately by each partner thereof or in the event of the absence of any partner, it shall be
signed on his behalf by a person holding a registered a Power of Attorney authorizing him
to do so.
8.1.3 In the event of the Tender being submitted by a Company, the Tender must be
signed by a director or in the event of the absence of any partner, it shall be signed on his
behalf by an authorized representative holding a registered a Power of Attorney authorizing
him to do so.
In the event of the Tender being submitted by a sole proprietor, the Tender must be signed by
the sole proprietor.
8.1.4 Receipt for payments made on accounts of any work, when executed by a
partnership firm, shall also be signed by all the partners except where the Contractors are
described in their tender as a firm, in which case shall be signed in the name of the firm by
one of the partners or by some other person having authority to give effectual for the firms.
8.1.5 Any person who submits a tender shall fill up the usual printed form stating at what
lump sum offer as specified in tender for lump sum contract it is willing to undertake the
work. Only lump sum offer shall be mentioned. Tenders which propose any alteration in the
work specified in the said form of offer, or in the time allowed for carrying out the work, or
which contain any conditions of any sort will be liable for rejection. No printed form of
tender shall include a tender for more works, they shall submit a separate tender for each.
Tender documents shall have name and number of the work to which they refer written
outside the envelope.
8.1.6 General Manager of the Client or the Client or his duly authorized representative
Signature of Contractor No. of Corrections Signature of Client
104
shall open tenders in the presence of the Contractor(s) who has/have submitted tenders or
their authorized representatives who may be present at the time and he will enter the
amounts of the several tenders in a comparative statement in a suitable form. In the event of a
tender being accepted, the Contractor(s) shall, for the purpose of identification, sign copies of
the specifications and other documents mentioned in the Tender.
In the event of a tender being rejected, the Client shall refund the amount of the Earnest
Money Deposited by the Contractor(s) through RTGS/ NEFT only.
8.1.7 The Corporation shall have the right of rejecting all or any of the bid. 8.1.8 The receipt for any payment alleged to have been made by a Contractor with
regard to any matter relating to this tender or the contract shall be valid if it is signed by the
Client or his authorized representative.
8.1.9 All work shall be measured by standard measures and according to the rules and
customs of the Public Works Department and without reference to any local custom
unless specifically specified in this tender. The measurements of work will be taken
according to the usual method in use in the Public Works Department and no proposals
to adopt alternative methods will be accepted. The Client’s decisions as to what is the
usual method in use in the Public Works Department will be final. No extra claim is
admissible on account of this additional book keeping.
8.1.10 Under no circumstances, shall any Contractor(s) be entitled to claim enhanced rates
for any items in this contract.
8.1.11 All corrections and additions or pasted slips should be initialed. 8.1.12 The tendering Contractor shall furnish a declaration along with the tender
showing all works for which he has already entered into contract and the value of the work
that remains to be executed in each case on the date of submitting the tender.
8.1.13 Every tenderer shall submit along with tender, information regarding PAN &
VAT 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.
8.1.14 In view of the difficult position regarding the availability of foreign exchange, no
foreign exchange would be released by the Client for the purchase of plant and machinery
required for the execution of work contracted for.
8.1.15 The Contractor(s) will have to construct a shed for storing controlled and
Signature of Contractor No. of Corrections Signature of Client
105
valuable materials brought by him, at the work site, having double locking
arrangement. The materials will then be taken for use in the presence of the Architect
cum PMC No material will be allowed to be removed from the work site. It will be the
Contractor’s responsibility to insure such material against thefts, etc. No claim
whatsoever will be entertained on this account.
Signature of Contractor No. of Corrections Signature of Client
106
8.1.16 Tenderer shall submit scanned copy of the Registered Agreement or copy of the
Memorandum of Understanding (M.O.U.) along with scan copy of his valid license and
registration certificate from Government of Maharashtra.
8.1.17 The Contractor will have to produce to the satisfaction of the accepting authority a
valid and current license issued in his favour under the provisions of the Contract Labour
(Regulation and Abolition) Act, 1970 within 15 days w.e.f. the date of issue of work order to
start the work, and upto date revision thereof, failing which, acceptance of the tender will be
liable for withdrawal and earnest money will be forfeited to the Client.
8.1.18 The Contractor(s) shall comply with the provisions of the various labour
laws, acts and provisions as applicable and inforce in India, including but not limited to
Apprentices Act, 1961, and rules and orders issued there under from time to time. If the
Contractor(s) fails to do so, his failure will be breach of the Contract and the Client may, in
his discretion, terminate the Contract. The Contractor(s) shall also be liable for any
pecuniary liability arising on account of any violation by him of the provisions of the said
Acts, laws and provisions.
Signature of Contractor No. of Corrections Signature of Client
107
10.2 FORM OF OFFER
I/We______________________________________________________________________
_____________________________________________________________ do Hereby
tender to execute the work of Construction of _____________________________________
__________________________________________________________________________
__________________________________________________________________________
__________________________________________________________________________
described in the tender document on ‘Turnkey Basis’ according to Specifications and
Drawings enclosed herewith and Schedule ‘B’ signed on date ___________ at the Lump
sum offer mentioned below. (The Lump sum offer shall be inclusive of all infrastructure
amenities of the Work.)
Contractors Turn Key Lump sum offer Rs. _________________________ (In words
Rupees ……………………………………………………...................................................
…………………………………………………………………………………………)
NOTE - In case of discrepancy in written and figured Lump sum amount, the
lowest will only be considered.
Signature of Contractor No. of Corrections Signature of Client
108
8.3MEMORANDUM OF UNDERSTANDING :
8.3.1
(a) Name of Work (a) Construction At Koparkhairne, Dist. Thane.
(b) The amount of Earnest
Money to be Deposited.
(b) Tender form fee and Earnest Money Deposit
(EMD) amounting to 3,00,000/- to GP Parsik
Bank.Out of this payment amounting to Rs
5000.00 is non refundable as a tender form fee.
(c) Amount of Security
Deposit to be deposited.
(c) Security Deposit– (SD) 5% of the tendered cost
for project period plus five year defect liability
period.
50% of total security deposit shall be in the form
of cash / TDR / Bank Guarantee.
50% of total S.D. shall be deducted from the R.A.
bills @ the rate of 5%. Total Rs.______________
In Words. ________________________________
__________________________________
d) Period of Contract (d) Period allowed for the completion of whole work
from the date of written work order to commence
the work including monsoon period. 8.3.2 I/We agree that the offer of the contractor shall remain open for acceptance for a
Minimum period of 120 days and an extendable period as per request of the
CLIENT from the date fixed for opening of the Envelope and thereafter, until it is
withdrawn by me/us by notice in writing duly addressed to the authority opening the
tenders and sent by registered post A.D. otherwise delivered at the office of such authority.
Signature of Contractor No. of Corrections Signature of Client
109
8.3.3 The amount of EMD shall not bear interest and shall be liable to be forfeited by the
Client, should I/we fail to abide by the Tender conditions including the stipulation to
maintain the validity of the bids for the period mentioned hereinabove, sign and complete the
contract documents as specified in the time limit laid down in Clause No. 12.21 of
Conditions of Contract.
8.3.4 Should this tender be accepted, I/We hereby agree to abide by and fulfill all the terms
and provisions of the Conditions of Contract annexed hereto so far as applicable and in
default thereof to forfeit and pay to the Client the sums of money mentioned in the said
Conditions.
Earnest Money Deposit (EMD) amounting to 3,00,000/- on date _________ vide Chq
Number _______ .The said EMD is to be absolutely forfeited by the Client should I /
We not deposit the full amount of Security Deposit specified in the above
memorandum, in accordance with Clause No. 10.3.1(b) & (c)of the said conditions,
otherwise the said sum of Rs. ------/- shall be refunded
Signature of Contractor(s)
( Before submission of Tender)
Address: _________________________
Date the ______day of _________ 2015
Signature___________________________
Designation_________________________
Address____________________________
____________________________
( Signature of witness to Contractor’s signature)
General Manager
Gopinath Patil Parsik Janata Sahakari Bank Ltd.
(Signature of the officer by whom accepted. )
Signature of Contractor No. of Corrections Signature of Client
110
8.4 PROFORMA OF AGREEMENT :
(ON STAMP PAPER OF RS.1000/-)
__________________________________________________________________________
__________________________________________________________________________
__________________________
Article of Agreement (hereinafter referred to as the “Contract”) made at
___________________________________ this
Day Month Year between
Gopinath Patil Parsik Janata Sahakari Bank Ltd. a Government of Maharashtra
undertaking, incorporated under the Companies Act. 1956 and having its registered office at
Sahakarmurti Gopinath Shivram Patil Bhavan, Parsik Nagar, Kalwa West, Thane,
Maharashtra400605(Hereinafter called “the Client” ) of the ONE PART and Whose
registered office is situated at Mumbai.
And
M/s._______________________________________________________________________
_______________________________________________
(Hereinafter called the “Contractor” ) of the OTHER PART.
(As the context may require, the Client and the Contractor, are hereinafter collectively
called the "Parties" and individually as a "Party")
WHEREAS :
The Corporation being desirous of having provided and executed certain works
mentioned, enumerated or referred to in the Tender Notice, Instructions to Tenderer’s
General Conditions of Contract, Special Conditions of Contract, specifications,
technical report, schedule of quantities, for works drawings and other documents
constituting the ‘‘TENDER’’ and acceptance thereof. Copies thereto are annexed, all of
which are designed to form part of this Contract and are included in the term
“CONTRACT” wherever herein used.
AND WHEREAS:
The Corporation accepted the Tender of the Contractor for the provision and the
execution of the said work at the Lump sum cost of Rs. ____________/- (Rupees
________________________________only)
AND WHEREAS :
The Contractor has deposited with the Corporation the sum of Rs. ______/-
Signature of Contractor No. of Corrections Signature of Client
111
( Rupees ________________________________only) being the initial Security Deposit
payable by him at the rate of 2.5% of the tendered value and undertakes to pay the
deducted amount from the bills payable to him provided that the deduction does not
exceed 5% (Two Percent ) of the billed amount to be retained until the expiry of the defect
liability period of 5 (five) years for the due observance and performance of this Contract.
NOW THIS AGREEMENT WITNESSES AND IT IS HEREBY AGREED BY
AND BETWEEN THE PARTIES AND DECLARED AS FOLLOWS:
1. The documents which form the part of the Contract will be the Tender Notice. Detail
Tender Notice including Corrigendum to Tender Notice, instruction to tenderers,
General Conditions of Contract, Specifications, Drawings, items of work, Special
Conditions of Contract and Common Set of Deviation and other documents including
acceptance of Tender and Contractor’s letter for acceptance thereof and work order,
etc.
2. In consideration of the payments to be made to the Contractor for the work to be
executed by him, the Contractor shall and will duly provide, execute and complete the said
work on or before the dates mentioned in the time schedule of completion of work attached
to the Tender documents and shall maintain the same at his own cost for the defects
liability period thereafter and perform all such acts and things in the Contract mentioned or
described or which are to be implied there from or may be reasonably necessary for the
completion of the said works at the times and the manner subject to the terms and
conditions or stipulations mentioned in the contract.
3. In consideration of the due provision, execution and completion of the said work, the
Corporation does hereby agree with the Contractor that the Corporation will pay to him at the
quoted cost and such other sums as may become payable to the Contractor under the
provisions of the contract, such payment to be made at such time and in such manner as
provided in this Contract.
4. In consideration of the due provision, execution and completion of the said work, the
Contractor does hereby agree to pay to the Client the amount as may be due to the
Client and such other sum may become payable to the Corporation towards loss, if
any as set forth in the said Conditions of Contract, such payments to be made at
such time and in such manner as provided in the Contract.
Signature of Contractor No. of Corrections Signature of Client
112
IN WITNESS WHEREOF THE PARTIES HERETO HAVE SET AND SUBSCRIBED
THEIR HANDS AND SEALS TO THESE PRESENTS IN DUPPLICATE ON THE
DAY AND YEAR FIRST MENTIONED ABOVE.
SIGNED AND DELIVERED FOR SIGNED AND
DELIVERED OF
AND ON BEHALF OF GOPINATH CONTRACTOR
PATIL PARSIK JANATA SAHAKARI
BANK CORPORATION LTD,
NAVI MUMBAI- 400 070
In the presence of witness
1._______________________ Signature__________________
Designation________________
Address___________________
__________________________
2._______________________ Signature__________________
Designation________________
Address___________________
__________________________
Signature of Contractor No. of Corrections Signature of Client
113
9. PRICE ESCALATION CLAUSE 9.1 No price escalation will be admissible. The prices shall remain firm for the entire tenure
of the Contract.
Signature of Contractor No. of Corrections Signature of Client
114
10. CONDITIONS OF CONTRACT 10.1 SUPPLY OF MATERIALS ETC. BY THE CONTRACTOR(S) :
The Contractor(s) is/are to provide every article and material which may be necessary and
requisite for the due and proper execution of the work included in the contract, according to the
true intent and meaning of the drawings and specifications taken together which are signed by
the Client and by the Contractor(s), whether the same may or may not have been particularly
described in the specification or shown on the drawings: provided however that the same can be
reasonably and obviously inferred there from. In case of any discrepancy between the drawings
and the specifications, the Client shall decide which of the two is to be followed.
10.2 EXECUTION OF WORK :
The Contractor(s) shall execute and complete the entire Work as per drawings and details
given to him by the Client and during the progress of the Work. The Contractor shall rectify, as
ordered by the Client or his agent any errors, which may be found therein during the executing
of the said Work, and shall provide all plants, labours and materials for the purpose. The
Contractor(s) shall also provide all plants, labour and materials which may be necessary and
requisite for the Works. All materials and workmanship are to be the best of their respective
kinds. The Contractor(s) shall complete the Work, which in all respects should be as per the
specifications of the Client on the completion thereof. The Work should necessarily be
completed within the date of completion as specified herein and in the manner as desired by the
Client.
10.3 DRAWINGS AND SPECIFICATIONS :
The complete set (s) of all the working drawings and specifications signed by the Client shall
be furnished to the Contractor (s) for its own use and the same or copies thereof shall be kept at
the Site office in charge, of the Contractor(s) or his agents who are to be present at site at all
times and to whom the instructions at the Site (s) can be given by the Client.
10.4 CONTROL OVER WORKS & REMOVAL OF EMPLOYEE :
The Client shall have at all times access to the works which are to be entirely under its control.
The Client may require the Contractor/Contractor’s employee to be remove from the works if
such person is, in his opinion, incompetent or misconducts himself, and thereon the
Contractor(s) shall forthwith comply with every such requirement of the Client.
Signature of Contractor No. of Corrections Signature of Client
115
The Contractor shall ensure that while on duty, its employees conduct themselves in an
appropriate manner and shall not be under the influence of liquor or other intoxicants and in the
event any employee is found to be under the influence of the same, the Client shall have the
right to demand the Contractor to replace the said employee immediately and a penalty may be
levied on the Contractor.
10.5 ALTERNATION IN DRAWINGS OR SPECIFICATIONS, ET C. :
The Contractor(s) shall not vary or deviate from the drawings or specifications as approved by
the Client or execute any additional work of any kind whatsoever unless requested by the
Client, by an order in writing, or by plan or drawing expressly given or signed by the Client or
any person authorized by the Client, as an extra work or variation, or by any subsequent written
approval signed by the Client.
10.6 THE POWER TO MAKE ADDITIONS AND ALTERATIONS IN DRAWINGS
OR SPECIFICATIONS ETC. :
The Client shall have the 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. While making such alterations, the Client may
require certain items of the Work to be omitted, from being done or any additional item of Work
to be done. The Contractor (s) shall be bound to carry out the work in accordance with any
such instructions which may be given to him/them in writing signed by the Client and such
alterations shall not invalidate the Contracts; and any additional work, which the Contractor(s)
may be directed to do in the manner above specified as part of the work or any curtailment of
the work as designed, which may be found necessary during the period of construction, shall be
carried out or omitted by the Contractor (s) on the same as mentioned in the Tender and
Contract.
The additional or curtailed work shall be carried out or omitted at the factoring current District
schedule of rate of region / division prevailing of that year at the time of execution or deletion.
Lead for the extra items or deleted items rate list, if any, in future will be as mentioned in
chapter no 14 under clause no 14.90
Signature of Contractor No. of Corrections Signature of Client
116
RATES FOR WORKS NOT MENTIONED IN THE DISTRICT SCHED ULE OF RATES
OF DIVISION/ REGION
And if the additional or the altered work includes any class of work for which no rate is
specified in this contract, then such class of work shall be carried out at the rates entered in the
current district schedule of rates of the area and respective department of which extra items are
to be executed, or at the rates mutually agreed upon between the Client and the
Contractor(s), whichever the lower shall apply.
If the additional or altered work, for which no rate is entered in the schedule of rates of the
division, is ordered to be carried out before the rates are agreed upon, then the Contractor
shall within seven (7) days of the date of receipt by him / them of the order to carry out the
work, inform the Client of the rate which he/ they propose to charge for such class of work,
and if the Client does not agree to this rate he shall send a notice in writing and then the
Client shall be at liberty to cancel his order to carry out such a class of work, and arrange to
carry it out in such manner as he may consider advisable; provided always that if the
Contractor(s) shall commence work or incur any expenditure in regard hereto before the rates
have been determined as lastly hereinbefore mentioned, then in such case, he/they shall only be
entitled to be paid in respect of the work carried out or expenditure incurred by him / them
prior to the date of such determination of the rate as aforesaid according to such rate or
rates as may be fixed by the Client. In the event of disputes, the decision of the Client shall be
final.
10.7 MATERIAL LEFT ON THE SITE : All work done and materials brought and left upon the Site of the work either by the
Contractor (s) or by its employees/representative for the purpose of the Work, are to be
considered to be the property of the Client and the same shall not be removed or taken
away by the Contractor (s) or any other person without the special leave or consent in writing
of the Client, but the Client shall not in any way be liable for any loss or damage
which may happen to or in respect of any such work or materials, on account of the same being
lost or stolen or damaged by weather or otherwise.
Signature of Contractor No. of Corrections Signature of Client
117
10.8 REMOVAL AND SUBSTITUTION OF MATERIALS :
The Client shall have full power to require the removal from the Site of all materials which, in
its opinion, are not in accordance with the specifications as directed by it and in case of default
the Client shall be at liberty to employ other persons to remove the same without being liable
or accountable for any loss or damage that may be caused to such materials. Client shall also
have full power to require other similar materials to be substituted and all costs which are
incurred in such removal and substitution shall be borne by the Contractor(s).
10.9 ACTION IN CASE OF IMPROPER MATERIALS ANDWORKMANSHIP : If in the opinion of the Client any Work or part thereof is executed with improper/fake/sub-
standard materials or defective workmanship, the Contractor(s) shall forthwith re – execute the
same and substitute the said materials and workmanship. In case of default by the
Contractor(s) in complying with this clause within a week from the date of the requisition, the
Client shall have full power to employ any third party to re – execute the work and the cost and
risk thereof shall be borne by the Contractor(s).
10.10 ACTION & COMPENSATION PAYABLE INCA SE OF INFERIOR
QUALITY OF MATERIALS / WORKMANSHIP :
In the event that, in the opinion of the Client/Architect cum PMC or any person authorized by
the Client, the Work or any part thereof has been executed with unsound, imperfect or
unskilled, defective workmanship or with materials of inferior/substandard/fake quality, or that
any materials or articles provide by him for the execution of the Work are not suited to the
Work, or are of a quality inferior to that contracted for, or are otherwise not in accordance with
the contract, it shall be lawful for the Client to intimate this fact in writing to the Contractor(s),
and then notwithstanding the fact that the work, materials or articles complained of may have
been inadvertently passed, certified and paid for, the Contractor shall be bound forthwith to
rectify or remove and reconstruct the work so specified in whole or in part, as the case may
require, or if so required, shall remove the materials or articles so specified and provide other
proper] and suitable materials or articles at his own charge and cost; and in the event of his
failing to do so within a period to be specified by the Client in the written intimation
aforesaid, the Contractor(s) shall be liable to pay compensation at the rate of one percent or
such lower percentage as approved by the Client on the amount of the lump sum for every
day not exceeding ten days during which the failure so continues, however the compensation
so levied will not exceed 10% of the amount of the Contract. In the event of any such failure
as aforesaid, the Client may rectify or remove and re–execute the work or remove and replace
the materials or articles complained of as the case may be, at the risk and expense in all
Signature of Contractor No. of Corrections Signature of Client
118
respects of the Contractor(s). Should the Client consider that any such inferior work or
materials as described above may be accepted or made use of, it shall be within his discretion
to accept the same at such reduced rates as he may fix thereof.
10.10 A MAINTENANCE AND REPAIRS DURING GUARANTEE PERIOD OF
FIVE (5) YEAR :
Unless if otherwise stated differently, the Contractor(s) shall guarantee the satisfactory
performance of all services and amenities for Five (5)years after the date of completion of
work and carry out necessary repairs/improvements that are pointed out within this period for
sub-standard/defective but acceptable work.
For the entire period of defect liability, starting from the date of handing over of work to the
user department, Contractor shall maintain staff necessary for rectification of defects, if any.
Such staff shall include one mason, one plumber and one electrician. Who shall hold such
qualifications as directed by the Client.
Contractor shall deposit the bank guarantee equivalent to 1% of tender cost for waterproofing
and anti-termite work for 7 years including the cost of urinals , w.c. units , flooring tiles , dado
etc to the Client. (Note : Refer clause no. 4.7.6.5)
If the defects are not rectified the bank guarantee will be encashed and Client will carry
out the rectification of defects.
10.11 RESPONSIBILITIES OF CONTRACTOR(S) FOR DAMAGE BY FIRE, ETC.:
From the date of commencement of the Works upto the date of on which the Works are handed
over to the Client, the work shall be the responsibility of the Contractor. The Contractor(s) shall
be held responsible for any damage done to the same by fire or any other cause, and it shall be
liable to make good all such damage and to carry out any repairs which may be rendered
necessary to the same by fire or other causes, due to any such cause and restore the Works to a
condition equivalent to its condition before such damage.
If the Contractor fails to do so, the Client may arrange for the repair or replacement of the
damage and shall deduct the costs for the repairs or replacements from the pending bills of the
Contractor, security deposit or any other amount due to the Contractor under the Agreement,
without affecting the other rights and remedies of the Client under this Agreement
Signature of Contractor No. of Corrections Signature of Client
119
Further, the Contractor covenants that, it will not store in or around the Site any article of
combustible or inflammable or dangerous nature. If any such article is needed for the
execution/completion of the Work, the Contractor shall take all necessary precautions and
measures to prevent any fire or damge from such articles.
The Contractor shall indemnify the Client from any claims for injuries to any third person
(including the employees of the Contractor), for structural damage whether to any part/s of the
Work and/or adjoining or neighboring structures, damage to any property whether of the Client,
Contractor and/or third party, due to from any neglect or default, want of proper care or
misconduct on the part of the Contractor(s) or of anyone in its employment during the
execution of the Work.
10.12 EXECUTION OF WORKS NOT INCLUDED IN THE CONTR ACT :
The Client shall have a right to engage any third party to affix any fittings and other
works not included in the Contract. The Contractor (s) shall allow the said party on the
Site, and provide every reasonable facility, during ordinary working hours to such party
to provide such service.
10.13 ACTION AND LIQUIDATED DAMAGES WHEN TOTAL / WHOLE
PROJECT IS NOT DULY COMPLETED WITHIN THE STIPUL ATED CONTRACT
PERIOD OR EXTENDED PERIOD
The work comprised in the tender shall be commenced immediately upon the issue of work
order or its acceptance and as soon as possession of the site is handed over. The whole work
including all additions, variations and alteration as aforesaid subject to relevant clause of the
contract agreement (but excluding such, if any, as may have been postponed by an order from
the GP Parsik Bank) shall be completed in every respect by the contractor (s) within the
stipulated time, and if for any reason whatsoever (other than willful obstruction or default on
the part of the GP Parsik Bank or its staff) and except as hereinafter provided the whole of such
work could not be finished to the satisfaction of the GP PARSIK BANK, within the stipulated
or approved extension periods, the contractor shall pay to the GP Parsik Bank by way of
ascertained liquidated damages for such default the sum at the below mentioned rates or more
per day till such default continues, and the amount of such liquidated damages if any may be
deducted from any unpaid dues to the contractor(s) or if the liquidated damages not materialized
from dues to be paid to the contractor, it may be recovered from the Contractor(s) through legal
process by the GP Parsik Bank, provided the amount to be recovered under this clause and
Signature of Contractor No. of Corrections Signature of Client
120
clause no. 12.22, shall not exceed ten (10) percent of the lump sum tendered amount of the
whole work.
The rates of liquidated damages to be recovered from the contractor.
Sr.No. Scope of work Rate of liquidated damages
1 Upto 1 Crore Rs.2000/- per day
2 Above 1 Crore to 5Crores. Rs.3000/- per day
3 Above 5 Crore to 10 Crores. Rs.5000/- per day
4 Above 10 Crore to 25Crores. Rs.10000/- per day
5 Above 25 Crore. Rs.20000/- per day
10.13 A EXTENSION OF TIME ON ACCOUNT OF ALTERATIONS ETC. :
Provided nevertheless that if the Contractor(s) shall be of the opinion that it is are entitled to
any extension of time on account of the works being altered, varied or added to or on account
of any delay by reason of any inclement weather or any other causes beyond the control of the
Contractor(s) or in consequence of any orders to that effect from the Client (which orders the
Client is hereby empowered to make), then in any such case or cases, it shall be competent for
the Client by an order in writing to extend the stipulated period for final completion by
such period or periods as it may deem reasonable and the Contractor(s) shall thereupon
complete the Work within such extended period or periods as aforesaid.
Further that the Contractor (s) shall not be entitled to any extension of time unless it shall,
within thirty days (30 days) after the happening of the event in respect of which it considers
itself to be entitled to any such extension of time, give to the Client written notice of such
claim for the extension of time and of the ground or grounds therefore and of the period thereof,
unless in any case the Client shall in his discretion, dispense with the requirement of such
notice and certify the extension of time provided further that in cases in which any extension
of time has been granted, the aforesaid provisions relating to payment of damages for default in
completion of the work within the time so extended shall apply.
Note :-
1) The definition of added, varied & alter shall mean as under:-
a) Added: - Any extra work not included in the tender. Added works mean other than
not included in the tender costing not more than 10% of the work.
b) Varied: -Major change and/or shifting of location(s) after one month of the
anticipated date of commencement of that activity.
Signature of Contractor No. of Corrections Signature of Client
121
c) Alter: - Any major change in plan or specifications after one month of the anticipated
date of commencement of that activity.
2) The BAR / PERT Chart shall be modified at every mile stone as stated under clause
no.12.22 by keeping original contract period to complete the project within contact period
by deploying more labour and machinery.
3) All independent work activity shall be completed within contract period such as road,
compound wall, storm water drain, street light & tree plantation etc.
4) Work activities which are coming in critical path of PERT chart will be considered for
extension if applicable.
10.14 FINAL CERTIFICATE TO CONTRACTOR :
On Completion of the work, the Contractor(s) shall be given a certificate by the Client of such
completion, but no such certificate shall be given nor shall the work be considered to be
complete until the Contractor(s) remove from the premises on which the work shall have been
executed, all scaffolding, surplus materials and rubbish and clean off the dirt from all
wood work, doors, windows, walls, floors, etc., or upon which the work has been executed,
or of which he/they had possession for the purpose of executing the work, or until the work
has been measured by the Client or where the measurements have been taken by the
Contractors until they received the approval of the Client. The said measurements shall be
binding and conclusive on the Contractor(s). If the Contractor(s) fails to comply with the
requirements of this clause as to the removal of scaffolding, surplus materials and rubbish
and cleaning of dirt on or before the date fixed for the completion of the work, the Client
may, at the expense and risk of the Contractor(s) remove or arrange for a third party to
remove such scaffolding, surplus materials and rubbish, and dispose of the same as he thinks
fit and clean off such dirt as aforesaid; Further, the Client shall not render itself liable for any
civil or criminal action by doing the aforesaid and the Contractor(s) shall forthwith pay the
amount of all expenses so incurred, but will have no claim in respect of any such
scaffolding or surplus materials as aforesaid, except for any sum actually realized by the
sales thereof.
If the Contractor fails to pay such charges, it shall be deducted by the Client from the dues to
be paid to the Contractor, or from security deposit.
10.15 ACTION WHEN CONTRACTOR(S) BECOMES DEFAULTER :
If the Contractor(s) shall become bankrupt or if bankruptcy or liquidation proceedings are
commenced against it or likely to be commenenced against it, or if it enters into any
arrangement with or makes any assignment/compromise for the benefit of its creditor/s or is
Signature of Contractor No. of Corrections Signature of Client
122
likely to do so, or or if a liquidator or receiver is appointed for its assets or it has suspended or
delayed the performance of its part of the contract (except on account of causes mentioned in
Clause 13 or in consequence of its not having proper instructions for which the Contractor(s)
shall have duly applied), the Client shall have the right to terminate to the Contract. Further, it
shall be lawful for the Client to enter upon the Site, and take possession of the Works and to
employ any other person or persons to carry out and complete the same, and to authorize such
person(s) to use the plant, materials and any other property of the Contractor(s) upon the Works.
Further, the Client shall not render itself liable for any civil or criminal action by doing the
aforesaid.
The costs and charges which may be incurred in carrying on and completing the said Works
shall be payable to the Client by the Contractor(s), and may be set off by the Client against any
moneys due or to become due to the Contractor(s). The use of patented materials, methods and
design will, however, be restricted only for the purpose of completion of the incomplete works.
10.16 PAYMENT OF CONTRACTOR (S) / DEVELOPER (S) FOR WORK DONE :
The Contractor (s) shall be paid at the time of R.A. Bills, a sum equal to 75% of the total
value of work done since the last payment according to the schedule of payment attached. Such
retained amount will be released in the next alternate R.A. Bill, provided the Architect cum
PMC certifies that all the test results are received and are satisfactory and the quality of work is
as per tendered specifications and all directions issued by the GP PARSIK BANK have been
complied in toto.
Payment will be released only when the item is complete. If the item of Work is not complete
for all buildings, then proportionate payment based on the Built-up area (percentage of the Item
x Built up area of building/Total Built up area) only will be released.
10.17 COMPLETION CERTIFICATE IN THE FORM OF FIN AL BILL :
The certificate of the Client hereinafter referred to showing the final balance due or payable to
the Contractor(s) shall be conclusive evidence of the works having been duly completed, and
that the Contractor(s) shall be entitled to receive payment of the final balance in accordance
with such certificate, but without prejudice to the liability of the Contractor(s) under the
provision of clause 10. Format of Completion Certificates are annexed herewith as Form
No.19.5.
Signature of Contractor No. of Corrections Signature of Client
123
10.18 CLAIM OR COMPENSATION FOR ALTERATION OR RESTRICTION
OF WORK :
1. If at any time after the execution of the contract documents, the Client shall for any reason
what so ever (other than default on the part of the Contractor(s), for which the Client is
entitled to rescind the contract), desires that the whole or any part of the work should not be
carried out, he shall give to the Contractor a notice in writing of such desire, and upon the
receipt of such notice, the Contractor(s) shall forthwith suspend or stop the work wholly or
in part as required, after having due regard to the appropriate stage at which the work should be
stopped or suspended so as not to cause any damage or injury to the work already done or
endanger the safety thereof, provided that the decision of the Client as to the stage at which the
work or any part of it could be or could have been safely stopped or suspended shall be
final, conclusive and binding on the Contractor. The Contractor(s) shall have no right to claim
to any payment or compensation what so ever by reason of or in pursuance of any notice as
aforesaid, on account of any suspension, stoppage or curtailment except to the extent specified
hereinafter.
2. Where the total suspension of work ordered as aforesaid is continued for a continuous
period exceeding one hundred and eighty (180) days, the Contractor(s) shall be at liberty to
withdraw from the contractual obligations under the contract so far as it pertains to the un–
executed part of the work by giving a thirty (30) days’ prior notice in writing to the Client,
within thirty (30) days prior to the expiry of the said period of one hundred and eighty
(180) days, of such intention and requiring the Client to record the final measurement of the
work already done and to pay the final bill.
Upon giving such notice the Contractor(s) shall be deemed to be discharged from his
obligations to complete the remaining unexecuted work under his contract. On receipt of such
notice, the Client’s Engineer shall proceed to complete the measurements and make such
payment as may be finally due to the Contractor within a reasonable period from the
receipt of such notice in respect of the work already done by the Contractor.
The decision of the Client in this regard shall be final, conclusive and binding on the
Contractor.
3. In case of act of enemies of the State or any other reasonable cause beyond the control of
Client, the Client may grant such extension of time for the completion of the works as shall
appear to the Client to be reasonable in accordance with the circumstance of the case. The
decision of the CLIENT as to the extension of time shall be accepted as final by the
Signature of Contractor No. of Corrections Signature of Client
124
Contractor(s). In the event that, in the discretion of the Client, the Client is of the opinion that,
even if an extension of time is granted it may not be possible to carry out the works, the Client/
Architect cum PMC shall certify that the Contract has been frustrated. The Contractor shall
make the Site safe and stop work as quickly as possible after receiving this certificate and shall
be paid for all work carried out before receiving it.
10.19 COMPENSATION UNDER THE WORKMEN’S COMPENSATIO N ACT : The Contractor(s) shall be responsible for and shall pay any compensation to his workmen
which may be payable under The Workmen’s Compensation Act, 1923 (VIII of 1923 hereinafter
called the “said Act”) for injuries suffered by them. If such compensation is paid by the Client
as Principal Employer under sub-section (1) of section 12 of the said Act on behalf of the
Contractor(s), it shall be recoverable by the Client from the Contractor(s).
Work compensation insurance policy shall be in
force till the expiry of defect liability period of work i.e. 5 years w.e.f. date of completion of
project.
10.19 A MEDICAL AID TO WORKERS :
The Contractor(s) shall be liable to pay the expenses of providing medical aid to any workmen
who may suffer any injury as a result of an accident at or near the work–site, whether such
accident takes place on a holiday or on a working day. It shall be open to the Client to incur the
requisite expenses for providing such medical aid and to recover the same from the Contractor
(s). Certificate of the medical practitioner and authenticated Architect cum PMC about amount
of expenses actually incurred on providing such medical aid shall be final, binding and
conclusive against the Contractor(s)
10.20 PAYMENT / REFUND OF QUARRY FEES, ROYALTIES, ETC. : All quarry fees, royalties, octroi duties and ground rent for stacking materials, if any, shall be
paid by the Contractor(s).
10.21 SECURITY DEPOSIT : The person/persons whose tenders may be accepted (hereinafter called “the Contractor(s)”
which expressions shall Unless excluded by or repugnant to the context include his / heirs,
executors, administrators and assigns) shall
a) within ten (10) days of the receipt by him of the notification / letter of the acceptance of his
tender deposit with the Client in cash or in the form of Term Deposit Receipt or Bank
Guarantee from Nationalized/Scheduled Bank a sum sufficient to make up the 50% of the total
Security Deposits specified in the tender;
Signature of Contractor No. of Corrections Signature of Client
125
(b) remaining 50% of the Security Deposit shall be deducted at the rate of *5% (Five
percent) of all money till full Security Deposit is recovered. Such deduction shall be held by the
Client by way of Security Deposit. Provided always that, in the event of the Contractor(s)
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(s) to the Client under the
terms of his contract may be deducted from or paid by the sale of a sufficient part of his
Security Deposit or from any sums which may be due or may become due to the Contractor(s)
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(s) shall within ten (10) days
thereafter, make good in cash as aforesaid any sum or sums which may have been inducted from
or raised by sale of his Security Deposit or any part thereof.
The Security Deposit referred to will not be converted into interest–bearing securities.
If the amount of the Security Deposit to be paid in a lump sum within the period specified at (a)
above is not paid, the tender /contract already accepted shall be considered as cancelled and
Earnest Money Deposit will be forfeited.
The Security Deposit lodged by a Contractor (s) shall be refunded after the expiry of three (3)
months from the date on which the final bill is paid or after the expiry of the date up to which
the Contractor(s) has agreed to maintain the work in good order, that is the defect liability
period of Five (5) years whichever is later.
The Security Deposit lodged by the Contractor(s) shall be returned to him on the expiry of the
period of guarantee mentioned in clause12.10A after deducting there from the amount of
expenses, if any, due to the Client under this Agreement.
10.22 COMPENSATION FOR DELAY AND PERCENTAGE OF WORK
TO BE EXECUTED WITHIN THE STIPULATED TIME :
The date stipulated for carrying out the work as mentioned in the tender shall be strictly
observed by the Contractor(s) and shall be reckoned from the date on which the order to
commence work is given to the Contractor(s). The work shall throughout the stipulated period
of the contract be proceeded with all due diligence (time being deemed to be the essence of the
contract on the part of the Contractor(s), and if the Contractor(s) makes/make default therein,
it shall pay as compensation the sum which may be determined by the Client and further to
ensure good progress of the Work during the execution.
Signature of Contractor No. of Corrections Signature of Client
126
The quantity of work to be done within the specified time would be as follows : 1. ¼ (25%) of the work (in financial terms) within 3/8 time (37%).
2. 4/10 (40%) of the work (in financial terms) within 1/2 time (50%).
3. ¾ (75%) of the work (in financial terms) within ¾ time (75%).
4. 100% work (in financial terms) within stipulated time period.
All the Work including all buildings and infrastructural amenities shall be complete in all
respects within the specified period of the contract, including monsoon.
In the event of the Contractor(s) failing to comply with the aforesaid schedule, it shall be liable
to pay as compensation an amount equal to one (1) percent of the said lump sum tendered
amount, or such amount as the Client may decide, but not less than Rs.1000/-(Rs. One
thousand) per day for every day upto which the quantity of work shall remain incomplete,
provided the amount to be recovered under this clause and clause no. 12.13, shall not
exceed ten (10) percent of the lump sum tendered amount of the whole work. This amount
is in addition to the amount of liquidated damages mentioned in clause 12.13.
10.23TERMINATION OF CONTRACT : In any case in which under any clause of this contract, the Contractor shall have rendered
himself liable to pay compensation or in the case of abandonment of the work owing to serious
illness or death of the Contractor, or breach of the Contract or insolvency, or the Contractor
fails to maintain the required rate of progress of work, or inordinate delay, or dissolution of
the Contractor’s firm, or any other cause, the Client shall have the power to adopt any of the
courses stated herein-below, as the Client may deem best suited to the interest of the Client.
The Client may terminate such contract by giving 30 days termination notice in writing to
the Contractor, if the reply of the Contractor is not found satisfactory.
a) To terminate the contract (for which 30 day termination notice in writing to the Contractor
shall be conclusive evidence of the termination) and in that case the Security Deposit of the
Contractor shall stand forfeited and be absolutely at the disposal of the Client;
b) To terminate the contract at risk and cost and carry out the work or any part of the
work by the Client debiting the Contractor with the cost of completion of the balance work,
expenditure incurred on tools and plant, and charges on additional supervisory staff
including the fees payable to Project Management Consultant & Architect cum PMC & other
agencies employed for getting the un-executed part of the work completed and crediting him
with the value of the work done by the Client in all respects in the same manner and balance
work not to be higher than contract rates, as if it had been carried out by the Contractor under
Signature of Contractor No. of Corrections Signature of Client
127
the terms of this contract. The certificate of the Client as to the costs and other allied
expenses so incurred and as to the value of the work so done by the Client shall be final,
conclusive and binding on the Contractor; and
c) To terminate the contract at risk and cost and to order that the work of the Contractor be
measured up and to take such part thereof as shall be un-executed out of his hands, and to
give it to another Contractor(s) to complete, in which case all expenses incurred on
advertisement for fixing a new contracting agency, additional supervisory staff including the
cost of work charge establishment and the cost of the work executed by the new agency will
be debited to the Contractor against the value of the work done or
executed through the original Contractor shall be credited to the Contractor in all respects and
in the same manner and at the same rates as if it had been carried out by the Contractor under
the term of his contract.
The certificate of the Client as to the total cost of the work and other expenses incurred as
aforesaid for or in getting the unexecuted work done by the new Contractor and as to the value
of the work so done shall be final, conclusive binding on the Contractor.
Note:- On such termination, a joint measurement than be carried out by the Client or its
representative and the Contractor or its representative, if Contractor fails to participate in
such joint measurement despite written communication by the Client, the measurement
taken by Client or its representative shall be binding on the Contractor. Payment calculations
for the work done by the Contractor shall be done on quantum meruit basis.
In case the contract is terminated in accordance with Clause (a) above, the Contractor shall
not be entitled to recover or be paid any sum for any work thereto actually performed by him
under this contract unless and until the Client shall have certified in writing the performance of
the such work and the amount payable to him in respect thereof and he shall only be entitled to
be paid the amount so certified.
In the event of either of the courses referred to in clause (b)or (c) being adopted and the cost of
the work executed by the Client or through a new Contractor and other allied expenses
exceeding the value of such work credited to the Contractors, the amount of excess shall be
deducted from any money due to the Contractor, by the Client under the contract or
otherwise howsoever from his Security Deposit or the sale proceeds of his assets movable or
immovable as may be applicable thereof. Provided, however the Contractor shall have no
claim against the Client even if the certified value of the work done by the Client or
through a new Contractor exceeds the certified cost of such work and allied expenses,
provided always that whichever of the three courses mentioned in Clauses (a), (b), (c)
Signature of Contractor No. of Corrections Signature of Client
128
hereinabove is adopted by the CLIENT , the Contractor shall have no claim to compensation for
any loss sustained by him by reason of his having purchased or procured any materials, or
entered into any engagements or made any advance on account of or with a view to the
execution of the work in the performance of the contract.
10.24 LIABILITY FOR DAMAGE ARISING FROM NON-PROVISI ON OF LIGHT,
FENCING, ETC. :
The Contractor(s) shall provide all necessary fencing and lights required to protect the public
from any accident and the Contractor(s) shall be bound to bear the expenses of defense of every
suit, action or other legal proceedings that may be brought by any person for injury sustained
by him owing to neglect of the above precautions and such a Contractor(s) shall have to pay
any damages and costs which may be awarded to any such person in any such suit, action or
proceedings or any amount which may with the consent of the Contractor(s) be paid for
compromising any claim by any such person.
10.25 LIABILITY OF CONTRACTOR(S) FOR ANY DAMAGE DON E IN OROUTSIDE
WORK AREA :
Compensation for all damage done intentionally by the Contractor(s)/ Contractor(s)’ labour
whether in or beyond the limits of the Client’s property including any damage caused by the
spreading of fire mentioned in Clause 11 as above shall be estimated by the Client or his
representative. The Contractor(s) shall be bound to pay the amount as assessed by the Client
and such an assessed compensation shall be paid by the Contractor (s) on the Client’s demand.
In the event of the Contractor(s)’ failure to do so, the Client shall recover from the Contractor
any sums that may be due or may become due from the Client to the Contractor(s) under this
contract or otherwise.
10.26 WORK ON SUNDAYS OR WEEKLY OFF :
No work shall be done on weekly off without the sanction in writing of the Client. The weekly
off shall be declared by the Contractor on the commencement of the work.
10.27MINIMUM AGE OF PERSONS EMPLOYED, THE EMPLOYMEN T OF
DONKEYS AND OTHER ANIMALS AND THE PAYMENTS OF FAIR WAGES :
i) No Contractor(s) shall employ any person who is under the age of eighteen (18) years.
ii) No Contractor(s) shall employ donkeys or other animals with breaching of string or thin rope.
The breaching must be at least three inches wide and should be of tape (Newar).
Signature of Contractor No. of Corrections Signature of Client
129
iii) No animal suffering from sores, lameness or emaciation or which is immature shall be
employed on the work.
iv) The Client or his representative is authorized to remove from the work any person or
animal found working which does not satisfy the conditions mentioned herein above and the
Client shall not be liable for any delay caused in the completion of the work by such removal.
v) The Contractor(s) shall pay fair and reasonable wages as per the existing acts to the workmen
employed by him.
In the event of any dispute arising between the Contractor(s) and his workmen on any
grounds including that the wages paid are not fair and reasonable, the dispute shall be resolved
by the Contractor. . The existence of the dispute or the decision, if any, shall not in any way
affect the condition in the Contract regarding the date on which the Work is to be completed.
10.28 METHOD OF PAYMENTS :
Payment of the Contractor(s) will be made by Cheque/Real Time Gross Settlement (“R.T.G.S.”)
drawn on any Bank with which the Client is having an account, provided the amount to be
paid exceeds Rs. 10/-. Amounts to be paid less than Rs. 10 shall be paid in cash.
10.29 ACCEPTANCE OF CONDITIONS COMPULSORY BEFORE TENDERING
FOR WORK & CONDITIONAL TENDERS LIABLE FOR REJE CTION :
All the conditions mentioned in the contract shall be binding on the Contractor (s). Any
conditional offer will be liable for rejection. The Contractor (s) who does not accept the
conditions shall not be allowed to tender for further works and his name shall be removed from
the list of Contractor(s).
10.30 DECISION OF CLIENT SHALL BE FINAL :
Except where otherwise specified in the Tender/Contract, the decision of the Client shall be
final, conclusive and binding on the Contractor upon all questions relating to the meaning of
the specifications, designs, drawings and technical instructions here-in-before mentioned and as
to the quality of workmanship or materials used on the work, or as to any other question(s),
claim(s), right(s), matter(s) or thing (s) whatsoever, in any way arising out of or relating
to the contract, designs, drawings, specifications, estimates, instructions, orders, or the contract
conditions, or otherwise concerning the works, or the execution or failure to execute the
same, whether arising, during the progress of the works, or after the completion or
abandonment thereof.
Signature of Contractor No. of Corrections Signature of Client
130
10.31 TESTING OF MATERIAL OR ANY TYPE OF CONCRETE ELEMENT :
All the tests for testing the quality, durability, strength and soundness of materials of
construction, precast pre-stress, post stress, component, if any, and the building structure as a
whole as specified under various chapters herein will have to be carried out by the
Contractor(s) to the satisfaction of the Client at the Contractor(s)’ cost.
10.32 EMPLOYMENT OF SCARCITY LABOUR :
If Government declares a state of scarcity or famine to exist in any village situated within 16
(sixteen) kms of the work, the Contractor(s) shall employ upon such parts of the work, as
are suitable for unskilled labour, any person certified to him by the Client, who may have
delegated this duty in writing, to be in need of relief. The Contractor shall be bound to pay to
such person wages not below the minimum which the applicable Government authority may
have fixed in this behalf. Any disputes which may arise in connection with the
implementation of this Clause shall be decided by the Client whose decision shall be final
and binding on piece- worker / Contractor(s).
10.33 TAXES , RATES AND CESSES :
The tendered cost shall be inclusive of existing and prospective of all taxes, rates and cesses
and increase in the existing or prospective taxes, rates and cesses and shall also be inclusive of
the tax leviable in respect of Works Contract under the provisions of Maharashtra Sales
Tax / VAT on Transfer of Property in Goods involved in the execution of Works Contract Act
1985 (Maharashtra Act XIX of 1985) or any service tax amendment or substitution thereof.
10.34 RECOVERY OF AMOUNT DUE TO THE CLIENT :
On account whatsoever which the Contractor(s) is liable to pay to the Client in connection with
the execution of the work including the amount payable in respect of
(i) materials and or stores supplied/issued hereunder by the Client to the Contractor (s);
(ii) hire charges in respect of heavy plant, machinery and equipment given on hire by the Client
to the Contractor(s) for execution by him of the work and/ or material on which advances have
been given by the Client to the Contractor(s) shall be deemed to be arrears of Land Revenue and
the Client may without prejudice to any other rights and remedies recover the same from the
Contractor(s) as arrears of Land Revenue/VAT etc. surcharges thereon.
Signature of Contractor No. of Corrections Signature of Client
131
10.35 EMPLOYMENT OF LABOUR :
The Contractor(s) shall employ at least 80 percent of the total number of unskilled labourers to
be employed by him on the said work from out of the persons ordinarily residing in the district
in which site of the said work is located. Provided however that if those required number of
unskilled Labourers from that district are not available, then the Contractor(s) shall in first
instance, employ such number of persons as are available and thereafter may with
previous permission in writing of the Client of the said work, obtain the rest of the
requirement of the unskilled labourers from outside the District.
10.36 REASONABLITY OF COMPENSATION :
All sums payable by the Contractor(s) by way of compensation Under any of these
conditions shall be considered as a reasonable compensation to be applied to the use of the
Client without reference to the actual loss or damage sustained, and whether any damage has
or has not been sustained.
10.37 CHANGE IN CONSTITUTION OF FIRM :
Any change in the constitution of the contracting firm shall be forthwith notified by the
Contractor(s) to the Client for his information & record. If such a change in the constitution of
the contracting firm of the Contractor is not notified to the Client within fifteen (15) days, then
the same shall be held as breach of contract and a legal proceeding will follow.
10.38 INSURANCE COVER FOR THE WORK - CONTRACTOR ALL RISK (CAR)
POLICY TILL EXPIRY OF DEFECT LIABILITY PERIOD (i.e. 5 years w.e.f. Date of
completion of project)
Without limiting his obligations and responsibilities under any other clause above, the
Contractor(s) shall prior to commencement of work(s), insure in the joint names of the Client
and the Contractor(s) against all loss or damage from whatever cause arising, other than the
excepted risks for which he is responsible under the terms of the contract and in such manner
that the Client and Contractor are covered for the period of contract including extension
of time limit or after completion of work & further Five (5) year defect liability period as
stipulated in contract hereof and for any loss or damage occasioned by the Contractor(s) in
the course of any operations carried out by him for the purpose of complying with his
obligations under Clauses as below :
Signature of Contractor No. of Corrections Signature of Client
132
a. The works for the time being executed to the value as shown on the last issued payment
certificate plus ten (10) percent thereon (to allow for any additional costs and professional fees
resulting from the loss or damage together with the materials on site for the incorporation in
the works at their replacement cost.
b. The Constructional Plant and other things brought on to the site by the Contractor(s) to the
replacement value of such constructional Plant and other things.
c. It shall be the responsibility of the Contractor(s) to notify the insurance company of any
change in the nature and extent of the works and to ensure the adequacy of the insurance cover
at all times during the duration of the contract.
d. If the Contractor(s) receives instructions from the Client to insure against War Risk such
insurance, shall be at the cost of the Client and shall be into the joint names of the Contractor
and the Client.
e. In these conditions the expression “Period of Maintenance” shall mean the period of
maintenance named in the tender calculated from the date of completion of the Works certified
by the Client in accordance with Clause 12.10-A hereof or in the event of more than one
certificate having been issue by the Client under the said Clause from the respective dates so
certified and in relation to the Period of Maintenance the expression “the works” shall be
construed accordingly.
f. The Works shall at, or as soon as practicable, after the expiry of period of maintenance, be
delivered to the Employer in the condition required by the contract, normal wear and tear
excepted, which shall be to the satisfaction of the Client. At the date of completion of the
Works (as certified under Clause 12.14 here of), the Contractor shall finish the outstanding
Works, if any, as soon as practicable and make good any and all defects, imperfections,
shrinkages, faults as may be required by the Client in writing during the Period of
maintenance or within thirty (30) days after its expiration as a result of an inspection made by or
on behalf of the Client prior to its expiration.
g. All such work shall be carried out by the Contractor (s) at his expense if the necessity
thereof shall, in the opinion of the Client, be due to the use of materials or workmanship
not in accordance with the contract or neglect or failure on the part of the Contractor(s) to
comply with any obligation expressed or implied on the Contractor(s)’ part under the
contract. If in the opinion of the Client, such necessity shall be due to any other
cause the value of such work shall be ascertained and paid for as if it were additional
work.
Signature of Contractor No. of Corrections Signature of Client
133
h. If the Contractor(s) fails to do any such required work as aforesaid , the Client shall be
entitled to employ and pay any other person(s) to carry out the same and if such work which in
the opinion of the Client, the Contractor(s) was liable to do at his own expense under the
contract, then all expenses consequent thereon or incidental thereto shall be recoverable from
the Contractor(s) by the Client or may be deducted by the Client from any amounts payable
or due or which may become due to the Contractor(s).
The Contractor(s) shall, if required by the Client in writing, search under the directions of the
Client and Architect cum PMC for the cause of any defects imperfections or faults appearing
during the progress of the Works or in the Period of maintenance. Unless such defects,
imperfections or faults shall be the ones for which the Contractor(s) is liable under the
contract, the cost of the Works carried out by the Contractor(s) in searching as aforesaid shall
be borne by the Contractor(s) and he shall in such case repair, rectify and make good such
defect, imperfection or fault at his own expenses in accordance with the provision of (f) to (h)
herein-above.
10.39 SUBLETTING OF CONTRACT OR PART THEREOF :
The Contractor(s) shall not sub-let the contract or any part thereof by whatsoever method. Any
breach of this Clause would result in rendering the contract void between the Client and such
Contractor. The Security Deposit of the Contractor shall be forfeited by the Client, in full. The
Contractor, thereon, who has committed breach of the Contract would be reported to the
registering authority for deregistration.
(a) The Contractor may sublet any portion of specified work or part thereof up to certain limit
with the approval of the Client in writing. Subletting shall not alter the Contractor’s obligations.
(b)The Contractor shall not be required to obtain any consent from the Client and the conditions
of subletting will not apply for the appointment of duly licensed Sub-Contractor for following
work portions.
(i) Anti-termite works.
(ii) Plumbing works.
(iii) Centering and Shuttering works.
(iv) Erection of E.S.R.
(v) Water Proofing works.
(vi) Labour Contractor for labour appointment.
(c) Beyond what has been stated in Clause 12.39 (a) and (b) hereinabove, if the Contractor
sublets the Contract or any part thereof, the same shall be treated as an Event of Default and the
Client shall be entitled to terminate this Contract.
Signature of Contractor No. of Corrections Signature of Client
134
(d) Wrongful subletting of the Contract shall be construed as committing misrepresentation and
fraud by the Contractor and appropriate action shall be taken as may be deemed necessary,
including to blacklisting with the Client.
10.40 GUARANTEE FOR DURABILITY OF THE STRUCTURE FOR 35 YEARS :
1. The contractor shall ensure that the structure of building constructed for the tenements are
durable and shall last for a period of 35 years.
2. The strength as well as durability shall be considered explicitly at design stage.
3. The structure shall be designed for loads and stresses as mentioned in IS 456- 2000 as per
provision of DSR. The RCC design of building shall be based on consideration of earthquake
forces as per prevailing relevant IS and seismic coefficient shall be assumed for calculation of
earthquake forces as per prevailing relevant IS codes. The importance factor of building shall be
considered as 1.0
4. There is a danger in case of collapse of buildings/structures to the lives of the people. The
Contractor shall therefore take all precautions in the design and execution of the work. For the
avoidance of any doubt it is hereby clarified that the Contractor shall be solely liable for
accidents, injuries, death and/or damages caused to any individual/s and/or property of any third
party, due to any such collapse and shall indemnify the Corporation and/or its employees, from
costs or liabilities, arising there from (including counsel fees and legal cost).
5. For any type of foundation required for building in case the soil and sub-soil water at site has
high sulphate and chloride content, the contractor shall have to take utmost precautions to obtain
a dense concrete of low permeability.
6. The contractor shall observe method of controlling while designing and constructing various
mechanisms of wear and deterioration of concrete so as to make the structure give satisfactory
service and safety throughout 25 years without undue maintenance.
7. In observing the design controls, various code of practice and design guides, which give
recommendations on durability, shall be followed. The minimum cement content, water cement
ratio, minimum grade of concrete, minimum cover to reinforcement for exposure conditions of
environment in ……… shall be strictly followed.
Signature of Contractor No. of Corrections Signature of Client
135
8. The mix design and concrete of various grades, shall be as per latest relevant IS specifications
keeping in view both strength and durability. The exposure condition shall be got approved from
MERI Nashik/ Government Institutes before start of work.
9. The concrete shall be of low permeability to be durable for 25 years. For this purpose,
a. The concrete shall be strong and dense, with sufficient low water cement ratio,
b. The concrete shall be compacted thoroughly
c. Sufficient hydration of the cement shall be ensured through proper curing methods,
d. The aggregate cement ratio for given aggregate shall be sufficient to provide adequate
workability with low water cement ratio so that concrete can be compacted with means available
with the contractor. Use of plasticizer for workability without increasing the water cement ratio.
10. The contractor shall be responsible for the deterioration of foundations, proposed by him for
50 years and shall ensure the controlling system against the mechanism of their deterioration
keeping in view the high content of sulfate and chlorides in the soil and subsoil water.
11. The contractor shall be responsible for the durability of open foundation / pile foundations
and pile caps, plinth beams, superstructure, columns, beams, slabs cast in situ, precast and AAC
slabs, walls of water tank, lift shaft and machine room for 25 years particularly in view of
corrosion of steel.
12. The contractor shall be responsible for 25 years against the creep and long term excessive
deflection of AAC slabs in specific and othe structural members (where deflection is the criteria
for design) like slabs, beams, lintels, etc.
13. The contractor shall be responsible for 25 years for the durability of the structure.
14. The contractor shall ensure by design and construction controls, the minimum permissible
crack width during 35 years and shall be responsible for development of active cracks in the
structure for the 35 years. Also Contractor shall rectify the leakages occurs during 7 years
guarantee period of water proofing.
15. The contractor shall be responsible for 35 years for damage – deterioration of structural
members due to weathering effect.
Signature of Contractor No. of Corrections Signature of Client
136
16. The GP PARSIK BANK shall inspect the building once in a year for the said guarantee
period of 35 years for its durability and inform the contractor. The repairs needed shall have to
be done by the contractor at their risk and cost.
17. The contractor shall ensure that the work is executed with adequate supervision and that the
execution of construction complies with specification. The contractor shall carry out various test
on material s and finished items as per relevant IS specifications.
18. The curing affects primarily the concrete in the cover to the reinforcement and by definition
this is the concrete that protects the reinforcement for corrosion by the ingress of aggressive
agent. The contractor shall therefore give very special attention to the curing of concrete. The
period of curing mentioned in IS code shall be strictly adhered to. The water use for curing shall
be potable.
19. The contractor shall give special attention to maintain the specified cover during execution
as this is very important to transfer the forces in reinforcement, to provide fire resistance to the
steel and to protect an alkaline environment at the surface of the steel.
20. The contractor shall ensure in the design and construction that there shall be no excessive
deflection, creep, and cracks in the structure beyond permissible limits for 35 years.
Signature of Contractor No. of Corrections Signature of Client 137
11. SCHEDULE “A” SUPPLY OF MATERIAL
NAME OF WORK : Construction At Koparkhairne, Dist. Thane.
11.1 SCHEDULE “A”
Schedule Showing (approximately) the material to be supplied at the Site of Work contracted
to be executed and the rates at which they are to be charged.
Sr.
No. Particulars of Material
Approximate
Quantity Rate Unit
Place of
Delivery
--------- NIL ---------
Note : Client will not supply any material to the Contractor.
Signature of Contractor No. of Corrections Signature of Client 138
11.2 CONDITIONS GOVERNING SUPPLY OF MATERIAL
11.2.1 Quantities of materials will not be supplied by the Client as directed in Schedule
“A”. The Contractor is liable for supply of the said material, as required for execution of the
work.
11.2.2 Contractor should make his own arrangements to arrange for the correct quality and
quantity of the materials as required for execution of the work.
11.2.3 Client will not pay for transportation of material required for work. It shall be the duty
the Contractor, to arrange for the transportation and ensure that the said materials are
transported at the site, without any damage. In the event of any damage to the said materials,
in transit or while loading or unloading the said materials. Contractor shall be liable to
replace the said materials immediately, and of same quality to ensure timely completion of
the work.
11.2.4 Supply of required materials is the responsibility of Contractor.
11.2.5 The Contractor at his own expenses shall remove and replace the materials not
confirming to the required standards as desired by the Client at once from the site of work.
11.2.6 Supervision charges will not be levied on the cost of such materials as are used for
bonafide Client works.
11.2.7 The Contractor shall be liable on account of delay in the supply of material. The
Contractor should be aware of the day to day position of availability of the materials on the
site as required for the work.
11.2.8 After execution and completion of the work, the remaining quantity of material on site
of work after completion of work will be the property of Contractor.
11.2.9 The material purchased by the Contractor will be inclusive of all taxes, Sales Tax,
Municipal octroi, General Tax or any other tax or duties, etc. Client is not responsible for
reimbursement of the same.
11.2.10 Cement should be procured only from the standard Cement Company in
standard jute or paper bags as received from the cement suppliers.
11.2.11 Cement will be in jute or paper bags considering the cement as 50 Kg. Per bag (one
M.T. = 20 bags) where cement is required to be used on weight basis, no claims for any
variation in weight of cement supplied in jute or paper bags will be entertained.
Signature of Contractor No. of Corrections Signature of Client 139
11.2.12 The Contractor shall within the period stipulated by the Engineer, submit the
estimate of his total requirement of cement, shall place order with its Supplier of its monthly
requirements at least one month in advance of planned use or as directed by the Client. The
Contractor shall so place his order assuming that, the utilization of cement will not be
later than 60 (sixty) days after the receipt thereof. Cement shall not be used on the work
except with written permission of the Client and only after the satisfactory passing tests of
that may be specified. The testing charges will have to be borne by the Contractor.
11.2.13 The Contractor shall furnish to the Client the account of steel, cement etc. obtained
by him at each time before placing order for further supply. Also he should submit on the
completion of the work, final account of all the materials obtained by him. The Client will
scrutinize this account.
11.2.14 All materials as specified above will have to be arranged for by the Contractor. The
Client may recommend Contractor’s applications for license and permits.
11.2.15 Contractor either in coil or straight, shall procure bars as they are received from
the manufacturers or suppliers and no extra payment for straightening the same will be
made.
11.2.16 While paying for the item of reinforcement, the weight of steel used on the
work shall be calculated on the basis of length and standard weight per unit length.
Claims on account of difference in actual weights and calculated on the basis of length shall
not be entertained.
11.2.17 Client will pay no rate difference of material purchased by Contractor from market
and rate considered in Schedule “B” items.
11.2.18 The Contractor from site of work, on his own cost will arrange for the lifting unused
materials from the site to _____________.
11.2.19 The Contractor will have to construct a shed for storing material, such as
Cement and Steel at work site having double locking arrangement. One lock of the Client
and the other one of the Contractor. All requirements as concerning storage of cement have
been mentioned in chapter 16. The materials including cement and steel will be taken out for
use in presence of an authorized representative of the Client. No materials shall be allowed
to be removed from the site of work, without the written permission of the Client.
11.2.20 Pieces of steel will not be accepted back by the Client.
Signature of Contractor No. of Corrections Signature of Client 140
11.2.21 The Contractor shall maintain a Separate register on site for recording daily item
wise cement and steel consumption on the work. This register shall be signed daily by the
Contractor or his authorized representative and got signed daily from the representative of
the Client.
11.2.22 The Contractor should submit a copy of Transport Challans, Money receipt for a
cement and steel purchased by him and brought at site along with each R.A. bill.
Signature of Contractor No. of Corrections Signature of Client 141
12. ADDITIONAL GENERAL CONDITIONS 12.1CONDITIONS :
The Contractor(s) shall provide adequate storage space for storing cement and the
Contractor(s) shall for this purpose, provide a store which shall have the requisite
storage capacity, for the aforesaid purpose. The storage space so provided by the
Contractor(s) should be in addition to the space required for storing empty cement bags. In
case of failure to provide the requisite store as stated above, the same shall be provided at
the Contractor(s)’ risk and cost, as may be directed by the Client.
12.1.1 The lump sum offer of the Contractor(s) shall be inclusive of all taxes, duties
including but not limited to town duty, etc., to be paid to the Contractor(s) for the
material required for the Work, and no extra payment shall be made to the Contractor(s)
on any account thereof.
Further, the tendered cost shall be inclusive existing and prospective of all taxes, rates and
cesses and increase in the existing or prospective taxes, rates and cesses and shall also be
inclusive of the tax leviable in respect of works contract under the provisions of Maharashtra
Sales Tax / VAT on Transfer of Property in Goods involved in the execution of works
Contract Act 1985 (Maharashtra Act XIX of 1985) or any service tax amendment or
substitution thereof.
12.1.2 In case of failure on the part of the Contractor(s) to comply with any of the
instructions given in the notes under this tender, the Client shall be at liberty to get
the Works executed through any other party, at the risk and cost of the Contractor(s) and
recover the expenditure borne by the Client for getting such Works done from the
Contractor(s)’ pending bills / security deposit / or other dues.
12.1.3 In view of the difficult position regarding availability of foreign exchange, no
foreign exchange will be released by the Client for the purpose of the plant and machinery
required for the execution of the work.
12.1.4 The Contractor(s) shall sign each page of the “Contract”.
12.1.5 The Contractor(s) shall make itself aware of the departmental / corporation procedure
right from the acceptance of the tender condition, to the payment of the final bills, including
any interim payment.
12.1.6 The Contractor(s) shall have to supply at his own cost, adequate number of printed
R.A. bill forms in the prescribed form, with complete description of all items of the Works as
per tender for preparation of running account bills and final bills. If such bill forms are not
supplied in the manner stated above, the Contractor(s) shall be charged at the rate of
Rs.10.00 (Rupees ten) per sheet subject to minimum of Rs. 5.00 (Rupees five) per bill copy
of the bills types in the offices of the corporation.
12.1.7 The Contractor(s) should submit every month, the accounts of consumption of steel
Signature of Contractor No. of Corrections Signature of Client 142
12.3 NOTICES TO LOCAL BODIES :
12.3.1 The Contractor(s) shall comply with, and shall issue all the notices required under
any Governmental authority instrument, rule or order made under any Act of Parliament,
State laws or any regulation or Bye-laws of any local authority or public utility concern
relating to the works, as applicable in India. The contractor shall be liable for the payment
of all fees, taxes, etc., as payable under any of the aforesaid acts, rules or laws.
The Contractor(s) shall, before making any variation from the contract drawings necessitated
by such compliance, provide the Client, a notice giving reasons for the proposed
variations and obtain Client’s instruction thereon. In case the Client, does not permit such
variation, the Contractor shall comply with the instructions of the Client.
12.3.2 The Contractor(s) shall pay and indemnify the Client against any liability
incurring to the client in respect of any fees or charges payable by the Contractor, under any
act of Parliament, State laws of any Governmental instrument, rule or order, any regulations
or Bye-laws of any local authority or public utility concern in respect of the work.
12.4 DISCREPANCIES IN DRAWINGS OR SPECIFICATIONS :
The drawings and specifications are to be considered as mutual explanations of each other,
and mutually supportive of each other, with the detailed drawing being followed in
preference to small-scale drawings, and figured dimensions in preference to scale, and the
special conditions in preference to general conditions.
12.4.1 Special conditions, dimensions, specifications, scope of work given in the tender
Drawings shall be followed by the Contractor(s).
12.4.2Tender drawings Vol-III is likely to be modified at the time of actual execution
within a given scope of work.
12.4.3 “Execution Drawings” shall be issued to the Contractor as & when necessary.In the
event any discrepancies appear or any misunderstanding arise, as to the materials or the
due and proper execution of the work, or as to the measurement or quality and
valuations of the work executed under this contract, or as beyond the scope of work,
thereupon, the same shall be explained by the Client and his explanation shall, subject to
the final decision of the Managing Director, be binding upon the Contractor(s) and
the Contractor(s) shall execute the work according to such explanation (subject as aforesaid)
and without extra charge and shall also perform all such works and things as may be
necessary for the proper completion of works as implied by the drawings and specifically
shown and described in the said drawings and specifications.
Signature of Contractor No. of Corrections Signature of Client 143
12.5 USE OF ISI (Indian Standards Institute) SPECIFICATI ONS :
In case where no particular specifications are given for any articles to be used under the
contract, the relevant specification as per the Indian Standards Institute or Uniform
Building Code, U.S.A., whichever is more stringent, shall apply.
12.6 MISSING ITEM/SPECIFICATION/WORKS :
The Contractor(s) shall at the time of Pre-Bid Meeting i.e. before submitting his offer,
bring to the notice of the Client, any missing item of construction activity or
specification which in its view, is absolutely necessary for the completion of building
work and / or if any material of particular make / brand as mentioned in the
approved list of material is not available, then he/they should bring the same to the notice of
the Client. After the due notice as above, in the event the missing items are duly approved
by the Client, the Contractor(s) may thereupon include such missing items, as
addendum/corrigendum to the contract, otherwise it shall be assumed that the
Contractor(s) will carry out such missing item at no extra cost, i.e. to say, work shall be
completed in all respects without extra compensation for not mentioning particular item of
work which may be essential for successful and satisfactory completion of the said work.
12.7 ADDITIONAL / EXTRA WORK DURING DUE COURSE OF CONSTRUCTION : The Contractor shall carry out the additional or Extra work other than those mentioned in
the Contract if it is ordered by Client in written form in due course of construction or even
after completion of work as found necessary by the Client. The payment against such item
will be done factoring the current DSR of the division in which work lies, along with actual
rate analysis as per lead of material specified in the contract.
12.8 DELETED / ADDITIONAL ITEM OF WORK DURING DUE COURSE OF CONSTRUCTION :
The work which are not carried out by contractor as specified in contract and for which the
rate has been quoted by the Contractor or if the client has informed in written form to the
contractor for deletion of particular item of work and directed for new item of work to be
performed instead, due to change in scope of work or specification or by any reasons
whatsoever, then client will adjust the amount to be paid against the new item, with the
amount quoted by the Contractor against deleted item of work and thereby pay for new item
of work factoring the current DSR of the division in which work lies along with actual rate
analysis as per lead of material specified in the contract.
Signature of Contractor No. of Corrections Signature of Client 144
12.9 LEAD OF MATERIAL :
The lead of material for additional / extra rate list as well as for deleted or curtailed or
omitted works if any in due course of construction or even after completion of work is as
under :-
SR. NO. DESCRIPTION OF MATERIAL LEAD (km) 1 Sand 15 km. 2 metal below 40mm 14 km. 3 metal above 40mm 34.50 km. 4 rubble stone 34.50 km. 5 Murum 13 km. 6 Fly ash bricks 28 km.
12.10 DEFECT, DEFECTIVE WORKS AND DEFECT LIABILITY PERIOD (DLP):
The term “Defect” includes but is not limited to imperfection, inadequacy, lack in supervision,
mistakes and errors in work; shortfalls, shortcoming and faults & flaw in execution; use of
substandard and non- approved material, imperfect fixing of material, fixtures & fittings;
unsatisfactory quality & workmanship; Resulting of dampness & leakages; works not in line
& level; interrupted electrical supply; choke-up of drainage, water supply line(s), inspection
chamber(s) & storm water drain(s); camber & gradient of road, etc and which is not considered
to be satisfactory by the Architect cum PMC / Client.
Defective work & Defect Liability Period (DLP) :
The Contractor shall be liable to carry out the rectification or replacement of defective work /
material within a period of s days from the date the Client notifies it of such defect, respectively
falling within the above definition pointed by the Client, during defect liability period of 5 (five)
years from the date of virtual completion of work duly certified by Architect cum PMC and
accepted by Client.
The work should not be considered completed without correct and continuous water supply and
electricity supply and without handing & taking of possession of buildings by the Client.
However, after completion of work, if buildings are not taken in possession by user agency in
that case the date certified by Architect cum PMC and accepted by Client will be considered as
final virtual completion of work. The contractor will have an option to submit the Bank
Guarantee from a nationalized or Multi-State Scheduled Bank, equivalent to the total value of
security deposit in lieu of security deposit during the DLP.
Signature of Contractor No. of Corrections Signature of Client 145
The date of virtual completion certificate will be considered for defect liability period as
certified by Architect cum PMC & accepted by the Client.
12.11 DISQUALIFICATIONS FOR PARTICIPATION IN TENDE R PROCESS OF GP PARSIK BANK Even though the tenderer meet the criteria as stipulated herein, they are subject to be
disqualified in the following cases :
1. The contractors who have been terminated on risk and cost shall be permanently
barred from participation in the tender process of GP Parsik Bank
2. The contractors who have been charged with compensation, shall be banned for such
participation in tender process of GP Parsik Bank till the completion of the assigned
work.
3. The contractors who have delayed the projects for more than 3 months shall be
banned for such participation for 6 months from the date of completion of the
assignment.
4. If the project is delayed beyond 6 months, the disqualification will be for one year
from the date of completion of that work.
5. If the project is delayed for more than one year the contractor shall be barred
permanently.
6. The tenderer has made misleading or false representation in the forms, statement and
attachments submitted ; or
7 The Tenderer has records of poor performance during the last 3 (three) years, as on
the date of submission of the bid, such as abandoning the work, rescinding of the
contract for which the reasons are attributable to the non performance of the tenderer
or its constituents, inordinate delays in completion, consistent history of litigation /
arbitration awarded against the tenderer or any of its constituents or financial failure
due to bankruptcy etc.,
8 Any company / entity blacklisted by GP Parsik Bank or by any government,
organization in India including a local authority is prohibited in participating in this
tender.
9 Canvassing or lobbying by a tenderers with regard to the tender and its bid in any
form, will lead to disqualification of the bid. These norms shall be observed strictly to expedite the projects and its timely completion.
Signature of Contractor No. of Corrections Signature of Client 146
12.12 PHOTOGRAPHS & INSTALLATION OF CCTV (Close Cir cuit Television)
CAMERA :
Contractor & Architect cum PMC shall furnish the photographs independently in various angles
and shall record the date of the work completed, to the satisfaction of the Architect cum PMC
and Client, at every stage i.e. Excavation, Reinforcement placing & Concrete work of
foundation, column, beam, slab, underground water tank, over head water tank, finishing work
such as Flooring, Plumbing and Sanitary fitting, Compound wall, Road work including
Excavation, W.B.M. layers, Bituminous work etc. for verification of progress, quality &
workmanship of work. Client will direct for rectification of work at any stage even during
defect liability period if work is not durable / sound in quality & perfect in workmanship &
aesthetic view.
Contractor shall install CCTV camera on site of work along with internet connection to observe
the live activity of works in conference hall of Client.
Signature of Contractor No. of Corrections Signature of Client
147
13. ADDITIONAL GENERAL SPECIFICATIONS 13.1 STORAGE OF CEMENT:
15.1.1 Cement required for use in the works shall be as fresh as possible and stored on planks
raised 45 (forty five) cm above the floor and stacked 30 (thirty) cm away from the wall,
and in a suitable closed weather proof buildings at the work site, in such a manner so
as to prevent deterioration by dampness or moist atmosphere or intrusion of foreign
matter. The Contractor(s) shall store the cement of different grades in separate godowns.
Further, cement from different brand and different batches shall be stored in separate
stacks by the Contractor (s). Due care shall be taken by the Contractor(s) to ensure that
cement of different grades, made of different brand or different batches are not be mixed in
any manner whatsoever.
13.1.2 Cement stored for over two (2) months, from the date of its manufacture
from the factory, shall be subjected to testing and shall be used only if found satisfactory.
13.1.3 The Contractor(s) shall store the cement under a double locking arrangement. The
Contractor(s) shall store the cement in each of the cement storeroom in such a way that the
same may be taken out, and/ or fresh stock and daily transactions of cement may be kept
in each of the cement storeroom. The Contractor(s) shall maintain a Register of the
daily account of receipt and use of cement bags in a manner approved under Proforma
Agreement. The Contractor(s) shall regularly supply the copies of the record of the same to
the Client / Project Management Consultant.
Cement shall be kept in a clean store and shall be protected from condensation and rising
dampness, as directed in the Clause 307 of I.R.C. draft codes Section III. In the event of
any damage caused to the cement, the Contractor(s) shall remove the damaged cement
immediately from the site and further the Contractor(s) shall be responsible for such a
damage, which renders the cement useless for the construction Work, . No compensation
shall be payable to the Contractor (s) for such a damages, caused as aforesaid. The
Contractor(s) shall be responsible for preserving the same in Good order as required
by specification mentioned above.
13.1.4 The work included in the contract shall be carried out according to the
specification detailed therein and in accordance with the specification rules and
regulations as laid down herein-below and in particular, the following standard specification
should be followed:
Signature of Contractor No. of Corrections Signature of Client
148
IS- 269-1976 Specification for Ordinary Portland cement
IS-383-1970 Specification for natural source for concrete i.e. sand aggregate etc.
IS-432-1966
IS-1786-1985
IS-1566-1967
Specification for mild steel and TMT bars and hard drawn steel wire for
concrete reinforcement with amendments.
IS-456-2000 Code of practice for plain and reinforced concrete for general
construction (revised)
I.R.C. Code of practice for plain and reinforced concrete.
Is-2062 Structural Steel
Controlled Concrete IS-456-1978 and I.R.C. -44-1976 tentative guideline for cement concrete
mix shall be applicable.If the standard specification quoted herein-above falls short for the
item quoted in the Schedule of this contract, reference shall be made to latest Indian
Standard Specification. If any of the items of this contract does not fall in reference quoted
above, the decision and specification directed by Client shall be final.
13.1.5 The Contractor(s) shall establish fully equipped field laboratory, to carry out all
preliminary tests and to work out grading and proportioning of aggregates, in order to
obtain and maintain uniform quality of work. The Contractor(s) shall supply all the
materials, labour and testing machine as per list herein-below for preparing and testing
samples as required, unless otherwise specified in the detailed item wise specifications. The
number of cubes to be taken and tested shall be as per relevant code / standard of practice
for roads, and bridges.
EQUIPMENT FOR FIELD LABORATORY:
1. Slump Cones 3 Nos.
2. Cube Moulds 24 Nos.
3. Cement Testing Equipments (Initial/Final setting, accelerated
compressive test)
1 Set
4. Oven 1 No.
5. Cube Testing Machine 1 No.
6. Weigh Balance 1 Nos.
7. Spring Balance 1 Nos.
8. I.S. Sieves 1 Sets
9. Twister Meter 1 No.
10. Micro Meter 1 No.
11. Silt Measuring Jar 4 No.
Signature of Contractor No. of Corrections Signature of Client
149
All cement concrete work is specified by strength and shall be as per the approved mix
design. Mix design of concrete shall have to be obtained from the Government laboratory /
Government Institute as approved by the Client. The testing of test cubes shall be done at
the Contractor(s)’ cost, as per the required frequency specified in the Standard Specifications.
13.1.6 NON-DESTRUCTIVE TESTS: Minimum of five (5)% of structural elements shall be tested by non-destructive test, such as
ultrasonic test, pulse velocity test I.S. 1331 Part I and rebound hammer test I.S.1331 Part II
probe penetration, and maturity test. The minimum strength at nine and half (9.5) %
confidence shall be 1.1. x characteristic strength. This test shall not be accepted for testing
the concrete, where cubes have shown below required strength.
13.1.7 LONGITUDINAL AND TRANSVERSE CONSTRUCTION JO INTS: a) The joint shall be of the kind and dimension as required by specifications and shall
be located as indicated in the plans or as directed by the Client.
b) The longitudinal construction joints shall be constructed as shown on the plan or
as directed by the Client. These shall extend for the full depth of the concrete.
13.1.8 CONSTRUCTION JOINTS: Construction joints shall be formed at the close of each day’s work, or when the process of
depositing concrete is stopped for thirty (30) minutes or longer, The same shall then be
constructed by the use of metal bulkheads or by using a clean wooden bulkhead having
thickness of not less than two and half (2 ½”) inches and out to the section of the finished
base for which general instructions as given in I.S.456-2000 Page No.27 shall be followed.
Longitudinal bars shall be placed to run continuously throughout the construction joints. The
bulkhead will be held secured in a plain perpendicular to the surface of the base.
All honeycombed surface on the vertical faces of constructional joints shall be cleared
with wire brush and thoroughly wetted and patched with cement mortar. The construction
joints should comply with IS 11817 standards.
13.2 CEMENT CONCRETE (PLAIN & REINFORCED ) :
13.2.1 All work shall be carried out as per specifications of Maharashtra PWD Standard
Specification and shall also conform to relevant B.I.S. Specifications, and specifications
contained herein and shall be to the entire satisfaction of the Architect cum PMCs
/R.C.C. Consultants/ Client.
The maximum size of the course aggregate shall be as per IS-456: 2000 standard.
Signature of Contractor No. of Corrections Signature of Client
150
13. 2.2 Cement:
i) Ordinary Portland Cement Grade 43/53 shall be used.
ii) Cement shall be stored and used, as given in Clause I above.
13.2.3
i) All Reinforced Cement Concrete designed by strength shall be treated as a design mix
concrete of grade as specified.
ii) Before start of work, mix design grade M-30, M-25 & M-20 shall be obtained from
(Government) PWD laboratory/ Government College. Mix design shall be used after
every six (6) months or whenever there is a change in the source of quarry materials,
whichever is earlier.
iii) In every case the minimum cement content as given below has to be provided. If
additional cement content is required to achieve the desired strength, it shall be provided
without extra charge. The mix design shall conform to the tables given below:-
Grade of Concrete
Assume Std. Deviation
Min. Design
Lab. Strength
Ave. Field
Min. Strength
Min. Cément Content KG/Cum
Water
Cement
Ratio
N/ sqm N/ sqm N/sqm
7 days 28 days 7
days
28 days
M-15 5.50 10.5 15.8 305.00
M-20 5.50 19.4 29.0 14.7 22.0 360.00 Not to
Exceed0.45
or as per
mix design
iv) However, if a mix design using similar materials has been established, then the
Contractor (s) shall prepare sufficient number of cubes of trial mixes to attain the required
result and the best mix as approved by the Client shall be used.
v) For plain Cement Concrete, nominal mixes as given in schedule of Quantities may be
used. Concreting may be done by volume batching for which appropriate size
steel / wooden boxes shall be made. For design concrete, mix weigh batches shall be
compulsorily used.
vi) All concrete shall be mixed in mechanical mixers and mechanically vibrated. Such
concrete shall be mixed for at least two (2) minutes in the mixers.
Signature of Contractor No. of Corrections Signature of Client
151
vii) Water cement ratio shall be carefully controlled during entire concreting period.
Quantity of water to be added as per the required water cement ratio shall be worked
out taking into consideration the moisture content of sand. Necessary
arrangements for measuring water to be added in concrete shall be made at the Site.
viii) Slump shall be as per IS 456: 2000 standard, with any later amendment.
ix) Curing shall be carried out as per IS456: 200 standard, with any latest amendments.
13.2.4 Acceptance criteria for concrete:
In order to ensure proper control on the quality of concrete, acceptance criteria as
laid down in I. S. Specification No.I.S.456-2000 has to be followed. Random samples
from fresh concrete should be taken as specified in IS-1199, and cubes should be made,
cured and tested as specified in IS-516. The test strength of the sample shall be the average
of the strength of three specimens. The individual variation should not be more than fifteen
(15)%.
13.2.5 Frequency of sampling:
The minimum frequency of each sampling concrete shall be in accordance with the
following.
Quantity of concrete in the No. of Samples
Work cum
1 – 5 1 6 – 15 2 16 – 30 4 31 – 50 4 plus one additional for each
additional 50 m3 or part thereof
13.2.6 Compression strength tests may be carried out within seven (7) days to get a
quicker idea of the quality of concrete, and within twenty - eight (28) days, only
strength shall be the criteria for acceptance or rejection of the concrete.
13.2.7 Before providing any construction / expansion joints, the Contractor shall obtain
approval of the Architect cum PMC/ R.C.C. Consultant as regards location and design.
13.2.8 Before concreting the foundation strata, steel reinforcement shuttering
shall be inspected and the requisite Architect cum PMC/R.C.C Consultant approval
shall be taken, and a proper system of “Pour cards” in the required format shall be
maintained by the Contractor(s) .
Signature of Contractor No. of Corrections Signature of Client
152
13.2.9 The Contractor(s) shall ensure that the entire framework shall be strong enough
to withstand the loads coming thereon, and shuttering shall be carried out with pure
steel plates having clean and level surfaces. The Contractor(s) shall further ensure the
safety of centering / shuttering not only during erection, but also after concreting.
13.2.10 The Stripping period for formwork shall be as follows:
Walls Columns, Beam sides – 48 hours
Slabs, spanning up to 4.5m – 7 days
Slabs, spanning more than 4.5m – 14 days
Beams spanning 6m – 14 days
Beams spanning more than 6m – 21 – 28 days
13.2.11 Minimum cover using plastic/precast cover blocks shall be provided as shown in
the structural drawings. If not then this will be as follows: Footing 50mm Columns –
40mm (form main reinforcement) Beams 25mm Slabs 15mm.
13.2.12 If the cover blocks are made of concrete or mortar, then the cover blocks shall
have a strength (to be tested) at least equal to the strength of concrete for which they are
used.
13.2.13 Steel:
I. Steel shall conform to the following:
a) Thermo Mechanically Treated steel (TMT) i.e. TMT Steel shall be tested as per
frequency before actual use. Brand and make will be approved by the Client.
b) Binding wire – black annealed steel wire confirming to IS 280 – minimum 16 gauge.
II. Test certificates shall be furnished for all steel reinforcement brought to the site.
III. Samples from each batch shall be taken as instructed and tested for tensile strength
and malleability from an approved Laboratory.
IV. Measurements for steel shall be recorded before the concreting is commenced, and shall
be signed by the Contractor (s) and Architect cum PMC.
13.2.14 Laps: Laps shall be as shown on structural drawings.
13.2.15 The Contractor(s) shall prepare bar bending schedules well in time and shall
necessarily secure the Client’s / RCC Consultant’s approval. Steel shall be laid /
fabricated on the basis of the approved design schedules.
Signature of Contractor No. of Corrections Signature of Client
153
13.2.16 Immediately on stripping of form work, the concrete shall be carefully
inspected. Under no circumstances shall the concrete surface be patched, or covered up,
or damaged concrete rectified, or replaced until the Client / Architect cum PMC have
inspected the works and issued instructions for rectification or replacement.
13.2.17 All concrete shall be hacked to make the surface sufficiently rough to provide a
key for plaster.
13.2.18 Date of Concreting shall be marked on all the columns, beams, slabs etc. after
stripping of forms.
13.2.19 Embodiment of hooks, hangers, boxes or any insertions, for hanging fans, lights,
false ceiling, etc. and making of opening as required shall be carried out without extra
charge.
13.2.20 Special specifications for concrete:
The Contractor (s) shall achieve the following requirements in respect of quantity or
work and his contract rate shall provide for the same.
13.2.20.1 Admixtures:
Whenever necessary the admixture should be used to achieve the required workability. The
type of admixture should be approved from the Client. The rate shall be inclusive of all
admixtures etc., if found necessary.
13.2.20.2Cement content in concrete:
The cement content as referred to, in additional specifications
against respective items is minimum cement content that is required for the job. The
cement content, if required as per actual mix designed, if found to be less than as
specified in additional specifications, the Contractor(s) shall have to put the
minimum cement quantity at the rate specified in additional specifications. If the cement
content required as per actual mix design is more than that specified in additional
specifications, the Contractor(s) shall put the additional quantity of cement without any extra
cost to Client.
13.2.20.3 Water/Cement ratio:
For high quality concrete of low permeability, the water/cement ratio shall not be more than
0.45 and preferably 0.40 less subject to the attainment of adequate workability.
Signature of Contractor No. of Corrections Signature of Client
154
13.2.20.4 Curing of concrete:
Special attention shall be paid to curing of concrete in order to ensure maximum
durability and to avoid any cracking. Concrete shall be cured with fresh water whenever
possible, to ensure that the concrete surface can be kept wet despite wind, etc. Care shall be
taken to avoid rapid lowering of concrete temperatures caused by applying cold water to
hot concrete surface (thermal shock). Seawater shall not be used for curing. Where there
is doubt as to keeping the concrete surface permanently wet for the whole of the curing
period, heavy duty membrane curing compound shall be used. Immediately after
finishing the above process, the concrete surface shall be covered with wet gunny bags or
plastic sheets, and water curing shall be started after initial setting of concrete. For the flat
surfaces i.e. slabs etc ponding method of curing shall be preferable.
13.2.20.5Concrete cover to reinforcement :
1) The cover to concrete must be of the same quality, impermeability and strength as the
rest of the concrete. Particular care must be taken to ensure the aforesaid, specially in piles
and other structural components.
2) The concrete cover must develop sufficient alkalinity, and protect the steel. The
alkalinity developed shall not be less than 0.04 N and shall not be more than 0.08 N.
3) The concrete cover must be uniform throughout, and its thickness shall be exclusive of
plaster,and other decorative finished.
13.2.20.6 Detailing of miscellaneous items:
Binding wires:- Binding wires shall be as per standard specifications of P.W.D. use. All ends
of binding wires shall be carefully turned inwards so that they do not project out of
concrete, to cause any rusting . Wherever possible, polythene binding, strings and
polythene bar grips shall be used, after making sure that these do not result in loss of bond
of chemical reaction with concrete and the same shall be subject to approval of the Client.
13.2.20.7 Honey combing in concrete:
After completion of the concreting work, the concrete surface particularly in
places where there exists congestion of reinforcement, the same shall be tested by
light hammering, or if possible, by the use of a “Schmidt hammer”. Any portion showing
signs of hollowness shall be grouted immediately by the Contractor(s).
13.2.20.8 Fire Fighting:
Fire Fighting Equipments shall be provided to each building as per Local Municipal
Corporation Fire Brigade Department’s requirement and the Contractor shall obtain final
fire NOC from the respective Authority.
Signature of Contractor No. of Corrections Signature of Client
155
14. LABOUR REGULATIONS
14.1 CONTRACTOR - LABOUR REGULATIONS :
During continuance of the Contract, the Contractor shall abide at all times by all existing labour
enactments and rules made there under, regulations, notifications and bye laws of the State or
Central Government or local authority and any other labour law (including rules), regulations,
bye laws that may be passed or notifications that may be issued under any labour law in future
either by the State or the Central Government or the local authority. Salient features of some of
the major labour laws that are applicable to construction industry are given below. The
Contractor shall keep the employer indemnified in case any action is taken against the
employer by the component authority or account of contravention of any of the provision of any
Act or rules made there under, regulations or notifications including amendments. If the
employer is cause to pay or reimbursed, such amounts as may be necessary to cause or observe,
or for non – observance of the provisions stipulated in the notifications / bye laws / Acts / Rules
/ Regulations including amendments, if any, on the part of the Contractor, the Engineer /
Employer shall have the right to deduct any money due to the Contractor including his amount
of performance security. The Employer / Engineer shall also have right to recover from the
Contractor any sum required or estimated to be required for making good the loss or damage
suffered by the Employer. The Employees of the Contractor and the Sub-Contractor in no case
shall be treated as the Employees of the Employer at any point of time.
14.2 DEFINITIONS :
In these regulations unless otherwise expressed or indicated, the following words and
expressions shall have the meaning hereby assigned to them.
“Adult labour” means any labour who has attained age 18 years.
“Bonus” means as defined under Bonus Act’ 1965
“Client” means Principal Employer.
“Contractor” for the purpose of these regulations shall include an agent or sub contractor
employed labour on the work taken on contract.
“ESI Contribution” means contribution of employer and employee as defined under
Employees State Insurance Act’ 1948.
“Exhibit” means a form appended to these regulations.
“Gratuity” means as defined under Gratuity Act 1972
“Labour” means worker employed by a Contractor directly or indirectly through a sub-
contractor or by an agent on his behalf.
Signature of Contractor No. of Corrections Signature of Client
156
“Fair Wage” means wages which shall include wages for weekly day of rest and other
allowances whether for time or piece work after taking into consideration prevailing market
rates for similar employment’s in the neighborhood, but shall not be less than the minimum
rates of wages fixed under the Minimum Wages Act from time to time by appropriate
government.
“Inspecting Officer” means any Labour Enforcement Officer, or Assistant Labour
Commissioner of the Chief Labour Commissioner organization at _______ or any other person
authorized by the appropriate government.
“PF Contribution” means contribution of employer and employee as defined under Employee
Provident Fund & Miscellaneous Provision Act 1952.
Employees State Insurance Contribution :
The Contractor and sub-contractor must possess ESI Code number from the concerned office of
Employees State Insurance Corporation and a copy thereof be supplied to the client.
The Contractor and sub-contractor will be responsible to deposit ESI employer and employee
contribution before ESIC a copy thereof be supplied to client.
Note : In case, client receives any complaint for non-payment of ESI
Contribution or any demand has been raised and recovered by ESIC from client, in such
circumstances the client may withheld due payment of Contractor and sub-contractor or may
recover it from security deposit amount.
Employees Provident Fund and Misc.Provisions Act 1952 :
The contractor and sub-contractor will deposit the PF Contribution of employer and employee
before the concerned PF office and a copy of PF Return will be supplied to the Client.
If client comes to know that PF Contribution has not been deposited by the Contractor or sub-
contractor in such circumstances the Client may withheld due payment of Contractor and sub-
contractor.
In case any demand has been raised by PF Authority the client will have liberty withheld the
payment of Contractor and sub-contractor or may recover it through due process of law.
Payment of Bonus and Gratuity :
The contractor and sub-contractor will pay bonus to all eligible labour, in case of default the
client may withheld the payment of Contractor and sub-contractor unless bonus is disbursed
amount labour of Contractor and sub-contractor.
Signature of Contractor No. of Corrections Signature of Client
157
The Contractor and sub-contractor will pay gratuity to all eligible labour as specified under
gratuity Act, in case of any default the client may withheld equal amount from the security
amount of Contractor and sub-contractor or may reimburse from the security amount among
labour of Contractor and sub-contractor.
14.3 NOTICE AND COMMENCEMENT :
The Contractor shall within seven (7) days of commencement of the work, furnish
in writing to the Inspecting Officer of the area concerned the following
information :
(a) Name and situation of the work.
(b) Contractor’s name and address.
(c) Particulars of the department for which the work is undertaken.
(d) Names and addresses of sub-contractors as and when they are appointed.
(e) Commencement dates and accurate estimate of the duration of the work.
(f) Number of workers employed and likely to be employed.
(g) Fair wage for different categories of workers.
(h) Contractor and sub- contractor will obtain license under Contract and Labour (Regulation &
Abolition) Act 1972.
The contractor and sub- contractor, as case may be, will provide a set of above document with
acknowledgment to the office of client.
14.4 NUMBER OF HOURS OF WORK WHICH SHALL CONSTITUTE A FULL
WORKING DAY :
The number of hours, which shall constitute a full working day for an adult worker, shall be 9
(nine) hours. The working day of an adult worker shall be so arranged that inclusive of
intervals, if any, for rest it 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 be 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.
The Contractor and Sub-contractor will not engage any child labour during the course of
present contract. Morevoer, incase any complaint is received against Contractor in respect of
less wages or non-payment of wages and overtime, the client may reimburse directly to the
concerned labour from the security amount or may withhold payment of Contractor and Sub-
Contractor till the date of clear of the dues of labour.
Signature of Contractor No. of Corrections Signature of Client
158
14.5 WEEKLY DAY OF REST:
Every worker shall be given a weekly day of rest, which shall be fixed and notified 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 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 worker 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 overtime rate of wages.
14.6DISPLAY OF NOTICE REGARDING WAGES, WEEKLY DAY, DAY OF
REST ETC. :
The Contractor shall before he commences his work on contract, display and and continue to
display and correctly maintain in a clean and legible condition in conspicuous places on the
works, notices in English and in a local Indian language, spoken and understood by majority
of workers. Giving the rate of fair wages, the hours of works for which such wages are
payable, the weekly rest days 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.
14.7FIXATION OF WAGE PERIODS :
The contractor shall fix wage periods in respect of which wages shall be payable. No wage
period shall normally exceed one week.
14.8 PAYMENT OF WAGES :
i) Wages due to every worker shall be paid to him directly. All wages shall be paid in current
coins or currency or in both.
ii) 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 seventy day or tenth day from the end of the wage period accordingly as the
number of workers does not exceed on thousand or exceeds 1000.
iii) 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.
iv) 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.
Signature of Contractor No. of Corrections Signature of Client
159
Note : The term working day means a day on which work on which labour is employed, is in
progress.
Note: the Contractor and sub-contractor may transfer wages of workers in their Bank Account
if labour request to client or Contractor or Sub-contractor as case may be.
14.9 REGISTER OF WORKMEN :
A register of workmen shall be maintained in Exhibit - I and kept at the work site or as near to
it as possible and the relevant particulars of every workman shall be entered therein within three
days of his employment.
Note: A copy of attendance register or extract or attendance register will be provided by
Contractor to the client
14.10 EMPLOYMENT CARD :
The contractor shall issue an employment card in Exhibit - II to each worker on the day of
worker’s entry in to his employment. If a worker has already any such card with him issued by
the previous employer, the contractor shall merely endorse that employment card with relevant
entries. On termination of employment, the employment card shall again be endorsed by the
contractor and returned to the worker.
14.11 REGISTER OF WAGES ETC. :
i) A register of wages cum muster roll in Exhibit - III shall be maintained and kept at the
work site or as near to it as possible.
ii) A wage slip in Exhibit - IV shall be issued to every worker employed by the Contractor at
least a day prior to the disbursement of wages.
Note: The Contractor and sub-contractor will produce original register of wages at the time of
disbursement of wages and client may inspect the payment register at any time during the
working hours.
14.12 FINE AND DEDUCTIONS WHICH MAY BE MADE FROM WAGES :
i) 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 whereby the term of his
employment is required to work. The amount of deductions shall be required to work. The
amount of deductions shall be proportionate to the period for which he was absent.
c) Deductions for damages to or less of goods expressly to the employed persons for custody or
for less money which he is required to account for, where such damage or loss is directly
attributable to his neglect of default.
Signature of Contractor No. of Corrections Signature of Client
160
d) Deductions for recovery of advance or for adjustment of every payment of wages, advances
granted shall be entered in a register, and
e) Any other deductions which the Department may time to time allow.
No fines shall be imposed on any worker, save in respect of such act and the chief
commissioner has approved of omissions on his part as.
No fine 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 an opportunity of showing cause against such fines
or deductions in writing.
The total amount of fines which may imposed in any one wage period on a worker shall not
exceed an amount due to him in respect of that wage period.
No fine imposed on a worker shall be recovered from him in installments after expiry of sixty
days from the days on which it was imposed. Every fine shall be deemed to have been imposed
on the day of the act or commission in respect of which it was imposed.
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 workman and display it in good condition in a conspicuous place on
the work site.
14.13 PRESERVATION OF REGISTERS :
The register of workmen and the register of wages cum muster roll required to be maintained
under these regulations shall be preserved for 3 (three) years after the date on which the last
entry is made therein.
14.14 APPEAL AGAINST DECISIONS OF INSPECTING OFFICER :
Any person aggrieved by a decision of the Inspecting Officer, may appeal against such decision
to the Regional Labour Commissioner concerned, within 30 days from the date of the decision
forwarding simultaneously a copy of his appeal to the Client. The decision of the Regional
Labour Commissioner shall be final and binding upon the Contractor and the Workmen.
14.15 REPRESENTATION OF PARTIES :
i) A workman shall be entitled to be represented in any investigation or enquiry under the
regulations by an officer of a registered trade union of which he is a member or by any officer
of a Federation of Trade Union to which the said Trade Union is affiliated or where the
workman is not a member of any registered trade union, by an officer of a registered trade
union connected with or by any other workman employed in the industries in which the
workman is employed.
Signature of Contractor No. of Corrections Signature of Client
161
ii) A contractor shall be entitled to be represented in any investigation or enquiry under these
regulations by an officer of an association of contractors of which he is a member of or by an
officer of a Federation of associations of contractors to which the said association is affiliated
or where the contractor is not a member of an association of Government by an officer of
association of employers, connected with or by any other employer engaged in the industries in
which the contractor is engaged.
No party shall be entitled to be represented by a legal practitioner in any investigation or
enquiry under these regulations.
14.16 INSPECTION OF REGISTERS AND OTHER DOCUMENTS :
The Contractor shall allow Inspection of the registers and other documents prescribed under
these regulations by Inspecting Officer and the Client or his authorized representative at any
time and by the worker / labour or his agent on receipt of the due notice at a convenient time.
14.17 AMENDMENTS :
Department 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 is the administration thereof.
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 persons ordinarily / localy residing in
Nashik District.
14.18MODEL RULES FOR LABOUR WELFARE (see Clause 67) 14.18.1 Definitions : (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 an average 500 or more workers are employed.
14.19 FIRST AID :
At every work place, there shall be maintained in a readily accessible place first-aid
appliances, including an adequate supply of sterilized bandage and sterilized cotton wool as
prescribed in the Factory Rules of the State in which the work is carried on. The appliances
shall be kept in good working order and in large work places, they shall be placed under the
charge of a responsible person who shall be readily available during working hours.
Signature of Contractor No. of Corrections Signature of Client
162
At large work places where hospital facilities are not available within easy distance of 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 provided with one bed for every 250 employees.
Where large work places are situated in cities, towns or in their suburbs and no beds are
considered necessary owing to the proximity of city or town hospitals, suitable transport shall
be provided to facilitate removal of urgent cases to those hospitals.
At other work places, some convenient facilities including transport 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 and such medical and nursing staff as may be prescribed. For this purpose, the
relevant provisions of the Factory Rules of the State Government of the area where the work is
carried on may be taken as the prescribed Standard.
14.20 ACCOMODATION FOR LABOUR :
The Contractor(s) shall during the progress of works provided, create and maintain necessary
temporary living accommodation and ancillary facilities for labour at his own expenses and to
standards and scales as approved by the Client.
14.21 DRINKING WATER :
In every work places / site, 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, each work place
shall be provided with storage facility where drinking water shall be stored.
Every water supply storage shall be at distance of not less than 15 (fifteen) meters from any
latrine, drain or other source of pollution, where water has to be drawn from an existing well,
which is within such proximity of latrine, 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 waterproof.
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.
Signature of Contractor No. of Corrections Signature of Client
163
14.22 WASHING AND BATHING PLACES :
Adequate washing bathing places shall be provided separately for men and women. Such
places shall be kept in a clean and drained condition.
14.23 SCALE OF ACCOMMODATION IN LATRINES AND URINAL S :
There shall be provided within the premise of every work place, latrines and urinals in an
accessible place and the accommodation, separately for each of these shall not be less than at
the following scales:
No. of Seats
(a) Where number of persons does not exceed 50 2
(b) Where number of persons exceeds 50 but does
Not exceed 100 3
(c) For additional person 3 per 100 or part
thereof
In particular cases, the Client shall have the power to vary the scale, where necessary.
14.24 LATRINES AND URINALS :
Except in work places provided with water flushed latrines connection with a water borne
sewage system, all latrines shall be provided with receptacles on dry earth system which shall
be cleaned at least four times daily and at least twice during working hours and kept in a strictly
sanitary condition. Receptacles shall be tarred inside and outside at least once a year.
If women are employed, separate latrines and urinals, shown from those for men and marked in
the vernacular in conspicuous letters "For Women Only" shall be provided on the scale laid
down in rule 6. These for men should be similarly marked for "Men Only". A poster showing
the figure of a man and of a woman shall also be exhibited at the entrance to latrines for each
sex.
There shall be adequate supply of water close to latrine and urinals.
14.25 CONSTRUCTION OF LATRINES :
Inside wall shall be constructed of masonry or other non-absorbent material and shall be cement
washed inside and outside at least once a year. The dates of cement washing shall be noted in a
register maintained for the purpose and kept available for inspection. Latrines shall have at least
thatched roof.The latrines to be kept clean and dry and odourfree (in hygienic condition) all the
time.
Signature of Contractor No. of Corrections Signature of Client
164
14.26 DISPOSAL OF EXCRETA :
Unless otherwise arranged for by the local sanitary authority, arrangement for proper disposal
of excreta by incineration at the work place shall be made by means of a suitable incinerator
approved by the local medical health and municipal or cantonment authorities. Alternatively,
excreta may be disposed of by putting a layer of night soil at the bottom of pucca tank prepared
for the purpose and covering it with a 15 (fifteen) cm layer of waste or refuse and then covering
it with a layer of earth for fortnight (when it will run into manure).
The Contractor shall, at his own expenses, carry out all instructions issued to him by the Client
to effect proper disposal of soil and other conservancy work in respect of the said work,
employees on the site. The Contractor shall be responsible for payment of any charge, which
may be levied by Municipal or Cantonments Authority of the Governement for execution of
such work on his behalf.
14.27 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 rest, separately for use of men and women labour. Height of each shelter shall
not be less than 3 meters from floor level to lowest part of roof. Shed shall be kept clean and the
space provided shall be on the basis of at least 0.5 Sq. Mt. per head.
14.28 CRECHES :
At a place at where 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 a mud floor and covered with matting.
Huts shall be provided with suitable and sufficient openings 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 children of women workers, size of crèche(s)
shall vary according to the number of woman workers employed.
Crèche(s) shall be properly maintained and necessary equipment like toys etc. provided.
Signature of Contractor No. of Corrections Signature of Client
165
14.29 CANTEEN :
a) Cooked food canteen on moderate scale shall be provided for the benefit of workers
wherever it is considered necessary.
b) Planning, setting and erection of the above mentioned structures shall be approved by the
Client and the whole of such temporary accommodation shall at all times during the
continuance of the works be kept tidy and in a clean and sanitary condition to the satisfaction of
the Client at the Contractor's expenses. The Contractor shall confirm generally to satisfy
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.
c) On completion of the works in full, such temporary structures shall be cleared away, all
rubbish burnt, excreta or other disposal pits or trenches filled in and effectively sealed off and
the whole of site left clean and tidy to the entire satisfaction of the Client at the contractor's
expenses.
14.30 ANTI-MALARIA PRECAUTIONS :
The Contractor shall, at his own expenses, conform to all anti-malaria instructions given to him
by the Client, including the filling up of any borrow pits which may have been dug by him.
14.31 ENFORCEMENT :
(i) The Inspecting Officer mentioned in prevailing para or any other officer nominated in this
behalf by the Client shall report to the Client all cases of failure comply with the provisions of
these rules either wholly or in part, specifying the penalties to be levied for such breach of these
rules, either wholly or in part, specifying the penalties to be levied for such breach of these
provisions.
(ii) The sum to be levied, as penalty shall, however, be fixed in accordance with the provisions
of Clause 12 (ii).
14.32 INTERPRETATION :
On any question as to the application, interpretations or effect of these rules and decision of the
Chief Labour Commissioner or Deputy Chief Labour Commissioner shall be final and binding.
14.33 EXHIBIT- I REGISTER OF WORKMEN
i) Name and Address of Contractor : ______________________________
ii) Number and date of the Contractor : ______________________________
iii) Name and Address of the
Department awarding the Contract : ______________________________
iv) Nature of Contract and Location
of Work : ______________________________
v) Duration of the Contract : ______________________________
Signature of Contractor No. of Corrections Signature of Client
166
Sr.
No.
Name and
Surname of the
Worker
Age and Sex Father’s / Husband’s
Name
Nature of
Employment /
Designation
1 2 3 4 5
Permanent
Home Address
of Employee
(Village,
District)
Present
Address
Date of
Commence
ment of
Employ
Ment
Date of
Terminati
on or
Leaving
of Emplo
yees
Signature or
Thumb
Impression of
the Employees
Remarks
6 7 8 9 10 11
14.34 EXHIBIT - II
EMPLOYMENT CARD
i) Name and Sex of the Worker : ______________________________
ii) Father’s / Husband’s Name : ______________________________
iii) Address : ______________________________
iv) Age and Date of Birth : ______________________________
v) Identification Marks : ______________________________
Particulars of next of kin – wife / husband and children’s, if any, or of dependent next of kin in
case the worker has no wife / husband or child.
Name :
Full Address of Dependents :
(Specify Village, District & State)
Signature of Contractor No. of Corrections Signature of Client
167
Sr.
No.
Name and Address of
Employer, Specify whether
Contractor or a sub-
contractor
Particulars of
Location of work-
site and description
of work done.
Total period which
employed during
From To
Actual
Number
Of Days
Worked
1 2 3 4 5 6
Leave Taken
(No. of days
should be
specified)
Nature of
work done by
the worker
Wage
period
Wage Rate
(with
particulars of
unit in case of
piece work)
Total wage
earned by the
worker
during the
period shown
under col. 5
Remark Signa-
ture of
the
Employe
r
7 8 9 10 11 12 13
Note: For a worker employed at one time on piece work basis and at another on daily wages,
relevant entries in respect of each type of employment should be made separately.
Signature of Contractor No. of Corrections Signature of Client
168
14.35 EXHIBIT - III :
REGISTER OF WAGES – CUM – MUSTER ROLL
i) Name and Address of the Contractor :
ii) No. and Date of the Contract :
iii) Name and Address of the
Department Awarding the Contract :
iv) Nature of Contract and
Location of Work :
v) Duration of the Contract :
vi) Wage Period :
SrNo Name &
Surname
of the
Worker
Father’s /
Husband’s
Name
Sex Designatio
n Nature of
Work
Daily
Attendance
(No. of Units
Worked 1, 2,
3, 5,6,7 up to
31)
Total
Unit
Attenda
nce
1 2 3 4 5 6 7 8
Fair Wages Wage Paid Overtime Worked
Payable
basic other
allowance
D.A. Basic D.A. &
other
allowanc
es
Date No. of
Hours
Overtime
Earned
Total
Wages
Paid
9 10 11 12 13 14 15 16
Signature of Contractor No. of Corrections Signature of Client
169
Deductions from wages Net
Wages
Date of
pay-ment
Signa-
ture or
Thumb
Impre-
ssion of
the
worker
Re-marks
Fines Deduct
ion for
Damag
e or
Loss
House
Rent
Recove
ry of
Advan
ce
Other
Dedu
ction
s
17 18 19 20 21 22 23 24 25
• Reasons to be recorded in Column 25.
14.36 EXHIBIT – IV :
WAGE SLIP
i) Name of the Contractor : -------------------------------------
ii) Place : -------------------------------------
(1) Name of Worker with
Father’s / Husband’s Name: -------------------------------------
(2) Nature of Employment : -------------------------------------
(3) Wage Period : -------------------------------------
(4) Rate of Wages Payable : -------------------------------------
(5) Total Attendance / Units of
Work Done : -------------------------------------
(6) Dates on which overtimes
Worked : -------------------------------------
Signature of Contractor No. of Corrections Signature of Client
170
(7) Overtime Wages : -------------------------------------
(8) Gross Wages Payable : -------------------------------------
(9) Total Deductions (Including
Nature of Deductions) : -------------------------------------
(10) Net Wages Payable : -------------------------------------
Tenderers Signature / Thumb Employee’s Signature / Thumb
Impression Impression
Signature of Contractor No. of Corrections Signature of Client
171
15. SAFETY CODE 15.01 SCAFFOLDING :
Suitable scaffolds shall be provided for workmen for all kinds of work that can not be safely
done from the ground or from solid construction except such short period work as can be done
safely from ladders. When a ladder is used, an extra l workman shall be engaged for holding the
ladder and if the ladder is used for carrying materials as well, suitable footholds and handholds
shall be provided on the ladder and the ladder shall be given an inclination not steeper than 1 to
4. (1 horizontal and 4 vertical).
Scaffolding or staging more than 3.25 meters above the ground or floors, swing or suspended
from an overhead support or erected with stationary support, shall have a guard rail properly
attached, bolted, braced and otherwise assured at least one meter high above the floor or
platform of such scaffolding or staging and extending along the entire length of the outside and
ends thereof with only such openings as may be necessary for the delivery of materials. Such
scaffolding or staging shall be fastened in such a manner, so as to prevent it from swaying from
the building or structure.
Working platform, gangways and stairways shall be so constructed that they do not sag unduly
or if more than 3.25 meters above ground level or floor level, it shall be closely boarded, have
adequate width and be suitably fenced as described in 2 above.
Providing suitable fencing or railing with a minimum height of 1 meter, which shall provide
every opening in the floor of a building or in a working platform with suitable protection to
prevent fall of persons or materials.
Every opening in the floor of a building or in a working platform shall be provided with suitable
protection, to prevent the fall of persons/workmen or materials, by providing suitable fencing or
railing with minimum height of 1 (one) meter.
Safe means of access shall be provided to all working platform and other working places. Every
ladder shall be securely fixed. No portable single ladder shall be over nine (9) meters in length,
and the width between side rails in & around the ladder shall in no case be less than 309 (three
hundred and nine) cm. for ladders up to and including 3 (three) meters in length. For longer
ladders, this width shall be increased by at least 6 (six) mm for each additional 30 cm of length.
Uniform step spacing shall not exceed 30 (thirty) cm. of length.
Signature of Contractor No. of Corrections Signature of Client
172
Adequate precautions shall be taken to prevent any kind of danger arising from the use of an
electrical equipment. No materials on any of the sites shall be stacked or placed in a manner, so
as to cause danger or inconvenience to any person or the public. The Contractor shall provide all
necessary fencing and lights to protect the public from accidents, and shall be bound to bear the
expenses of defense of every suit, action or other proceedings to any such person or which may
with the consent of the contractor, to be paid to compromise any claim by any such person. at
law that may be brought by any person for injury sustained owing to neglect of the above
precaution and to pay any damages and costs which may be awarded in any such suit action. or
proceedings to any such person or which may with the consent of the contractor, to be paid to
compromise any claim by any such person.
15.02 EXCAVATION AND TRENCHING :
Adequate precautions shall be taken to prevent any kind of danger arising from the use of an
electrical equipment. No materials on any of the sites shall be stacked or placed in a manner, so
as to cause danger or inconvenience to the Client, any third person or the public. The Contractor
shall provide all necessary fencing and lights to protect the public/employees/third part/Client
from accidents. The Contractor shall be liable in the event of any accident caused on account of
its negligence/omission (including its employees/workmen)
for following the safety code mentioned herein. The Contractor shall indemnify the Contractor
against all/any claims arising from such negligence/omission and shall be bound to bear the cost
of litigation, including attorney fees, . and the costs which may be awarded in any such suit
action or proceedings to any affected person by a competent court or tribunal. It is hereby
clarified that the Contractor shall be liable to settle all claims arising out of any
accidents/damage arising out of the aforesaid.
15.03DEMOLITION :
Before any demolition work is commenced and also during the process of the work:
(a) All roads and open areas adjacent to the work site shall either be closed or be suitably
protected.
(b) No electric cable or apparatus which is liable to be a source of danger and/or a cable or
apparatus used by operator shall remain electrically charged.
(c) All steps as per applicable industry standards shall be taken to protect the personnel
employed, from the risks, including but not limited to fire, explosion and flooding. No floor,
roof or other part of a building shall be overloaded with debris of materials, so as to render it
unsafe.
Signature of Contractor No. of Corrections Signature of Client
173
All necessary personal safety equipment, as considered adequate by the Client, shall be
available for use of persons employed on the site and shall be maintained in a condition suitable
for immediate use and the Contractor shall take adequate steps to ensure proper use of
equipment by those concerned.
(a) Workers employed on mixing asphalting materials, cement and lime mortars concrete shall
be provided with protective footwear and protective goggles, as per applicable industry
standards
(b) The workers engaged in handling any materials, which are injurious to eyes should be
provided with protective goggles, as per applicable industry standards.
(c) The workers engaged in welding works shall be provided with welder's protective eye-
shields, as per applicable industry standards.
(d) Stonebreakers shall be provided with protection goggles and protective clothing, as per
applicable industry standards and shall be seated at sufficiently safe intervals.
(e) When the workers are employed in sewers and manholes which are in use, the Contractor
shall ensure that manhole covers are opened and manholes are ventilated at least for an hour
before such workers are allowed to get into them. Manholes opened shall be cordoned off with
suitable railing and shall be provided with warning signals or boards to prevent accidents to
public. There should be proper lighting arrangements in the manhole.
(f) The Contractor shall not employ personnel below the age of 18 years and women on the
work of painting with products containing lead in any form. Wherever men above the age of 18
years are employed on the work of lead painting the following precautions shall be taken.
(i) No paint containing lead or lead product shall be used except in the form of a paste or
readymade paint.
(ii) Suitable face masks, as per applicable industry standards shall be supplied for use by
workers when paint is applied in the form of spray or a surface having lead paint is dry rubbed
and scrapped.
(iii) Overall shall be supplied by the Contractor to workmen and adequate facilities shall be
provided to enable working painters to wash themselves during and after the cessation of work.
(g) When any work is done near a place wherein there exists a risk of work drawings and all
necessary equipment shall be provided and kept ready for use and all necessary steps taken for
prompt rescue of any person in danger and adequate provision made for prompt first aid
treatment of all injuries likely to be sustained during the course of the work.
Signature of Contractor No. of Corrections Signature of Client
174
Use of hoisting machines and shackle including their attachments, anchorage, supports shall
conform to the following:
a) (i) These shall be of good mechanic construction, sound materials and adequate strength and
free from any potent defects and shall be kept in a good repair and working order.
(ii) Every rope used in hoisting or lowering materials or as a means of suspension shall be of
durable quality and of adequate strength, and shall be free from any potent defects.
(b) Every crane driver or hoisting appliance operator shall be qualified as per the desired
requirements and no person under the age of 21 years shall be in charge of any hoisting machine
including any scaffolding.
(c) In case of every hoisting machine and every chain ring, hook, shackle, newel and pulley
block used in hoisting or lowering or as means of suspension, safe working load shall be
ascertained by adequate means. Every hoisting machine and all gear referred to above shall be
plainly marked with safe working load.
In case of a hoisting machine having variable safe working load, each safe working load and the
conditions under which it is applicable shall be clearly indicated. No part of any machine or any
gear referred to above in this paragraph shall be loaded beyond safe working load except for the
purpose of testing.
(d) In case of departmental machines, safe working load shall be notified by the Client. As
regards contractor's machines, the Contractor shall notify the safe working load of each machine
to the Client, whenever he brings it to site of work and get it verified by the Client.
Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliances
shall be provided with such means as will reduce the minimum risk of accidental descent of
load. All precautions shall be taken to minimize the risk of any part of a suspended load
becoming accidentally displaced, when workers are employed and so as to prevent injury/death
of any worker and/or third party. At any electrical installations, which are already energized,
insulated clothing materials such as gloves, sleeves and coats, shoes, helmets as may be
necessary, shall be provided by the Contractor after due approval of Client. It shall be ensured
that workers do not wear any kind of rings, watches and/or carry keys or other materials, which
are good conductors of electricity.
All scaffolds, ladders and other safety devices mentioned or described herein shall be
maintained in a safe condition and no scaffold ladder or equipment shall be altered or removed
while it is in use. Adequate and separate washing facilities shall be provided at, or near places of
work for men and women workmen.
Signature of Contractor No. of Corrections Signature of Client
175
The work shall be done in such a manner so that no nuisance, annoyance or damage is caused to
the Client or any third party or structure, or in any manner prejudicial to the Site itself..
These safety provisions shall be brought to the notice of all workmen and all those concerned by
putting up a legible notice in the language that would be understood by the workmen and the
concerned parties, on a notice board at a prominent place at the Site. Persons responsible for
ensuring compliance with the safety code shall be named therein by the Contractor.
(i) To ensure effective enforcement of the rules and regulations relating to safely precautions,
arrangements made by the Contractor shall be open to inspection by the Client or its authorized
representatives and the inspecting officers. In the event of the Client or its authorized
representatives and the inspecting officers, noticing any default with regard to the aforesaid, the
same, shall be brought to the notice of the Contractor or its authorized representative and the
same shall accordingly be modified by the Contractor or its authorized representative, as
directed by the Client or its authorized representatives and the inspecting officers
(ii) Failure to comply with the provision hereunder shall make the Contractor liable to pay to the
Client as penalty an amount not exceeding Rs. 50/- (Rupees fifty) for each default and the same
shall be payable upto the date the said modification is effected and accepted by the Client. The
decision of the Client shall be final and binding in this regard.
Signature of Contractor No. of Corrections Signature of Client
176
16. FORM NO. I TO V
16.01 FORM NO. I - DETAILS OF LIST OF WORKS IN HAND AS ON SUBMISSION OF TENDER :
I-(A) WORKS IN HAND
Sr. No.
Name of the work
Agreement No.
Tendered Amount
Date of commencement
Stipulated date of Completion
Value of work already done (Rs. in lakhs)
Details
Value of balance work (Rs. in lakhs)
Details Value of balance work to be done
during this contract period.
Details Probable date of
completion
Remarks.
1 2 3 4 5 6 7 8 9 10 11 12 13 14
Note: - Any wrong information / misinformation in this regard would invite disqualification and legal action. Works in hand shall be supported by certificate issued by agency / authority. It also includes private work if any.
Signature of Contractor No. of Corrections Signature of Client
177
16.02 FORM NO. I - DETAILS OF LIST OF WORKS TENDERED
I-(B) WORKS TENDERED Sr. No.
Name of the work Name and address of the client
Tendered Amount Rs. In lakhs
Time Limit probable date when decision expected Other relevant date if any
1 2 3 4 5 6 7
Note:- Any wrong information / misinformation in this regard would invite disqualification and legal action.
Signature of Contractor No. of Corrections Signature of Client
178
16.03 FORM NO. II - LIST OF PLANT AND MACHINERY IMM EDIATELY AVAILABLE WITH THE TENDERER FOR THIS WORK -
Sr.No. Name of equipment No. of Units Kind and Make Capacity Age and Condition Present location Remarks
Note:- Any wrong information / misinformation in this regard would invite disqualification and legal action.
Signature of Contractor No. of Corrections Signature of Client
179
16.04 FORM NO. III - DETAILS OF WORK SIMILAR TYPE A ND MAGNITUDE CARRIED OUT BY CONTRACTOR DURING LAST FIVE YEARS i.e. FROM ------ to -----------.
Sr.No. Name of work
Name and Address of the organisation for whom the work was done
Place and Country
Agreement No.
Date of commencement
Tendered cost
Total cost of work done
Date of completion
Principle Features & Built up area (sq.mtr.)
1 2 3 4 5 6 7 8 9 10
Note:- Any wrong information / misinformation in this regard would invite disqualification and legal action.
Signature of Contractor No. of Corrections Signature of Client
180
16.05 FORM NO. IV - DETAILS OF TECHNICAL PERSONS AV AILABLE WITH THE CONTRACTOR SINCE FIVE YEARS.
Sr. No.
Name of Personnel with age
Designation Qualifications Whether working in field or office
Experience of execution of similar work
Length of service of the persons who is working with the tenderer (in Years)
Remarks
1 2 3 4 5 6 7 8
Note:- 1.Any wrong information / misinformation in this regard would invite disqualification and legal action. 2.Project incharge from technical person shown in above table shall be available on site of work during execution.
Signature of Contractor No. of Corrections Signature of Client
181
16.06 FORM NO. V - STATEMENT SHOWING PAYMENT RECE IVED (i.e. RECEIPT) IN ALL CLASSES OF
CIVIL ENGINEERING CONSTRUCTION WORKS DURING LAST TH REE YEARS.
Amount received for the work done during each of last three years.
Sr. No.
Name of Work
Name of Client and Address
Amount put to tender / tendered cost.
Agreement No.
Date of Commencement
Type and Nature of Work
------- -------- -------
Amount of work still remaining to be executed.
Expected date of completion.
1 2 3 4 5 6 6 7 8 9 10
1
2
3
4
5
6
7
Grand Total
Note:- 1. Any wrong information / misinformation in this regard would invite disqualification and legal action.
2.Form shall be certified by the Charter Accountant.
Signature of Contractor No. of Corrections Signature of Client
182
17. STANDARD FORMAT
17.01 DECLARATION OF THE CONTRACTORS :
(On Stamp Paper Rs.100/-)
I / we______________________________________________ hereby solemnly affirm and
declare that, I / we have made myself / ourselves thoroughly (conversant with the local laws,
local conditions, such as soil/ sub soil strata, topography, regarding availability of all materials
such as, stones, murum, sand, bricks, metal, cement, steel water and all other requisite matters.)
and availability of skilled & unskilled labour on which, I / we have based my / our rates for this
work. The drawings, specifications, conditions and materials required for this work have been
carefully studied and understood by me / us before submitting this Tender. I / we undertake to
use only such materials which are recognized to be of the best quality by the appropriate
industrial standards and which shall be duly approved by the Gopinath Patil Parsik Janata
Sahakari Bank Ltdi.e. Client, or its duly authorized representative in writing before the
commencement of any “Work” as mentioned in the Tender and to abide by the decision of the
Client in all respects and at all times.
Solemnly affirmed at ________ )
On this ____ day of ______ 2012) (Signature of the Contractor)
Identified by
Signature of the Advocate
Signature of Contractor No. of Corrections Signature of Client
183
17.02 INDEMNITY BOND :
(On Stamp paper Rs. 200/-)
This Indemnity Bond is made on this ______day of _____, 2012 by M/s_______ a
company/partnership firm/sole proprietor having their registered office at_______________,
(hereinafter referred to as the “Contractor”) in favour of Gopinath Patil Parsik Janata Sahakari
Bank Ltd, Mumbai, having its registered office at _________(hereinafter referred to as the
“Client).
WHEREAS :
The Contractor and the Client have entered into an agreement dated ________for _______
NOW THIS DEED WITNESSETH THAT:
a) The Contractor does hereby covenant with the Client that the Contractor will indemnify and
keep indemnified the Client (and each of the officers, directors, employees, advisors and
Affiliates) for any action, suit, litigation or claim of any nature whatsoever made by any person
of any nature whatsoever in respect of the work done by the Contractor by virtue of any act of
commission or omission of the Contractor.
b) The Contractor agrees to compensate the Client against any loss; costs, charges and
expenses including including attorney fees, that the Client may incur or suffer on account of
such action, suit, litigation claim or any dispute.
c) The Contractor shall also indemnify the Client (and each of the officers, directors,
employees, advisors and Affiliates) for making good any claim/penalty/loss or damages,
including costs (including counsel fees and legal cost) thereof, in respect of any breach or
violation of any provisions of any law, including labour laws governing the employees of the
Contractor. In case of any failure to make good the above/any losses/expenses to the Client, the
same shall be deducted from the amounts to be paid to Contractor, as per the bills raised, or may
be deducted from the security deposit or from any payments to be made to the Contractor under
the aforesaid Agreement.
d) The Contractor shall be solely indemnify the Client (and each of the officers, directors,
employees, advisors and Affiliates), from costs or liabilities, arising therefrom (including
counsel fees and legal cost) for any claims, against the client for any accidents, injuries, death
and/or damages caused to any individual/s and/or property of any third party, due to negligence
of the Contractor or its employees, during performance of their duties under the Agreement.
Signature of Contractor No. of Corrections Signature of Client
184
Dated this______ day of_____________
IN WITNESS WHEREOF the Contractor hereto have hereunto set and subscribed their
respective hands the day and the year hereinabove written.
SIGNED, SEALED AND DELIVERED by the withinnamed Contractor:
Mr._________
(1)____________________________
in the presence of
(1) ___________________________ ________________
(2) ____________________________
17.03 FORM OF BANK GUARANTEE BOND :
(On stamp paper of Rs. 0.20% of the amount of bank guarantee)
In consideration of the Gopinath Patil Parsik Janata Sahakari Bank Ltd, Navi Mumbai
(hereinafter referred to as “Client") having agreed to exempt ------------------------------------------
--------------------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------- (hereinafter referred to as
““ Contractor”) from depositing with the Client, in cash the sum of Rs. ------------------------------
- (Rupees :-------------------------------------------------------------------- only) being the amount of
security deposit payable by the Contractor to the Client under the terms and conditions of the
Agreement (hereinafter referred to as “Agreement”) dated the ------------------------ day of --------
--------------------------- 200 and made between the Client and the Contractor for -----------------
--------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------------
------------------------ as security for the due observance and performance by the Contractor of the
terms and conditions of the said Agreement, on the Contract furnishing to the Client, a
Guarantee in the prescribed form of a Nationalized Bank / Multi-State Scheduled Bank in India,
being in fact these presents in the like sum of Rs.----------------- (Rupees ---------------------------
---------------------------------------------- only). We -------------------------------------------------------
Signature of Contractor No. of Corrections Signature of Client
185
Bank / Limited registered in India under ---------------------------------------- Act and having one
of our local head offices at ----------------------- do hereby :
1. Guarantees the Client :
a) Due performance and observance by the Contractor of the terms covenants and
conditions on the part of the Contractor contained in the said Agreement.
b) Due and punctual payment by the Contractor to the Client of all sums of money
including but not limited to any and all losses, damages, costs, charges, penalties and
expenses arising out of the default of the Contractor in respect to the said Agreement.
2. Undertake to pay the Client on demand and without demur the entire amount of the
claim but with a maximum of the guarantee amount, within (72) seventy two hours of such
claim being made by the Client and notwithstanding any dispute or disputes raised by the
Contractor(s) in any suit or proceeding filed in any court or Tribunal or pending arbitration
relating thereto the said sum of Rs. ----------------------------------------- (Rupees ---------------------
--------------------------------------------------------------------------- only)
Our guarantee hereunder being absolute and unequivocal we agree that:
a) The guarantee herein contained shall remain in full and effect during the subsistence of
the said Agreement and that the same shall continue to be enforceable till all the dues of
the Client under or by virtue of the said Agreement(s) have been duly paid and its
claims satisfied or discharged and till the Client certifies that the terms and conditions
of the said Agreement have been fully properly carried out by the Contractor and all
financial claims of the Client are met in full.
b) We shall not be discharged or released from the liability under this Guarantee by
reasons of :
i) Any change in the constitution of the Bank or of the Contractor, or
ii) Any arrangement entered into between the Client and the Contractor with or without
our consent;
iii) Any forbearance or indulgence shown to the Contractor;
iv) Any variation in the terms covenants or conditions contained in the said Agreement;
v) Any time given to the Contractor, or
vi) Any other conditions or circumstance under which, in law, a surety would be
discharged.
Signature of Contractor No. of Corrections Signature of Client
186
c) Our liability herein under shall be joint and several with that of the Contractor as if we
were principal debtors in respect of the said of Rs.----------------------------------------------
---------------(Rupees ----------------------------------------------------------------------------
only) and
d) We shall not revoke this guarantee during its currency except with the previous consent
in writing of the Client.
IN WITNESS WHEREOF the common seal -------------------------------------------- has
been here into affixed this --------------------------------------------------------------------------
--------------------- day of ------------------------------------------------20---
The common seal of -------------------------------------------------------------------- was
pursuant to the resolution of the Board of Directors of the Company dated the ------------
------- day of ----------------------------------- 20— herein affixed in the presences of -------
--------------------------------------------------------------- who, in token thereof, have here to
set their respective hands in the presence of :
1)---------------------------------------------------------------------
2)---------------------------------------------------------------------
Signature of Contractor No. of Corrections Signature of Client
187
17.04 GUARANTEE BOND FOR ANTITERMITE / WATER PROO FING TREATMENT :
(On stamp paper of Rs. 200) (Model Performa)
Dated: -
To,
The Gopinath Patil Parsik Janata Sahakari Bank Lt,
Koperkhairane Navi Mumbai,400070.
Subject. :
Construction Of Bank Building On Plot No. 80,Sector 05 Koperkhairane, Navi Mumbai. .
Sir,
I/We --------------------------------------------------------------- have executed and completed the
work of Anti-termite / Water Proofing Treatment (hereinafter referred to as “treatment”) for
Building No.-------------- on ------------- date.
I/We hereby guarantee that, the treatment shall be valid for a period of seven (7) years
(hereinafter referred to as the “Guarantee Period”) immediately commencing from the date of
completion of building as aforesaid. In the event of any defaults arising during the Guarantee
period I/ We will immediately rectify all such defects at our own cost to the enture satisfaction
of the Gopinath Patil Parsik Janata Sahakari Bank Ltd(hereinafter referred to as “Corporation”).
However, in case the efforts to rectify the same are not initiated by us within two (2) days from
the knowledge of the occurrence of such defects, the Corporation reserves the right to rectify
such defects and recover the entire cost of the same from us.
I/We undertake to pay such cost, without demur to the Corporation within five (5) days from
the demand for such amount, in the manner as shall be directed by the Corporation.
However, in case efforts to rectify the same are not initiated by us within two (2) days from the
knowledge of the occurrence of such defects, the Corporation shall rectify such defects and
recover the entire cost of the same from us.
I/We undertake to pay such cost, without demur to the Corporation within five (5) days from
the demand for such amount, in the manner as shall be directed by the Corporation.
The aforesaid guarantee can be enforced within three (3) years of the expiry date of the
guarantee, i.e after seven (7) years from the date of execution.
Signature of Contractor
Signature of Contractor No. of Corrections Signature of Client
188
17.05 CHECK LIST FOR FINAL BILL PROCESSING :
Name of work: Construction GP Parsik Bank At Koparkhairne, Dist. Thane. Sr.No Particulars Information In the
form of Yes/No Remarks
A) Technical 1 Whether as built drawing is submitted by the
contractor ?
2 Whether the project is completed within stipulated time period ?
3 Whether structural stability certificate is submitted by sub consultant of Architect cum PMC ?
4 Whether water supply completion certificate is submitted by sub consultant of Architect cum PMC?
5 Whether drainage completion certificate is submitted by sub consultant of Architect cum PMC?
6 Whether electrification completion certificate is submitted by sub consultant of Architect cum PMC?
B) Finance 7 Whether water proofing guarantee is submitted by
the contractor ?
8 Whether anti- termite guarantee is submitted by the contractor ?
9 Whether all other required guarantees in respect of fixtures such as electrical (eg. lights, transformer, fans) are submitted by the contractor ?
10 Whether requisite security deposit is recovered from contractor ? i.e. 1 % of tender value in the form of BG 1 % of tender value from R.A. Bills
11 Whether penalty (if applicable) is recovered from contractor ?
12 Whether excess / saving statement (if any) is finalized ?
13 Whether no due certificate is submitted by contractor ?
C) Clearance 14 Whether occupancy certificate is obtained ?
15 Whether requisite procedure for transferring the building on site register completed ?
Signature of Contractor No. of Corrections Signature of Client
189
17.06 CHECK LIST FOR HANDING OVER OF THE PROJECT :
Name of work: Construction GP Parsik Bank At Koparkhairne, Dist.Thane. Sr. No.
Particulars Information In the form of
Yes/No
Remarks
A) Technical 1 Whether water connection is obtained ?
3 Whether Sewage Connection is obtained ?
5 Whether sanitary fixtures are working ?
6 Whether external colour is as per PHC’s approval ?
7 Whether landscape is as per PHC approval ?
8 Whether infrastructure works such as Road, GSR, ESR, Storm water drain, Compound wall, etc. are completed in all respect ?
9 Whether inventory of whole project is completed ?
10 Whether all work is executed as per approved drawings ?
11 Whether completion certificate is submitted by Architect cum PMC / Contractor / their sub consultant
B) Clearance 12 Whether Occupation certificate is obtained ? 13 Whether Fire fighting NOC is obtained ? 14 Whether Lift NOC is obtained ?