Bidding Document For Pradhan Mantri Gram Sadak Yojana (PMGSY-II)

Size: px
Start display at page:

Download "Bidding Document For Pradhan Mantri Gram Sadak Yojana (PMGSY-II)"

Transcription

1 Bidding Document For Pradhan Mantri Gram Sadak Yojana (PMGSY-II) For Construction & Maintenance of Improvement of Road by providing widening strengthening on Mehshpur to Rajpura via Badha, Aharwan, Durgapur km 0 to 8.54 in Palwal District [PMGSY- II] [ HR-21-03] [including long span bridge on Gaunchi Main Drain] Estimated Cost: Rs Lacs National Rural Roads Development Agency (An Agency of the Ministry of Rural Development) Government of India Implementing Agency: Haryana Rural Roads Infrastructure Development Agency. E.E.

2 TABLE OF CONTENTS Standard Bidding Document for PMGSY for Construction and Maintenance Section Description Page Section 1 List of Dates, Press Notice, NIT 4 Section 2 Instructions to Bidders, & Appendix to ITB 10 Section 3 Qualification Information 37 Section 4 General Conditions of Contract, Part I, Contract Data 43 Appendix to Part I General Conditions of Contract 73 Part II Special Conditions of Contract 75 Section 5 Specifications 76 Section 6 Form of Bid 121 Section 7 Bill of Quantities 122 Section 8 Standard Forms, Form of Acceptance, Notice to Proceed with the Work, Agreement 125 E.E. 2

3 SECTION 1 LIST OF IMPORTANT DATES PRESS NOTICE NOTICE INVITING TENDERS E.E. 3

4 SECTION 1 Superintending Engineer Gurgaon Circle, PWD (B&R) Gurgaon List of Important Dates of Bids for Construction/Up gradation of Roads under Pradhan Mantri Gram Sadak Yojana and their Maintenance for Five years 1 Name of work: Improvement of Road by providing widening strengthening on Mehshpur to Rajpura via Badha, Aharwan, Durgapur km 0 to 8.54 in Palwal District [PMGSY-II] [ HR-21-03] [including long span bridge on Gaunchi Main Drain] 2.1 Completion Period for construction/up gradation: 12 Months 2.2 Maintenance Period is five years after construction 3 Date of Issue of Notice Inviting Bid Date 16 Month 01 Year 2014 (Internet only) 4 Period and Places of Sale of Bidding Documents From Date 17 Month 01 Year To Date 13 Month 02 Year Place(s) Online through Internet only 5 Time, Date and Place of Pre-bid Meeting Date 28 Month 01 Year Time 11:00 Hours Place O/o the SE, Gurgaon Circle. 6 Date & Time for Tender download Online From Websitehttp://haryanapmgsy.etenders.in from Date 17 Month 01 Year from 09:00 Hrs. To Date 13 Month 02 Year upto 17:00 Hrs 7 Date & time for bid preparation and Hash submission From Date 17 Month 01 Year :00 Hrs. Upto Date 13 Month 02 Year upto 17:00 Hrs 8 Closing of tender Date 13 Month 02 Year upto 17:01 Hrs. to Date 13 Month 02 Year upto 20:00 Hrs 9 Date & Time for Online Bid Submission (REencryption) From Date 13 Month 02 Year upto 20:01 Hrs. to Date 17 Month 02 Year upto 13:00 Hrs 10 Last Date & Time of receipt of EMD Envelope upto Date 17 Month 02 Year upto 17:00 Hrs 11 Date & Time for Opening of EMD and Technical Envelopes From Date 18 Month 02 Year :00 Hrs to 17:00 Hrs 12 Date & Time for Opening of Price Bid to be announced 13 Officer Inviting Bids Designation: Superintending Engineer Address: Gurgaon Circle, Gurgaon E.E. 4

5 Section 1 PRESS NOTICE. HARYANA PWD (B&R) Notice Inviting Tenders. Dated: Superintending Engineer, Gurgaon Circle, PWD B&R Br., Gurgaon invites on behalf of Governor of Haryana bids from eligible bidders through online bids on the website: for the work detailed in the table: **for each of the following works including maintenance for five years after construction. Name of Work: Improvement of Road by providing widening strengthening on Mehshpur to Rajpura via Badha, Aharwan, Durgapur km 0 to 8.54 in Palwal District [PMGSY-II] [ HR-21-03] [including long span bridge on Gaunchi Main Drain] Estimated Cost: Rs Lacs Bid Security: (Rs.) Rs Lacs from Contractor / Rs Lacs from Societies only Last date for Bid Preparation & Hash Submission: Upto 17 :00 Hrs 13/02/2014 Time limit 12 (Twelve) Months Pre Bid meeting will be held on 28/01/2014 at 11:00 Hrs. in the O/o the Superintending Engineer, Gurgaon Circle, PWD (B&R), Gurgaon Cost of Bid document (to be paid only online) is Rs.20000/- (non refundable) for each bid. For other details and e-tendering schedule visit website or (Superintending Engineer, Gurgaon Circle, PWD (B&R), _Gurgaon ) E.E. 5

6 Section 1 Superintending Engineer, Gurgaon Circle, PWD (B&R) Gurgaon (Haryana PWD B&R) DETAIL NOTICE INVITING TENDER The Governor of Haryana invites the bids from eligible bidders through online bids in the website: for the works detailed in the table. Package No Name of work 1. Improvement of Road by providing widening strengthening on Mehshpur to Rajpura via Badha, Aharwan, Durgapur km 0 to 8.54 in Palwal District [PMGSY-II] [ HR-21-03] [including long span bridge on Gaunchi Main Drain] Approximate value of works (Rs) & Time Limit Rs Lacs Bid Security (Rs.) Rs Lacs from Contractor / Rs Lacs Societies from Cost of document (Rs.) Date and time for Bid preparation to Hash Submission Rs.20000/- 17/01/ :00 Hrs to 13/02/ :00 Hrs only 1. Bidding Documents can be downloaded online from the portal & by the Societies/Contractors registered on the Portal. 2. Pre bid meeting will be held on 28/01/2014 at Hrs. in the office of the Superintending Engineer, Gurgaon Circle, PWD (B&R), Gurgaon to clarify the issues and to answer questions on any matter that may be raised at that stage as stated in clause 9.2 of Instructions to Bidders of the bidding document. 3. As the Bids are to be submitted online and are required to be encrypted and digitally signed. The Bidders are advised to obtain the same at the earliest. For obtaining Digital Certificate, the Bidders may contact the representative of Next Tenders, the Service Providers of Electronic Tendering System. 4. The contractual Agencies can submit their tender document (Online) as per the dated mentioned in the key dates below :- Key Dates Sr. No. PWD B&R Stage Contractor Stage Start Date and Time 1. Release of Tender 16/01/ :00Hrs 2. - Download Tender Document 17/01/ :01 Hrs 3. - Online Bid Preparation & 17/01/2014 Hash Submission 09:01 Hrs Expiry Date and Time 17/01/ :00 Hrs 13/02/ :00 Hrs 13/02/ :00 Hrs E.E. 6

7 4. Technical and - 13/02/2014 Financial Lock 17:01 Hrs 5. - Re-encryption of Online Bids 13/02/ :01 Hrs 6. - Manual Submission of BS 14/02/ :00 Hrs 7. Open BS & - 18/02/2014 Technical/PQ bid 11:00 Hrs 8. Technical - 18/02/2014 Evaluation 11:00 Hrs 9. Open Financial/ - To be announced Price -Bid later. 13/02/ :00 Hrs 17/02/ :00 Hrs 17/02/ :00 Hrs 18/02/ :00 Hrs. 18/02/ :00 Hrs The Bidders can download the bidding documents from the Portal & Tender Document Fees has to be paid online during the Bid Preparation and Hash Submission stage and Bid Security (BS) has to be submitted in a separate sealed BS envelope. The bidders shall have to pay the Tender Document Fees mentioned against the work at the time of Bid Preparation and Hash Submission stage. The Bid Security will have to be in any one of the form as specified in the bidding document. The BS envelope for the work has to reach in the office of Superintending Engineer, Gurgaon Circle, PWD B&R Br., Gurgaon / on or before 17/02/2014 upto 17:00 Hrs. However, as the details of the Bid Security are required to be filled at the time of Bid Preparation Hash Submission stage, the Bidders are required to keep the BS ready appropriately. 6. The tender shall be submitted by the tender in the following three separate envelops: 1 Earnest Money - Envelope BS (scanned copy online and Hard copy in physical form) 2 N.I.T and technical Bid - Envelope T I (online) 3 Tender in Form A (Price Bid)- Envelope C I (online) Note: Online Bidders are required to submit the physical BS in a physical BS Envelope BS. Price Bids and Technical Bid are to be submitted mandatory online and shall not be accepted in any physical form. Reference of the BS is to be mentioned online. Above envelop, as applicable, shall be kept in a big outer envelope, which shall also be sealed, in the first instance, the Envelope BS of all the Bidders containing the Bid Security shall be opened online and physically. If the Earnest Money is found proper, Technical Bid shall be opened (Online) in the presence of such contractors who choose to be present. The Financial Offer in Envelope in CI shall be open (online) only if the tenders meet the qualification criteria as per the Bid document. The date of opening of Financial Bid shall be fixed at the time of opening of Technical Bid. The Contractual Agencies will submit the necessary documents as under. Envelope BS Bid Security Envelope Physical BS Envelope The Bid Security will have to be in any one of the forms as specified in the bidding document. Online BS Envelope Reference details of the Bid Security instrument and scanned copy of the Bid Security. In case financial bid is submitted but Bid Security has not been submitted by any bidder, then bidder would be debarred from further tendering in Haryana PWD (B&R) for a period of minimum 1 year. Adjustment of tender document fees of the Contractors/Agencies: E.E. 7

8 1. Single tender shall normally not be considered unless there are special circumstances to do so. In such eventuality, decision to accept the single tender shall be as prescribed in the rule. If special circumstances are not present, tenders shall be re-called. If re-tendering again results in a single tender, its acceptance may be considered with proper justification and reasons. 2. Those bidders shall not be required to pay tender document fee, who choose to submit bids again on tender being re-called on account of single tender/bid being received on first call. Envelope CI Price Bid Envelope Information related to Price Bid of the tender to be submitted mandatorily online. The envelope marked BS shall be submitted clearly marking the name of agency and name of work. The contractual Agencies can submit their tender document (Online) as per the dates mentioned in the Key Dates above:- CONDITONS:- 1. DNIT & Prequalification criteria can be seen on any working day during office hours in office of the undersigned. 2. Conditional tenders will not be entertained & are liable to be rejected. 3. In case the day of opening of tenders happens to be holiday, the tenders will be opened on the next working day. The time and place of receipt of tenders and other condition will remain unchanged. 4. The undersigned reserve the right to reject any tenders without assigning any reason. 5. The societies shall produce an attested copy of the resolution Co-Operative department for the issuance of tenders. 6. The tender without earnest money will not be opened. 7. The jurisdiction of court will be at Gurgaon. 8. The tender of the bidder who does not satisfy the qualification criteria in the bid documents are liable to be rejected summarily without assigning any reason and no claim whatsoever on this account will be considered. 9. The bid for the work shall remain open for acceptance during that bid validity period to be reckoned from the last date of manual submission of BS. If any bidder/tender withdraws his bid/tender before the said period or makes any modifications in the terms and conditions of the bid, the earnest money shall stand forfeited. Bids shall be valid for 90 days from the date of bid closing i.e. from last date of manual submission of EMD. In case the last day to accept the tender happens to be holiday, validity to accept tender will be the next working day. 10. A bidder shall not be permitted to bid for works in the Circle responsible for award and execution of contracts in which his or his spouse s near relative (defined as first blood relations and their spouses) is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Assistant Engineer (both inclusive) 11. No Engineer of gazette rank or other Gazetted officer employed in Engineering or Administrative duties in an Engineering Department of the State Government is allowed to work as a Contractor for a period of two years after his retirement from Government service, without Government permission. This contract is liable to be cancelled if either the contractor or any of his employee is found any time to be such a person who had not obtained the permission of the Government as aforesaid before submission of the tender or engagement in the Contractor s service. Superintending Engineer, Gurgaon Circle, PWD (B&R), Gurgaon E.E. 8

9 Section 2: Instructions to Bidders Table of Clauses Clause A. General Clause D. Submission of Bids 1 Scope of Bid 19 Guidelines to e-tendering 2 Source of Funds 20 Deadline for Submission of Bids 3 Eligible Bidders 21 Late Bids 4 Qualification of the Bidder 22 Modification and Withdrawal of Bids 5 One Bid per Bidder E. Bid Opening 6 Cost of Bidding 23 Bid Opening 7 Site Visit 24 Process to be Confidential B. Bidding Documents and 25 Clarification of Financial Bids Evaluation 8 Content of Bidding Documents 26 Examination of Bids and Determination of Responsiveness 9 Clarification of Bidding Documents 27 Correction of Errors 10 Amendment of Bidding Documents 28 Deleted C. Preparation of Bids 29 Evaluation and Comparison of Financial Bids 11 Language of Bid 30 Deleted 12 Documents Comprising the Bid F. Award of Contract 13 Bid Prices 31 Award Criteria 14 Currencies of Bid and Payment 32 Employer's Right to Accept any Bid and to Reject any or all Bids 15 Bid Validity 33 Notification of Award and Signing of Agreement 16 Earnest Money 34 Performance Security 17 Alternative Proposals by Bidders 35 Advances 18 Format and Signing of Bid 36 Deleted 37 Corrupt or Fraudulent Practices E.E. 9

10 Section 2 Instructions to Bidders (ITB) A. General 1. Scope of Bid 1.1. The Employer as defined in the Appendix to ITB invites bids for the construction of Works and their maintenance for five years, as described in these documents and referred to as the works and / or routine maintenance. The name and identification number of the works is provided in the Appendix to ITB. The bidders may submit bids for any or all of the works detailed in the table given in the Notice Inviting Tender. Bid for each work should be submitted separately The successful Bidder will be expected to complete the Works by the Intended Completion Date specified in the Part I General Conditions of Contract and do the routine maintenance of roads for five years from the date of completion Throughout these documents, the terms bid and tender and their derivatives (bidder/ tenderer, bid/ tender, bidding/ tendering, etc.) are synonymous. 2. Source of Funds 2.1. The Government of the State as defined in the Appendix to ITB has decided to undertake the works of construction and up-gradation of selected rural roads of the State through funds received under Pradhan Mantri Gram Sadak Yojana, from the Government of India, Ministry of Rural Development, and other sources to be implemented through the Employer The Government of the State has decided to provide funds for the routine maintenance of the roads. 3. Eligible Bidders 3.1. This Invitation for Bids is open to all bidders as defined in the Appendix to ITB Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices by the Central Government, the State Government or any public undertaking, autonomous body, authority by whatever name called under the Central or the State Government. 4. Qualification of the Bidder E.E. 10

11 4.1. All bidders shall provide in Section 3, Forms of Bid and Qualification information, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary All bidders shall include the following information and documents with their bids in Section 3, Qualification Information unless otherwise stated in the Appendix to ITB: a) copies of original documents defining the constitution or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder; b) total monetary value of civil construction works performed for each of the last five years; c) experience in works of a similar nature and size for each of the last five years, and details of works in progress or contractually committed with certificates from the concerned officer of the rank of Executive Engineer or equivalent; d) evidence of ownership of major items of construction equipment named in Clause 4.4 B (b) (i) of ITB or evidence of arrangement of possessing them on hire/lease/buying as defined therein. e) details of the technical personnel proposed to be employed for the Contract having the qualifications defined in Clause 4.4 B (b) (ii) of ITB for the construction. f) reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports for the past three years; g) an undertaking that the bidder will be able to invest a minimum of cash up to the percentage (defined in the Appendix to ITB) of the contract price of works, during the implementation of the works; h) evidence of access to line(s) of credit and availability of other financial resources/ facilities (10 percent of the contract value) certified by banker (the certificate being not more than 3 months old.) i) authority to seek references from the Bidder's bankers; j) information regarding any litigation or arbitration during the last five years in which the Bidder is involved, the parties concerned, the disputed amount, and the matter; k) proposals for subcontracting the components of the Works for construction/up-gradation, aggregating to not more than 25 percent of the Contract Price and if amount put to bid is Rs.5 crores and above, subcontracting of part / full routine maintenance of roads after completion of construction work; and E.E. 11

12 l) the proposed methodology and programme of construction, backed with equipment and material planning and deployment, duly supported with broad calculations and Quality Management Plan proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications and within the stipulated period of completion Bids from joint venture are not allowed A. To qualify for award of the Contract, each bidder should have in the last five years: a. Achieved in any one year a minimum financial turnover (as certified by Chartered Accountant, and at least 50% of which is from Civil Engineering construction works) equivalent to amount of Rs Lacs If the bidder has executed road works under Pradhan Mantri Gram Sadak Yojana in originally stipulated completion period, the financial turnover achieved on account of execution of road works under PMGSY shall be counted as 120% for the purpose of this sub-clause. The amount put to bid above would not include maintenance cost for 5 years and the turnover will be indexed at the rate of 8% for a year. b. satisfactorily completed, as prime Contractor or sub-contractor, at least similar work equal in value to one-third of the estimated cost of work (excluding maintenance cost for five years) for which the bid is invited, or such higher amount as may be specified in the Appendix to ITB. The value of road work completed by the bidder under Pradhan Mantri Gram Sadak Yojana in originally stipulated period of completion shall be treated 120% for the purpose of this Sub-Clause. B. a. Each bidder must produce: (i) (ii) (iii) The current income-tax clearance certificate; An affidavit that the information furnished with the bid documents is correct in all respects; and Such other certificates as defined in the Appendix to ITB. Failure to produce the certificates shall make the bid nonresponsive. b. Each bidder must demonstrate: (i) (ii) availability for construction work, either owned, or on lease or on hire, of the key equipment stated in the Appendix to ITB including equipments required for establishing field laboratory to perform mandatory tests, and those stated in the Appendix to ITB; availability for construction work of technical personnel as stated in the Appendix to ITB. E.E. 12

13 (iii) liquid assets and/or credit facilities, net of other contractual commitments and exclusive of any advance payments which may be made under the Contract, of not less than the amount specified in the Appendix to ITB; c. The bidder must not have in his employment: (i) (ii) the near relations (defined as first blood relations, and their spouses, of the bidder or the bidder s spouse) of persons listed in the Appendix to ITB. without Government permission, any person who retired as gazetted officer within the last two years of the rank and from the departments listed in the Appendix to ITB. C. To qualify for a package of contracts made up of this and other contracts for which bids are invited in the Notice Inviting Tender, the bidder must demonstrate having experience and resources sufficient to meet the aggregate of the qualifying criteria for the individual contracts If the bidder is a prime contractor, Sub-Contractors' experience and resources shall not be taken into account in determining the bidder's compliance with the qualifying criteria except to the extent stated in 4.4 A above Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity for construction work is equal to or more than the total bid value. The available bid capacity will be calculated as under: Where: A = Assessed Available Bid capacity = ( A*N*M - B ) Maximum value of civil engineering works executed in any one year during the last five years (updated to the price level of the last year at the rate of 8 percent a year) taking into account the completed as well as works in progress. N = Number of years prescribed for completion of the works for which bids are invited (period up to 6 months to be taken as half-year and more than 6 months as one year). M = 2 or such higher figure not exceeding 3 as may be specified in the Appendix to ITB. B = Value, at the current price level, of existing commitments and on-going works to be completed during the period of completion of the works for which bids are invited. Note: The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Engineer in charge, not below the rank of an Executive Engineer or equivalent. E.E. 13

14 4.7. Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have: (i) (ii) (iii) 5. One Bid per Bidder made misleading or false representations in the forms, statements, affidavits and attachments submitted in proof of the qualification requirements; and/or record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc. participated in the previous bidding for the same work and had quoted unreasonably high or low bid prices and could not furnish rational justification for it to the Employer Each Bidder shall submit only one Bid for one work. A Bidder who submits more than one Bid will cause the proposals with the Bidder's participation to be disqualified. 6. Cost of Bidding 6.1. The Bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will, in no case, be responsible or liable for those costs. 7. Site Visit 7.1. The Bidder, at his own cost, responsibility and risk, is encouraged to visit, examine and familiarise himself with the Site of Works and its surroundings including source of earth, water, road aggregates etc. and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder's own expense. He may contact the person whose contact details are given in the Appendix to ITB. 8. Content of Bidding Documents B. Bidding Documents 8.1. The set of bidding documents comprises the documents listed below and addenda issued in accordance with Clause 10 of ITB. 1. Notice Inviting Tender 2. Instructions to Bidders 3. Qualification Information 4. Conditions of Contract (Part I General Conditions of Contract, and Contract Data; Part II Special Conditions of Contract) 5. Specifications E.E. 14

15 6. Drawings 7. Bill of Quantities 8. Form of Bid 9. Form of Acceptance, Form of Agreement, Issue of Notice to Proceed with the Work, form of Unconditional Bank Guarantee. E.E. 15

16 8.2. One set of the bidding documents will be issued to the bidder against the payment The bidder is expected to examine carefully all instructions, conditions of contract, contract data, forms, terms and specifications, bill of quantities, forms and drawings in the Bid Document. Failure to comply with the requirements of Bid Documents shall be at the bidder s own risk. Pursuant to clause 25 hereof, bids, which are not substantially responsive to the requirements of the Bid Documents, shall be rejected. 9. Clarification of Bidding Documents and Pre-bid Meeting 9.1. A prospective Bidder requiring any clarification of the bidding documents may notify the Employer in writing or by cable ("cable" includes telex and facsimile) at the Employer's address indicated in the Notice Inviting Tenders. The Employer will respond to any request for clarification received earlier than 10 days prior to the deadline for submission of bids. Copies of the Employer s response will be forwarded to all purchasers of the bidding documents, including a description of the inquiry, but without identifying its source If a pre-bid meeting is to be held, the bidder or his authorised representative is invited to attend it. Its date, time and address are given in the Appendix to ITB The purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage The bidder is requested to submit any questions in writing or by cable so as to reach the Employer not later than one week before the meeting Minutes of the meeting, including the text of the questions raised (without identifying the source of the enquiry) and the responses given will be transmitted without delay to all purchasers of the bidding documents. Any modifications of the bidding documents listed in Clause 8.1 of ITB, which may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to Clause 10 of ITB and not through the minutes of the pre-bid meeting Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder. 10. Amendment of Bidding Documents Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing addenda. E.E. 16

17 10.2. Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing by registered post or by cable to all purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum by cable to the Employer To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer shall extend, as necessary, the deadline for submission of bids, in accordance with Clause 20.2 of ITB. 11. Language of Bid C. Preparation of Bids All documents relating to the Bid shall be in the language specified in the Appendix to ITB. 12. Documents Comprising the Bid The Bid submitted by the Bidder shall be in two separate parts: Part I This shall be named Technical Bid and shall comprise of: I. For bidding documents downloaded from the website, the demand draft for the cost of the bidding documents placed in a separate cover, marked cost of bidding document downloaded from the internet ; II. Earnest Money in a separate cover marked Earnest Money ; III. Authorized address and contact details of the Bidder having the following information: Address of communication: Telephone No.(s): Office: Mobile No.: Facsimile (FAX) No.: Electronic Mail Identification ( ID): IV. Qualification information, supporting documents, affidavit and undertaking as specified in Clause 4 of ITB. V. Undertaking that the bid shall remain valid for the period specified in clause 15.1 OF ITB. VI. any other information/documents required to be completed and submitted by bidders, as specified in the Appendix to ITB, and VII. An affidavit affirming that information he has furnished in the bidding document is correct to the best of his knowledge and belief. Part II. It shall be named Financial Bid and shall comprise of: (i) Form of Bid as specified in Section 6; (ii) Priced bill of quantities for items specified in Section 7; E.E. 17

18 12.2. Each part shall be separately sealed and marked in accordance with Sealing and Marking instructions in clause 19 of ITB The following documents, which are not submitted with the bid, will be deemed to be part of the bid. Section Particulars Volume No. 1 Invitation for Bids(IFB) Volume I 2 Instructions to Bidders 3 Conditions of Contract 4 Contract Data Volume II 5 Specifications 6 Drawings Volume IV 13. Bid Prices The Contract shall be for the whole Works, as described in Clause 1.1 of ITB, based on the priced Bill of Quantities submitted by the Bidder The Bidder shall adopt the Percentage Rate Method or Item Rate Method as specified in the Appendix to ITB; only the same option is allowed to all the Bidders. Percentage Rate Method requires the bidder to quote a percentage above / below/ at par of the schedule of rates specified in the Appendix to ITB. Item Rate Method requires the bidder to quote rates and prices for all items of the Works described in the Bill of Quantities. The items for which no rate or price is entered by the Bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing out, initialling, dating and rewriting All duties, taxes, royalties and other levies payable by the Contractor under the Contract, or for any other cause, shall be included in the rates, prices, and total Bid price submitted by the Bidder The rates and prices quoted by the Bidder shall be fixed for the duration of the Contract and shall not be subject to adjustment. 14. Currencies of Bid The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees. E.E. 18

19 15. Bid Validity Bids shall remain valid for a period of ninety days after the deadline date for bid submission specified in Clause 20 of ITB. A bid valid for a shorter period shall be rejected by the Employer as non-responsive In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the bidders may extend the period of validity for a specified additional period. The request and the bidders responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his Earnest Money. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend the validity of his earnest money for a period of the extension, and in compliance with Clause 16 of ITB in all respects. 16. Earnest Money The Bidder shall furnish, as part of the Bid, Earnest Money, in the amount specified in the Appendix to ITB The Earnest Money shall, at the Bidder s option, be in the form of Fixed Deposit Receipt of a scheduled commercial bank, issued in favour of the name given in the Appendix to ITB. The Fixed Deposit Receipt shall be valid for six months or more after the last date of receipt of bids. Other forms of Earnest Money acceptable to the Employer are stated in the Appendix to ITB Any bid not accompanied by an acceptable Earnest Money, unless exempted in terms given in the Appendix to ITB, shall be rejected by the Employer as non-responsive The Earnest Money of unsuccessful bidders will be returned within 28 days of the end of the Bid validity period specified in Clause 15.1 of ITB The Earnest Money of the successful Bidder will be discharged when the Bidder has signed the Agreement and furnished the required Performance Security The Earnest Money may be forfeited: a) if the Bidder withdraws the Bid after bid opening (technical bid) during the period of Bid validity; b) in the case of a successful Bidder, if the Bidder fails within the specified time limit to (i) (ii) sign the Agreement; and/or Furnish the required Performance Security. E.E. 19

20 17. Alternative Proposals by Bidders Bidders shall submit offers that comply with the requirements of the bidding documents, including the Bill of Quantities and the basic technical design as indicated in the drawings and specifications. Alternative proposals will be rejected as non-responsive. 18. Format and Signing of Bid The Bidder shall submit one set of the bid comprising of the documents as described in Clause 12 of ITB The Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to Clause 4.3(a) of ITB. All pages of the Bid shall be signed by the person or persons signing the Bid The Bid shall contain no overwriting, alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the Bidder, in which case such corrections shall be made by scoring out the cancelled portion, writing the correction and initialling and dating it by the person or persons signing the Bid. D. SUBMISSION OF BIDS 19. Guidelines to e-tendering These conditions will overrule the conditions stated in the tender documents, wherever relevant and applicable Registration of the Contractors on the Haryana PWD (B & R) s, website All the Contractors intending to register with Haryana PWD (B&R), Intending to buy the tender document online are required to register for Electronic Tendering on the website in order to participate in the tenders located using the Electronic System. The Contractors registered with other Departments who are also eligible to participate in the Tenders processed by Public Works Department (B & R), Government of Haryana are also required to be registered on the Electronic Tendering System in GENERAL category. For more details, please see the information in Registration Info link on the Home Page. E.E. 20

21 Obtaining a Digital Certificate: The Bids required to be submitted online should be signed electronically with a Digital Certificate to establish the identity of the Bidder bidding online. These Digital Certificates are issued by an approved Certifying Authority, authorized by the Controller of Certifying Authorities, Government of India. A Digital Certificate is issued upon receipt of mandatory identity proofs and verification letters attested bythe banker with whom the contractor maintains the account with. Only upon the receipt of the required documents, a Digital Certificate can be issued. The registered contractors may obtain Class II B Digital Certificates from any Certifying Authority or Sub-Certifying Authority authorised by the Controller of Certifying Authorities or may obtain information and application format and documents required to issue of digital certificate from: 1. NexTender (India) Pvt. Ltd. Yuchit, Juhu Tara Road, Mumbai support@nextenders.com 2. The registered contractors may obtain the digital certificates from any other Certifying Authority or Sub-certifying Authority authorised by the Controller of Certifying Authorities., Government of India. Bid for a particular Tender may be submitted only using the Digital Certificate, which is used to encrypt the data and sign the hash during the stage of Bid Preparation and Hash Submission. In case, during the process of a particular Tender, the Authorised User looses his / her Digital Certificate (i.e. due to virus attack, hardware problem, operating system problem); he / she may not be able to submit the Bid online. Hence, the Authorised User is advised to back up his / her Digital Certificate and keep the copies at safe place under proper security to be used in case of emergencies. In case of online tendering, if the Digital Certificate issued to the Authorised User of a Firm is used for signing and submitting a Bid, it will be considered equivalent to a noobjection certificate / power of attorney to that User. A Firm has to authorize a specific Individual via an Authorisation Certificate / Letter signed by the majority of the Partners to use the Digital Certificate as per Indian Information Technology Act Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority of the Authority User to bid on behalf of the Firm for the Tenders processed by the Public Works Department (B & R), Government of Haryana as per Information Technology Act The Digital Signature of this Authorized User will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and apply for a fresh Digital Certificate and issue an Authorization Certificate for the new Authorised User. The procedure for application of a Digital Certificate will remain the same for the new Authorised User. E.E. 21

22 The same procedure holds true for the Authorized Users in a Private / Public Limited Company. In this case, the Authorisation Certificate will have to be signed by the Directors of the Company Opening of an Electronic Payment Account: For purchasing the tender documents online, contractors are required to pay the tender document fees online using the electronic payments gateway service as mentioned in the NIT. Following modes of electronic payments are accepted on the electronic tendering system. a) Credit Cards Electronic Credit Card Transactions through the following Credit Card sypes are supported : Master Card / VISA / American Express / Diners Club International / JCB Cards / Citibank E-Cards. b) Internet Banking Electronic Internet Banking Transactions through Internet Banking Accounts of the following Banks are supported : HDFC Bank / Citi Bank / ICICI Bank / IDBI Bank / UTI Bank / Oriental Bank of Commerce Global Trust Bank / Federal Bank / Centurion Bank of Punjab Limited / IndusInd Bank / Kotak Mahindra Bank / Punjab National Bank Set up of Machine In order to operate on the electronic tender management system, a user s machine is required to be setup. A help file on setting up of the system can be obtained from NexTenders (India) Pvt. Ltd. Or downloaded from the home page of the website = Online Viewing of Detailed Notice Inviting Tenders: The Contractors can view the detailed Notice Inviting Tenders and the detailed Time Schedule (Key Dates) for all the packages processed by Public Works Department using the Electronic Tendering System on the Deleted Purchase of Tender Documents Online Purchase/Download of Tender Document : The tender documents can only be downloaded from the electronic tendering website http//haryanapmgsy.etenders.in after logging in with a valid Username and Password or from the Haryana PWD (B&R) Website http//www/haryanapwd-bandr.org. It is to be noted that it is mandatory that the tender document is download from the electronic tendering website to be able to submit electronic bids. The payment of the Tender Document fee has to E.E. 22

23 be made only if bid is being submitted. The last date of the submission of Tender Document Fee is as indicated in Notice Inviting Tenders Clarification of Bidding Documents and Pre-bid Meeting: - The clarification shall be given by the employer on the venue, date & time as indicated in DNIT In case online Query Processing facility of online bidding is functional: Prospective bidder should notify the Employer through the query processing facility available online setup to the date and time indicated in the Notice Inviting Tender. In such case, the copies of the employer s response will be displayed on line including a description of the enquiry, but without identifying its source. Prospective bidders can participate in the pre-bid meeting using the Query processing facility available online. Prospective bidders can use the Query processing facility available on-line to do so but not later than one week before the meeting. Responses given will be displayed online without delay Submission of Bid Seal (Hash) of Online Bids: Submission of Bids will be preceded by submission of the digitally signed Bid Seals (Hashes) as stated in the Tender Time Schedule (Key Dates) published in N.I.T. The information related to bids should be filled in or uploaded in the available templates under each envelope. After filing templates/uploading documents online, the hash of each envelope is required to be generated and digitally signed by a digital certificate of the person duly authorised to sign on behalf of the bidder Generation of Super Hash: After the expiry of the time of submission of digitally signed Bid Seals (Hashes) by the Contractors has lapsed, the bid round will be closed and a digitally signed Tender Super Hash will be generated by them authorised Official of Public Works Department (B & R), Government of Haryana. This is equivalent to sealing the Tender Box Submission of actual online Bids: Contractors have to submit their encrypted Bids online and upload the relevant documents for which they generated the respective Hashes during the stage of Bid Preparation and Hash Submission after the generation of Super Hash within the date and time as stated in the Notice Inviting Tenders (Key Dates). The electronic Bids of only the Contractors who have submitted their Bid Seals (Hashes) within the stipulated time, as per the Tender Time Schedule (Key Dates), will be accepted by the Electronic Tendering System. A Contractor who does not submit his Bid Seals (Hashes) within the stipulated time will not be allowed to submit his Bid. E.E. 23

24 Note : The bidder shall fill/upload the information related to bids in the available templates under two separate envelopes marked TI and CI. After filling templates/uploading documents online, the hash of each envelope is required to be generated and to be digitally signed. In case of online Bids, no information related to Financial Bid shall be accepted manually Submission of Cost of Bid Documents and Bid Security : Contractor has to submit cost of bid documents mandatorily online through e- tendering website. Bid Security in the form as prescribed in Clause 16 of Section I (ITB) of bid document is to be delivered in a sealed envelope to the officer well in stipulated time as prescribed in list of important dates Opening of Electronic Bids: Electronic bid of contractors, whose cost of bid document and bid security have been received before stipulated time, will only be opened. The online bid data will be taken opened through the website The hasses of each bid will be matched with the hash generated and submitted during the state Bid preparation and Hash Submission. In the event of a mismatch, the bid in question will be liable for a due process of verification by Haryana PWD (B&R) Key Dates: The contractors are strictly advised to follow dates and times as indicated in the Notice Inviting Tenders. The date and time as indicated in the top-right of the web-page is the system time and will be binding on all contractors. All online activities are time tracked and the system enforces time-locks that ensure that no activity or transaction can be take place outside the start and end dates and time of the stage as defined in the Notice Inviting Tenders Online query system is not functional for this package In case there is any contradiction in tender process then instruction contained guidelines to e-tendering will prevail. 20. Deadline for Submission of the Bids Complete Bids (including Technical and Financial) must be received by the Employer at the address specified above not later than the date indicated in appendix. In the event of the specified date for the submission of bids declared a holiday for the Employer, the Bids will be received upto the appointed time on the next working day The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with Clause 10 of ITB, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will then be subject to the new deadline. E.E. 24

25 21. Late Bids: Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the bidder However, if the subsequent offer even from a non-tenderer (received within one week of the previous offer and before the decision of the contract) is not just marginally but significantly favourable to the Government (to the exient of 5% of the lowest tender amount in case of works consting more than Rs. 5 crore, 10% in case of works more than Rs. 1 crore but less than Rs. 5 crore, 20% for in case of works more than 1 crore and 30% in case of works than 5 lacs or any other limits as decided by Government from time to time) than the subsequent offer can be considered provided the bidder deposits the bid security and unconditional bank guarantee for the difference of the amount between the offer of the lowest agency and the subsequent fresh offer. In that case, short notice fresh sealed bids shall be invited, with special invitation to the previous participants including the subsequent bidder mentioned above, but with the stipulation that the subsequent bidder shall not bid higher than his previous offer, otherwise his bid security and bank guarantee shall be forfeited. Tender shall be allotted to the lowest valid bid received. E. BID OPENING AND EVALUATION 22. Bid Opening The Employer will open all the Bids received (except those received late), in the presence of the Bidders or their representatives who choose to attend at time, date and the place specified in Appendix in the manner specified in Clause 20 and In the event of the specified date of Bid opening being declared a holiday for the Employer, the Bids will be opened at the appointed time and location on the next working day Deleted The envelope T1 containing Technical Bid shall be opened on Internet. The amount, form and validity of the cost of bidding document and and bid security furnished with each bid will be announced. If the cost of bidding document and bid security furnished does not conform to the amount and validity period as specified in the Invitation for Bid (ref. Column 4 and 5), and has not been furnished in the form specified in Clause 16, the remaining technical bid will not be opened and will be disqualified for opening of financial bid (i) Subject to confirmation of the bid security by the issuing Bank, the bids accompanied with valid bid security will be taken up for evaluation with respect to the Qualification Information and other information furnished in Part I of the bid pursuant to Clause E.E. 25

26 (ii) (iii) (iv) After receipt of confirmation of the bid security, the bidder will be asked in writing (usually within 10 days of opening of the Technical Bid) to clarify or modify his technical bid, if necessary, with respect to any rectifiable defects. The bidders will respond in not more than 7 days of issue of the clarification letter, which will also indicate the date, time and venue of opening of the Financial Bid (usually on the 21 st day of opening of the Technical Bid) Immediately(usually within 3 or 4 days), on receipt of these clarifications the Evaluation Committee will finalize the list of responsive bidders whose financial bids are eligible for consideration Deleted At the time of opening of Financial Bid, the names of the bidders which were found responsive in accordance with Clause 22.4 (iv) will be announced. The bids of only these bidders will be opened. The remaining bids will be returned to the bidders unopened. The responsive Bidders names, the Bid prices, the total amount of each bid, any discounts, Bid Modifications and withdrawals, and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening In case bids are invited in more than one package, the order for opening of the Financial Bid shall be that in which they appear in the Invitation For Bid The Employer shall prepare minutes of the Bid opening, including the information disclosed to those present in accordance with Sub-Clause Process to be Confidential Information relating to the examination, clarification, evaluation, and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Employer s processing of Bids or award decisions may result in the rejection of his Bid. 24. Clarification of Financial Bids To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask any Bidder for clarification of his Bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing or by cable, but no change in the price or substance of the Bid shall be sought, offered, or permitted. a) Subject to sub-clause 24.1, no Bidder shall contact the Employer on any matter relating to his bid from the time of the bid opening to the time E.E. 26

27 the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Employer, it should do so in writing Any attempt by the Bidder to influence the Employer in the Employer s bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder s bid. 25. Examination of Bids and Determination of Responsiveness During the detailed evaluation of Technical Bid, the Employer will determine whether each Bid (a) meets the eligibility criteria defined in Clause 3 & 4; (b) has been properly signed; (c) is accompanied by the required securities and; (d) is substantially responsive to the requirements of the Bidding documents. During the detailed evaluation of the Financial Bid, the responsiveness of the bids will be further determined with respect to the remaining bid conditions, i.e., priced bill of quantities, technical specifications, and drawings A substantially responsive Financial Bid is one which conforms to all the terms, conditions, and specifications of the Bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any substantial way, inconsistent with the Bidding documents, the Employer s rights or the Bidder s obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids If a Financial Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation. 26. Deleted. 27. Evaluation and Comparison of Financial Bids The Employer will evaluate and compare only the Bids determined to be substantially responsive in accordance with Sub-Clause In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by adjusting the Bid Price as follows: (a) Adjustments to reflect discounts or other price offered in accordance with Sub-Clause The Employer reserves the right to accept or reject any variation or deviation. Variations and deviations and other factors, which are in excess of the requirements of the Bidding documents or otherwise result in unsolicited benefits for the Employer, shall not be taken into account in Bid evaluation. E.E. 27

28 27.4. The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract, during the period of implementation of the Contract, will not be taken into account in Bid evaluation If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer s estimate of the cost of work to be performed under the contract, the Employer may require the Bidder to produce detailed price analyses for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, the Employer may require that the amount of the performance security set forth in Clause 34 be increased at the expense of the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract The Agency / Bidder to whom the work is allotted shall be paid lowest of the following in the running / final bills. (i) (ii) (iii) Amount calculated with the accepted rates of lowest agency. Amount worked out with the rates of L-2/L-3/L-4 and so on. Amount worked out with the accepted percentage above HSR/analytical rates worked out in financial statement. Financial statement will be made a part of agreement. 28. Deleted. F. AWARD OF CONTRACT 29. Award Criteria Subject to Clause 30, the Employer will award the Contract to the Bidder whose Bid has been determined (i) (ii) to be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price; and to be within the available bid capacity adjusted to account for his bid price which is evaluated the lowest in any of the packages opened earlier than the one under consideration In no case, the contract shall be awarded to any bidder whose available bid capacity is less than the evaluated bid price, even if the said bid is the lowest evaluated bid. The contract will in such cases be awarded to the next lowest bidder at his evaluated bid price. 30. Employer s Right to Accept any Bid and to Reject any or all Bids Notwithstanding Clause 29, the Employer reserves the right to accept or reject any Bid, and to cancel the Bidding process and reject all Bids, at any time E.E. 28

29 prior to the award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Employer s action. 31. Notification of Award and Signing of Agreement The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration for the Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the Letter of Acceptance ) will state the sum that the Employer will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the Contract Price ) The notification of award will constitute the formation of the Contract, subject only to the furnishing of a performance security in accordance with the provisions of Clause The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be signed by the Employer and sent to the successful Bidder, within 28 days following the notification of award along with the Letter of Acceptance. Within 21 days of receipt, the successful Bidder will sign the Agreement and deliver it to the Employer Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the other Bidders that their Bids have been unsuccessful. 32. Performance Security Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced Bids in accordance with Clause 27.5 of ITB and Clause 52 of Conditions of Contract: - a bank guarantee in the from given in Section 8; or - certified Cheque/Bank Draft as indicated in Appendix If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued either (a) at the Bidder s option, by a Nationalized/Scheduled Indian Bank or (b) by a foreign bank located in India and acceptable to the Employer Failure of the successful Bidder to comply with the requirements of Sub- Clause 32.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security. 33. Advance Payment and Security. E.E. 29

30 33.1. The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract, subject to maximum amount, as stated in the Contract Data. 34. Deleted. 35. Corrupt or Fraudulent Practices The Employer will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question and will declare the firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract with Haryana State PWD and any other State Govt. agencies, if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for the contractor, or in execution Furthermore, Bidders shall be aware of the provision stated in Sub-Clause 23.2 and Sub-Clause 59.2 of the Conditions of Contract. E.E. 30

31 Appendix to ITB The Employer should fill out this Appendix to ITB before issuing the bidding documents The insertions should correspond to the information provided in the Invitation for Bids. Instructions to Bidders Clause Reference (1.1) The Employer is Superintending Engineer, Gurgaon Circle, PWD (B&R), Gurgaon. (1.1) The Works is : Improvement of Road by providing widening strengthening on Mehshpur to Rajpura via Badha, Aharwan, Durgapur km 0 to 8.54 in Palwal District [PMGSY-II] [ HR-21-03] [including long span bridge on Gaunchi Main Drain] (1.1) Identification No. of the works is: [PMGSY+II] [HR-21-03] (2.1) The State is HARYANA STATE. (3.1) Eligible Bidders are: as indicated in the Package Details (4.2) The information required from bidders in Clause 4.2 is modified as follows: None 4.2 (g) The percentage is 20% (Twenty Percent) (4.4 A) (b) Rs Lacs (4.4 B) (a) (iii) Other certificates required with the bid are: (4.4. B) (b)(i) The key equipments for road works and field testing laboratory Road Works are as per Annexure I : Note: (a) The bidder must produce the following documentary evidence in support of his owning the above equipment: (4.4 B) (b)( ii) The Number of Technical personnel, Qualifications and Experience will be as follows : A. The Technical Personnel are as per ANNEXURE-II (List of Key Personnel to be deployed on Contract Work) (4.4 B) (b)(iii) The minimum amount of liquid assets and/or credit facilities net of other contractual commitments of the successful Bidder shall be Rs Lacs E.E. 31

32 (4.4 B) (c) (i) The bidder must produce an affidavit stating that the near relations of the following departmental officers are not in his employment: (4.4 B) (c) (ii) The bidder must produce an affidavit stating the names of retired gazetted officer (if any) in his employment who retired within the last two years with the following ranks from the departments listed below: In case there is no such person in his employment, his affidavit should clearly state this fact. (4.6) M = 3 (7.1) The contact person is: Superintending Engineer Designation: Superintending Engineer Address: Gurgaon Circle, PWD (B&R) Gurgaon Telephone No (9. 2.1) Place, Time and Date for pre-bid meeting are: Place O/o SE, Gurgaon Circle, PWD (B&R) Gurgaon. Time 11:00 hrs Date (11.1) Language of the bid is: English (12.1) Part I (v) The other documents required are: (13.2.) Bids may be submitted only in one of the following: Item Rate Method (13.2) Schedule of Rate applicable for Percentage Rate Method is: (16.1) The amount of Earnest Money shall be Rs Lacs from Contractor / Rs Lacs from Societies only (16.2) Fixed Deposit Receipt must be drawn: In favour of: Superintending Engineer, Gurgaon Circle PWD (B&R), Gurgaon (16.2) Other acceptable forms of Earnest Money pledged in favour of Superintending Engineer, Gurgaon Circle, PWD B&R Br., Gurgaon are :- a. Receipt in challan of cash deposit in the Govt. Treasury in Haryana b. Deposit at- call Receipt from any schedule Indian Bank or a foreign Bank located in India and approved by the Reserve Bank of India. c. Indian Post Office/ National Saving Certificate duly endorsed by the competent postal authority in India. d. Deleted E.E. 32

33 (16.3) Exemption from Earnest Money is granted to: (20.1) The Employer's address for the purpose of Bid submission is Superintending Engineer, Gurgaon Circle, PWD B&R Br., Gurgaon (20.1) The deadline for online submission of bids shall be: Time 17:00 hrs Date (22.1) & (22.6) The date, time and place for opening of the Technical Bids are as specified in Key dates. (32.1) The amount and validity period of the performance guarantee is: Amount: percent of the contract price. Validity Period: (i) Performance security shall be valid until a date 45 days after the expiry of Defect Liability Period of 5 years after intended completion date. (ii) Additional Performance Security for unbalanced Bid shall be valid for 45 days plus intended completion period. (iii) Additional Performance Security for unbalanced Bid for routine maintenance shall be valid until a date 45 days after the expiry of Defect Liability Period of 5 years after intended completion date. Signature of Employer/ Authorised Signatory Date E.E. 33

34 [Reference CI. (4.4. B) (b)(i)] ANNEXURE-I Sr. No. Type of Equipment. Maximum Age as on Upto Rs.50 lacs More than 50 lacs upto 1 Crore. Upto Rs.5 Crore More than Rs.5 Crore upto 20 Crore More than Rs.20 Crore upto 50 Crore More than Rs.50 Cro9re and above. 1 Tipper Trucks 5-7 * * Motor Grader 5 * * Dozer 5 * * Front end Loader 5 * * Smoth Wheeled Roller 5 * * Vibratory Roller 5 * * Mot Mix Plant with 5 * * Electronic Controls (Minimum 8200 TPH Capacity) 8 Paver Finisher with 5 * * Electronic Sensor 9 Water Tanker 5 * * Bitumen Sprayer 5 * * Tandem Roller 5 * * Concrete Mixers with Integral Weigh Batching facility. 13 Concrete Batching and Mixing Plant (Minimum Capacity 15m 3 / hour) 14 Concrete paver capable of paving 7.5m width in one single pass including all accessories. Such as automatic dowel bar inserter, integral vibratory system and electronic sensor ancillary equipment for applying curing compound joint cutting etc. 15 Concrete Batching and Mixing Plant with automatic control (minimum 100 Cum / hour). 5 * * * * * * * * Total: The above list is only suggestive Machinery as required for execution be included. E.E. 34

35 ANNEXURE-II List of Key Personnel to be deployed on Contract Work [Reference CI. (4.4 B) (b) (ii)] Sr. No Personal Capability The Applicant must have suitable qualified personnel to fill the following positions. The applicant sill supply information on a prime candidate and alternate for each position, both of whom should meet the experience requirements specified below: Personnel Qualification LOT size Upto Rs.50 lacs Upto Rs.5 Crore 1 Project Manager 2 Site Engineer 3 Plant Engineer 4 Quantity surveyor 5 Soil & Material Engineer. More than 50 lacs upto 1 Crore. More than Rs.5 Crore upto 20 Crore More than Rs.20 Crore upto 50 Crore More than Rs.50 Cro9re and above. BE Civil + 10 Years Exp No. 1 No. 1 No. BE Civil + 3 Years Exp No. 4 No. 6 Nos. BE Mech + 3 Years Exp. Or Dip. Mech. + 7 Years Exp. BE Civil + 7 Years Exp. Or Dip. Civil + 7 Years Exp. BE Civil + 7 Years Exp. Or Dip. Mech. + 7 Years Exp No. 1 No. 2 No No. 1 No. 2 No No. 1 No. 1 No. Total: 1 No. 5 No. 5 No. 6 Nos. 8 Nos. 12 Nos. E.E. 35

36 Section 3 Qualification Information Notes on Form of Qualification Information The information to be filled in by bidders in the following pages will be used for purposes of post-qualification as provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract. Attach additional pages as necessary. 1. Individual Bidders 1.1 Constitution or legal status of Bidder Place of registration: Principal place of business: Power of attorney of signatory of Bid [attach copy] 1.2 Total annual volume of civil engineering construction work executed and payments received in the last five years preceding the year in which bids are invited. (Attach certificate from Chartered Accountant) [attach] (Rs. In lakhs) E.E. 36

37 1.3 1 Work performed as prime Contractor (in the same name and style) on construction works of a similar nature and volume over the last five years. Attach certificate from the Engineer-in-charge Project Name Name of Employer Description of work Value of contract Contra ct No. Date of Issue of Work Order Stipulated Date of Completion Actual Date of Completion Remarks explainin g reasons for Delay, if any Information on Bid Capacity (works for which bids have been submitted and works which are yet to be completed) as on the date of this bid. (A) Existing commitments and on-going construction works: Description of Place Contract Name & Value of Stipulated Value of Anticipated Work & No & Date Address of Contract period of works Date State Employer (Rs. In completion remaining to completion lakhs) be completed (Rs. Lakhs) * (1) (2) (3) (4) (5) (6) (7) (8) of * Enclose certificate(s) from Engineer(s)-in-charge for value of work remaining to be completed. (B) Works for which bids already submitted: Description of Place Name & Estimated Stipulated Date when Remarks, Work & Address of Value of period of decision is any State Employer Works completion expected (Rs. Lakhs) (1) (2) (3) (4) (5) (6) (7) if 1.4 Availability of Major items of Contractor's Equipment proposed for carrying out the Works. List all information requested below. Refer also to Clause 4.2(d) and Clause 4.4 b (b) of the Instructions to Bidders. E.E. 37

38 Item of Equipment Description, make, and age (Years), and capacity Condition (new, good, poor) and number available Owned, leased (from whom?), or to be purchased 1.5 Qualifications of technical personnel proposed for the Contract. Refer also to Clause 4.2(e) of the Instructions to Bidders and Clause 9.1 of Part-1 General Conditions of Contract. Position Name Qualification Years of experience Road Works Building Works Other 1.6 Proposed sub-contractors and firms involved for construction. Refer to Clause 7 of Part I General Conditions of Contract. Sections of the Works Value of subcontract Sub-contractor(name and address) Experience in similar work Note: The capability of the sub-contractor will also be assessed (on the same lines as for the main Contractor) before according approval to him. 1.7 Financial reports for the last five years: balance sheets, profit and loss statements, auditors' reports, etc. List below and attach copies. E.E. 38

39 1.8 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List below and attach copies of support documents.(sample format attached). 1.9 Name, address, and telephone, telex, and facsimile numbers of banks that may provide references if contacted by the Employer. Information on current litigation in which the Bidder is involved. Name of Other party(s) Cause of dispute Litigation where (Court/arbitration) Amount involved 1.11 Proposed Programme (work method and schedule). Descriptions, drawings, and charts as necessary, to comply with the requirements of the bidding documents. E.E. 39

40 SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES BANK CERTIFICATE This is to certify that M/S is a reputed company with a good financial standing. If the contract for the work, namely, is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs. to meet their working capital requirements for executing the above contract. Signature of Senior Bank Manager Name of the senior Bank Manager Address of the Bank Note: Certificate should be on the letter head of the bank. Stamp of the Bank E.E. 40

41 Section 4 Conditions of Contract Part I General Conditions of Contract These conditions are subject to the variations and additions set out in Part II Special Conditions of Contract Notes on Conditions of Contract The Conditions of Contract, read in conjunction with Part II Special Conditions of Contract and the Contract Data and other documents listed therein, should be a complete document expressing fairly the rights and obligations of both parties. The form of Conditions of Contract that follows has been developed for smaller admeasurements contracts for construction on the basis of international practice and the practice of the Government of India, Ministry of Road Transport and Highways, and considerable experience in different States in India in the drafting and management of contracts, bearing in mind a trend in the construction industry towards simpler, more straightforward language. The Conditions of Contract also incorporate the concept of performance-based payments for routine maintenance of roads. E.E. 41

42 Table of Clauses A. General 31 Tests 1 Definitions 32 Correction of Defects 2 Interpretation 33 Uncorrected Defects 3 Language and Law D. Cost Control 4 Engineer's Decisions 34 Bill of Quantities 5 Delegation 35 Variations 6 Communications 36 Payments for Variations 7 Subcontracting 37 Cash Flow Forecasts 8 Other Contractors 38 Payment Certificates 9 Personnel 39 Payments 10 Employer's and Contractor's Risks 40 Compensation Events 11 Employer's Risks 41 Tax 12 Contractor's Risks 42 Currencies 13 Insurance 43 Security Deposit 14 Site Investigation Reports 44 Liquidated Damages 15 Queries about the Contract Data 45 Advance Payments 16 Contractor to Construct the Works & 46 Securities do maintenance 17 The Works to Be Completed by the Intended Completion Date 47 Cost of Repairs 18 Approval by the Engineer E. Finishing the Contract 19 Safety 48 Completion 20 Discoveries 49 Taking Over 21 Possession of the Site 50 Final Account 22 Access to the Site 51 Operating and Maintenance Manual 23 Instructions 52 Termination 24 Dispute Redressal System 53 Payment upon Termination 25 Arbitration 54 Property B. Time Control 55 Release from Performance 26 Programme F. Other Conditions of Contract 27 Extension of Intended Completion Date 56 Labour 28 Delays Ordered by the Engineer 57 Compliance with Labour Regulations 29 Management Meetings 58 Drawings and Photographs of Works C. Quality Control 59 The Apprenticeship Act, Identifying Defects E.E. 42

43 Section 4 Part I General Conditions of Contract A. General 1. Definitions 1.1. Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but keep their defined meanings. Capital initials are used to identify defined terms. Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid. Compensation Events are those defined in Clause 40 hereunder. The Completion Date is the date of completion of the Works as certified by the Engineer, in accordance with Clause The Contract is the Contract between the Employer and the Contractor to execute, complete, and maintain the Works. It consists of the documents listed in Clause 2.3. The Contract Data defines the documents and other information which comprise the Contract. The Contractor is a person or corporate body whose Bid to carry out the Works, including routine maintenance, has been accepted by the Employer. The Contractor's Bid is the completed bidding document submitted by the Contractor to the Employer. The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract. Days are calendar days; months are calendar months. A Defect is any part of the Works not completed in accordance with the Contract. The Defects Liability Certificate is the certificate issued by Engineer, after the Defect Liability Period has ended and upon correction of Defects by the Contractor. The Defects Liability Period is five years calculated from the Completion Date. Drawings include calculations and other information provided or approved by the Engineer for the execution of the Contract. The Employer is the party as defined in the Contract Data, who employs the Contractor to carry out the Works, including routine maintenance,. The Employer may delegate any or all functions to a person or body nominated by him for specified functions. The Engineer is the person named in the Contract Data (or any other competent person appointed by the Employer and notified to the Contractor, to act in replacement of the Engineer) who is responsible for supervising the execution of the Works and administering the Contract. E.E. 43

44 Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the Works. The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance. The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date may be revised only by the Engineer by issuing an extension of time. Materials are all supplies, including consumables, used by the Contractor for incorporation in the Works. Plant is any integral part of the Works that shall have a mechanical, electrical, electronic, chemical, or biological function. Routine Maintenance is the maintenance of roads for five years as specified in the Contract Data. The Site is the area defined as such in the Contract Data. Site Investigation Reports are those that were included in the bidding documents and are reports about the surface and subsurface conditions at the Site. Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Engineer. The Start Date is given in the Contract Data. It is the date when the Contractor shall commence execution of the Works. It does not necessarily coincide with any of the Site Possession Dates. A Sub-Contractor is a person or corporate body who has a Contract with the Contractor to carry out a part of the construction work and / or routine maintenance in the Contract, which includes work on the Site. Temporary Works are works designed, constructed, installed, and removed by the Contractor that are needed for construction or installation of the Works. A Variation is an instruction given by the Engineer, which varies the Works. The Works, as defined in the Contract Data, are what the Contract requires the Contractor to construct, install, maintain, and turn over to the Employer. Routine maintenance is defined separately. 2. Interpretation 2.1. In interpreting these Conditions of Contract, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Engineer will provide instructions clarifying queries about these Conditions of Contract If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works). E.E. 44

45 2.3. The documents forming the Contract shall be interpreted in the following order of priority: (1) Agreement, (2) Notice to Proceed with the Work, (3) Letter of Acceptance, (4) Contractor's Bid, (5) Contract Data, (6) Special Conditions of Contract Part II, (7) General Conditions of Contract Part I, (8) Specifications, (9) Drawings, (10) Bill of Quantities, and (11) Any other document listed in the Contract Data. 3. Language and Law 3.1. The language of the Contract and the law governing the Contract are stated in the Contract Data. 4. Engineer's Decisions 5. Delegation 6. Communications 7. Subcontracting 4.1. Except where otherwise specifically stated, the Engineer will decide contractual matters between the Employer and the Contractor in the role representing the Employer. However, if the Engineer is required under the rules and regulations and orders of the Employer to obtain approval of some other authorities for specific actions, he will so obtain the approval Except as expressly stated in the Contract, the Engineer shall not have any authority to relieve the Contractor of any of his obligations under the contract The Engineer, with the approval of the Employer, may delegate any of his duties and responsibilities to other people, after notifying the Contractor, and may cancel any delegation after notifying the Contractor All certificates, notices or instructions to be given to the Contractor by Employer/ Engineer shall be sent on the address or contact details given by the Contractor in Section 6 - Form of Bid. The address and contact details for communication with the Employer/ Engineer shall be as per the details given in Contract Data to GCC. Communications between parties that are referred to in the conditions shall be in writing. The Notice sent by facsimile (fax) or other electronic means shall be effective on confirmation of the transmission. The Notice sent by Registered post or Speed post shall be effective on delivery or at the expiry of the normal delivery period as undertaken by the postal service The Contractor may subcontract part of the construction work with the approval of the Employer in writing, up to 25 percent of the contract price and if amount put to bid is Rs.5 Crore and above, also part or full routine maintenance work after completion of construction work but will not assign the Contract. It is expressly agreed that the contractor shall, at all times be responsible and liable for all his obligations under this Agreement E.E. 45

46 notwithstanding anything contained in the agreements with his sub-contractors or any other agreement that may be entered into by the Contractor, an no default under any such agreement shall exempt the contractor from his obligations or liability hereunder The Contractor shall not be required to obtain any consent from the Employer for: a. the sub-contracting of any part of the Works for which the Sub-Contractor is named in the Contract; b. the provision for labour, or labour component. c. the purchase of Materials which are in accordance with the standards specified in the Contract Beyond what has been stated in clauses 7.1 and 7.2, if the Contractor proposes subcontracting any part of the work during execution of the Works, the Employer will consider the following before according approval: a. The Contractor shall not sub-contract the whole of the Works. b. The Contractor shall not sub-contract any part of the Work without prior consent of the Employer. Any such consent shall not relieve the Contractor from any liability or obligation under the Contract and he shall be responsible for the acts, defaults and neglects of any his sub-contractor, his agents or workmen as fully as if they were the acts, defaults or neglects of the Contractor, his agents and workmen The Engineer should satisfy himself before recommending to the Employer whether the Sub-Contractor so proposed for the Work possess the experience, qualifications and equipment necessary for the job proposed to be entrusted to him in proportion to the quantum of works to be sub-contracted While sub-contracting part of construction work as per provision of Clause 7.1 & 7.3 above, the contractor shall enter into formal sub-contract with the sub-contractor making provision for such requirements as may be specified by the Engineer including a condition that to the extent of inconsistency, provision of the contract shall prevail over the provisions of the sub-contract. A copy of the document of formal sub-contract shall be furnished to the employer within a period of 30 days from the date of such sub-contract. In all such cases, on completion of the contract, the Engineer, unless for reasons recorded in writing decides otherwise, shall issue a certificate of experience to the contractor and in such certificate the experience of the sub-contractors shall also be mentioned. The copy of such certificate would also be endorsed to the sub-contractor. 8. Other Contractors 8.1. The Contractor shall cooperate and share the Site with other Contractors, public authorities, utilities, and the Employer between the dates given in the Schedule of Other Contractors, as referred to in the Contract Data. The Contractor shall also provide facilities and services for them as described in the Schedule. The Employer may modify the Schedule of Other Contractors, and shall notify the Contractor of any such modification The Contractor should take up the works in convenient reaches as decided by the Engineer to ensure there is least hindrance to the smooth flow of traffic including movement of vehicles and equipment of other Contractors till the completion of the Works. E.E. 46

47 9. Personnel 9.1. The Contractor shall employ for the construction work and routine maintenance the technical personnel named in the Contract Data or other technical persons approved by the Engineer. The Engineer will approve any proposed replacement of technical personnel only if their relevant qualifications and abilities are substantially equal to or better than those of the personnel stated in the Contract Data If the Engineer asks the Contractor to remove a person who is a member of the Contractor's staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the Works in the Contract The Contractor shall not employ any retired Gazetted officer who has worked in the Engineering Department of the State Government and has either not completed two years after the date of retirement or has not obtained State Government s permission to employment with the Contractor. 10. Employer's and Contractor's Risks 11. Employer's Risks The Employer carries the risks which this Contract states are Employer's risks, and the Contractor carries the risks which this Contract states are Contractor's risks The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the execution of the Works in the Employer s country, the risks of war, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or disorder (unless restricted to the Contractor s employees) and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other than the Contractor s design. 12. Contractor's Risks 13. Insurance All risks of loss of or damage to physical property and of personal injury and death which arise during and in consequence of the performance of the Contract other than the excepted risks, referred to in clause 11.1, are the responsibility of the Contractor The Contractor at his cost shall provide, in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the date of completion, in the amounts and deductibles stated in the Contract Data for the following events which are due to the Contractor's risks: a. loss of or damage to the Works, Plant and Materials; b. loss of or damage to Equipment; c. loss of or damage to property (except the Works, Plant, Materials, and Equipment) in connection with the Contract; and d. Personal injury or death. E.E. 47

48 13.2. Insurance policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the Engineer's approval before the Start Date. All such insurance shall provide for compensation to be payable in Indian Rupees to rectify the loss or damage incurred a. The Contractor at his cost shall also provide, in the joint names of the Employer and the Contractor, insurance cover from the date of completion to the end of defect liability period, in the amounts and deductibles stated in the Contract Data for the following events which are due to the Contractor's risks: a) Personal injury or death. b. Insurance policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the Engineer's approval before the completion date/ start date. All such insurance shall provide for compensation to be payable in Indian Rupees Alterations to the terms of insurance shall not be made without the approval of the Engineer Both parties shall comply with any conditions of the insurance policies. 14. Site Investigation Reports The Contractor, in preparing the Bid, may rely on any Site Investigation Reports referred to in the Contract Data, supplemented by any other information available to him, before submitting the bid. 15. Queries about the Contract Data The Engineer will clarify queries on the Contract Data. 16. Contractor to Construct the Works The Contractor shall construct, and install and maintain the Works in accordance with the Specifications and Drawings The contractor shall construct the works with intermediate technology, i.e., by manual means with medium input of machinery required to ensure the quality of works as per specifications. The contractor shall deploy the equipment and machinery as given in Contract Data. 17. The Works to Be Completed by the Intended Completion Date The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the Programme submitted by the Contractor, as updated with the approval of the Engineer, and complete them by the Intended Completion Date. 18. Approval by the Engineer The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Engineer, who is to approve them The Contractor shall be responsible for design of Temporary Works. E.E. 48

49 19. Safety 20. Discoveries The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary Works The Contractor shall obtain approval of third parties to the design of the Temporary Works, where required All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Engineer before their use The Contractor shall be responsible for the safety of all activities on the Site Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Employer. The Contractor shall notify the Engineer of such discoveries and carry out the Engineer's instructions for dealing with them. 21. Possession of the Site The Employer shall handover complete or part possession of the site to the Contractor 7 days in advance of construction programme. At the start of the work, the employer shall handover the possession of at-least 75% of the site. 22. Access to the Site The Contractor shall allow access to the Site and to any place where work in connection with the Contract is being carried out, or is intended to be carried out to the engineer and any person/persons/agency authorized by: a. The Engineer b. The Employer c. The Ministry of Rural Development, Government of India. d. National Rural Roads Development Agency, New Delhi 23. Instructions The Contractor shall carry out all instructions of the Engineer, which comply with the applicable laws where the Site is located. 24. Dispute Redressal System If any dispute or difference of any kind what-so-ever shall arises in connection with or arising out of this Contract or the execution of Works or maintenance of the Works there under, whether before its commencement or during the progress of Works or after the termination, abandonment or breach of the Contract, it shall, in the first instance, be referred for settlement to the competent authority, described along with their powers in the Contract Data, above the rank of the Engineer. The competent authority shall, within a period of forty-five days after being requested in writing by the Contractor to do so, convey his decision to the Contractor. Such decision in respect of every matter so referred shall, E.E. 49

50 25. Arbitration subject to review as hereinafter provided, be final and binding upon the Contractor. In case the Works is already in progress, the Contractor shall proceed with the execution of the Works, including maintenance thereof, pending receipt of the decision of the competent authority within 45 days of arising the dispute or difference as aforesaid, with all due diligence Either party will have the right of appeal, against the decision of the competent authority, to the Standing Empowered Committee within 90 days of decision of the competent authority if the amount appealed against exceeds rupees one lakh The composition of the Empowered Standing Committee will be: i) One official member, Chairman of the Standing Empowered Committee, not below the rank of Additional Secretary to the State Government; ii) One official member not below the rank of chief engineer; and iii) One non-official member who will be technical expert of Chief Engineer s level selected by the Contractor from a panel of three persons given to him by the Employer The Contractor and the Employer will be entitled to present their case in writing duly supported by documents. If so requested, the Standing Empowered Committee may allow one opportunity to the Contractor and the Employer for oral arguments for a specified period. The Empowered Committee shall give its decision within a period of ninety days from the date of appeal, failing which the contractor can approach the appropriate court for the resolution of the dispute The decision of the Standing Empowered Committee will be binding on the Employer for payment of claims up to five percent of the Initial Contract Price. The Contractor can accept and receive payment after signing as in full and final settlement of all claims. If he does not accept the decision, he is not barred from approaching the courts. Similarly, if the Employer does not accept the decision of the Standing Empowered Committee above the limit of five percent of the Initial Contract Price, he will be free to approach the courts applicable under the law In view of the provision of the clause 24 on Dispute Redressal System, it is the condition of the Contract that there will be no arbitration for the settlement of any dispute between the parties. B. Time Control 26. Programme Within the time stated in the Contract Data, the Contractor shall submit to the Engineer for approval a Programme showing the general methods, arrangements, order, and timing for all the activities in the Works, along with monthly cash flow forecasts for the construction of works The Contractor shall submit the list of equipment and machinery being brought to site, the list of key personnel being deployed, the list of machinery/ equipments being placed in field laboratory and the location of field laboratory along with the Programme. The Engineer shall cause these details to be verified at each appropriate stage of the programme. E.E. 50

51 26.3. An update of the Programme shall be a programme showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining Works, including any changes to the sequence of the activities The Contractor shall submit to the Engineer for approval an updated Programme at intervals no longer than the period stated in the Contract Data. If the Contractor does not submit an updated Programme within this period, the Engineer may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Programme has been submitted The Engineer's approval of the Programme shall not alter the Contractor's obligations. The Contractor may revise the Programme and submit it to the Engineer again at any time. A revised Programme shall show the effect of Variations and Compensation Events All the cross drainage structures will be completed within the first Mile Stone except Major Bridges In case, if any particular stretch of the road is under Defect Liability period, the work on that stretch will be carried out after the date of third Mile stone. 27. Extension of the Intended Completion Date The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining Works, which would cause the Contractor to incur additional cost. However the authority competent to technically sanction the estimate shall have the power to grant extension of time The Engineer shall decide whether and by how much time to extend the Intended Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information. If the Contractor has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date. 28. Delays Ordered by the Engineer The Engineer may instruct the Contractor to delay the start or progress of any activity within the Works. Delay/delays totalling more than 30 days will require prior written approval of the Employer. 29. Management Meetings The Engineer may require the Contractor to attend a management meeting. The business of a management meeting shall be to review the plans for the Works The Engineer shall record the business of management meetings and provide copies of the record to those attending the meeting. The responsibility of the parties for actions to be taken shall be decided by the Engineer either at the management meeting or after the management meeting and stated in writing to all those who attended the meeting. E.E. 51

52 C. Quality Control 30. Identifying Defects 31. Tests The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor's responsibilities. The Engineer may instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect For carrying out mandatory tests as prescribed in the specifications, the contractor shall establish field laboratory at the location decided by Engineer. The field laboratory will have minimum equipments as specified in the Contract Data.The contractor shall be solely responsible for: a. Carrying out the mandatory tests prescribed in the specifications, and b. For the correctness of the test results, whether preformed in his laboratory or elsewhere If the Engineer instructs the Contractor to carry out a test not specified in the Specification/ Rural Roads Manual to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. 32. Correction of Defects noticed during the Defect Liability Period and Routine Maintenance of Roads for five years The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion and ends after five year. The Defects Liability Period shall be extended for as long as Defects remain to be corrected Every time notice of Defect/Defects is given, the Contractor shall correct the notified Defect/Defects within the duration of time specified by the Engineer s notice The Contractor shall do the routine maintenance of roads, including pavement, road sides and cross drains including surface drains to the required standards and in the manner as defined in clause 1.1 and keep the entire road surface and structure in Defect free condition during the entire maintenance period which begins at Completion and ends after five years The routine maintenance standards shall meet the following minimum requirements:- (i) Potholes on the road surface to be repaired soon after these appear or brought to his notice either during contractor s monthly inspection or by the Engineer. (ii) Road shoulders to be maintained in proper condition to make them free from excessive edge drop offs, roughness, scouring or potholes. (iii) Cleaning of surface drains including reshaping to maintain free flow of water. (iv) Cleaning of culverts and pits for free flow of water. E.E. 52

53 (v) Any other maintenance operation required to keep the road traffic worthy at all time during the maintenance period To fulfil the objectives laid down in sub clauses and above, the Contractor shall undertake detailed inspection of the roads at least once in a month. The Engineer can reduce this frequency in case of emergency. The Contractor shall forward to the Engineer the record of inspection and rectification each month. The Contractor shall pay particular attention on those road sections which are likely to be damaged or inundated during rainy season The Engineer may issue notice to the Contractor to carry out maintenance of defects, if any, noticed in his inspection, or brought to his notice. The Contractor shall remove the defects within the period specified in the notice and submit to the Engineer a compliance report. 33. Uncorrected Defects D. Cost Control If the Contractor has not corrected a Defect pertaining to the Defect Liability Period under clause and clause of these Conditions of Contract, to the satisfaction of the Engineer, within the time specified in the Engineer's notice, the Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount, on correction of the Defect. 34. Bill of Quantities 35. Variations The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning, maintaining works, and lump sum figures for yearly routine maintenance for each of the five years separately, to be done by the Contractor The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the Bill of Quantities for each item for the construction of roads. The payment to the Contractor is performance based for routine maintenance of roads The Engineer shall, having regard to the scope of the Works and the sanctioned estimated cost, have power to order, in writing, Variations within the scope of the Works he considers necessary or advisable during the progress of the Works. Such Variations shall form part of the Contract and the Contractor shall carry them out and include them in updated Programmes produced by the Contractor. Oral orders of the Engineer for Variations, unless followed by written confirmation, shall not be taken into account. 36. Payments for Variations If rates for Variation items are specified in the Bill of Quantities, the Contractor shall carry out such work at the same rate. This shall apply for Variations only up to the limit prescribed in the Contract Data. If the Variation exceeds this limit, the rate shall be derived under the provisions of clause 36.3 for quantities (higher or lower) exceeding the deviation limit. E.E. 53

54 36.2. If the rates for Variation are not specified in the Bill of Quantities, the Engineer shall derive the rate from similar items in the Bill of Quantities If the rate for Variation item cannot be determined in the manner specified in Clause 36.1 or 36.2, the Contractor shall, within 14 days of the issue of order of Variation work, inform the Engineer the rate which he proposes to claim, supported by analysis of the rates. The Engineer shall assess the quotation and determine the rate based on prevailing market rates within one month of the submission of the claim by the Contractor. As far as possible, the rate analysis shall be based on the standard data book and the current schedule of rates of the district public works division. The decision of the Engineer on the rate so determined shall be final and binding on the Contractor. 37. Cash Flow Forecasts When the Programme is updated, the Contractor shall provide the Engineer with an updated cash flow forecast. 38. Payment Certificates The payment to the contractor will be as follows for construction work: a. The Contractor shall submit to the Engineer fortnightly/ monthly statements of the value of the work executed less the cumulative amount certified previously supported with detailed measurement of the items of work executed. b. The Engineer shall check the Contractor's fortnightly/monthly statement within 14 days and certify the amount to be paid to the Contractor. c. The value of work executed shall be determined, based on measurements by the Engineer. d. The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities completed. e. The value of work executed shall also include the valuation of Variations and Compensation Events. f. The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information. g. The payment of final bill shall be governed by the provisions of clause 50 of GCC The payment to the contractor will be as follows for routine maintenance of the works: a. The Contractor shall submit to the Engineer a bill every month for the routine maintenance of the roads from the date the maintenance period starts i.e. from completion date as defind in Clause 1.1, it will be supported with a copy of the record of contractor s monthly inspection and other instructions received from the Engineer. b. The payment will be made six-monthly for the monthly bills received during the previous six-months. E.E. 54

55 39. Payments c. If the bill for a month is not received from the contractor by the 10 th day of the succeeding month or/ and if the Engineer has not certified that the contractor has carried out the maintenance work for defects brought to his notice under clause within specified period, no payment will become due to the Contractor for that month. d. If the Contractor has failed to carry out the maintenance with in the period specified by the Engineer, no payment of any kind will be due to the Contractor for that month Payments shall be adjusted for deductions for advance payments, security deposit, other recoveries in terms of the Contract and taxes at source, as applicable under the law. The Engineer shall pay the Contractor the amounts he had certified within 15 days of the date of each certificate The Employer may appoint another authority, as specified in the Contract Data (or any other competent person appointed by the Employer and notified to the contractor) to make payment certified by the Engineer Items of the Works for which no rate or price has been entered in the Bill of Quantities, will not be paid for by the Employer and shall be deemed covered by other rates and prices in the Contract Payment for the routine maintenance of the roads will be made half-yearly for the satisfactory maintenance of the Works, certified by the Engineer and based on the monthly bills submitted by the Contractor as per Clause 38.2 above The agency / bidder to whom the work is allotted shall be paid lowest of the following in the running / final bills:- 1. Amount calculated with the accepted rates of lowest agency. 2. Amount worked out with the rates of L-2/L-3/L-4 and so on 3. Amount worked out with the accepted percentage above HSR+CP/analytical rates/ns item rates, worked out in financial statement. Financial statement will be made a part of agreement. 40. Compensation Events 41. Tax The following shall be Compensation Events unless they are caused by the Contractor: a. The Engineer orders a delay or delays exceeding a total of 30 days. b. The effects on the Contractor of any of the Employer's Risks If a Compensation Event would prevent the Works being completed before the Intended Completion Date, the Intended Completion Date shall be extended. The Engineer shall decide whether and by how much the Intended Completion Date shall be extended The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other levies, duties, royalties, cess, toll, taxes of Central and State Governments, E.E. 55

56 local bodies and authorities that the Contractor will have to pay for the performance of this Contract. The Employer will perform such duties in regard to the deduction of such taxes at source as per applicable law. 42. Currencies All payments will be made in Indian Rupees. 43. Security Deposit/ Retention and Release of Performance Security and Security Deposit/ Retention The Employer shall retain security deposit of 5% and performance security of two and a half percent of the amount from each payment due to the Contractor until completion of the whole of the construction Work. No security deposit/ retention shall be retained from the payments for Routine Maintenance of works. In case, the contractor furnishes bank guarantee for the amount equal to performance security of two and a half percent retained from each payment due to contractor, the same amount shall be repaid to the contractor subject to condition that the validity of bank guarantee is as per provision of Clause 46.2 of GCC On the satisfactory completion of the whole of the construction work half the total amount retained as security deposit is repaid to the contractor, one-fourth of the total amount retained as security deposit is repaid to the contractor at the end of 2 nd year after completion of the construction work and balance of the amount retained as security deposit is repaid to the contractor at the end of 3 rd year after completion of the construction work subject to condition that the engineer has certified that all defects notified by the engineer to the contractor before the end of period prescribed for repayment have been corrected The additional performance security for unbalanced bids as detailed in Clause 51 of Conditions of Contract is repaid to the contractor when the construction work is complete The performance security equal to the five percent of the contract price and additional performance security for Routine Maintenance as detailed in Clause 51 of Conditions of Contract is repaid to the contractor when the period of five years fixed for Routine Maintenance is over and the Engineer has certified that the contractor has satisfactorily carried out the Routine Maintenance of the works. If the Routine Maintenance part of the contract is not carried out by the Contractor as per this contract, the employer will be free to carry out Routine Maintenance work and the amount required for this work will be recovered from the amount of Performance Security available with the employer and/ or from any amounts of the Contractor whatever is due If the contractor so desires then the Security Deposit can be converted into any interest bearing security of scheduled commercial bank in the name of the Employer or National Saving Certificates duly pledged in favour of the Employer for Defect Liability Period. 44. Liquidated Damages Both, the Contractor and the Employer have agreed that it is not feasible to precisely estimate the amount of losses due to delay in completion of works and the losses to the public and the economy, therefore, both the parties have agreed that the Contractor shall pay liquidated damages to the Employer and not by way of penalty, at the rate per week or part thereof stated in the Contract Data for the period that the Completion Date is E.E. 56

57 later than the Intended Completion Date. Liquidated damages at the same rates shall be withheld if the Contractor fails to achieve the milestones prescribed in the Contract Data. However, in case the Contractor achieves the next milestone the amount of the liquidated damages already withheld shall be restored to the Contractor by adjustment in the next payment certificate. The employer and the contractor have agreed that this is a reasonable agreed amount of liquidated damages and the total amount of liquidated damages shall not exceed 10% of the contract price. The employer may deduct liquidated damages from payments due to the contractors. Payment of liquidated damages shall not affect the contractor s other liabilities If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. 45. Advance Payment 46. Securities On the request of the contractor, the Employer will make the following advance payment to the Contractor against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a Scheduled Commercial bank acceptable to the Employer in amounts equal to the advance payment: a. Mobilization advance up to 5 percent of the contract price excluding the contract price for routine maintenance b. Equipment Advance up to ninety percent of the cost of the new equipment brought to the site, subjects to a maximum of ten percent of the contract price excluding the contract price for routine maintenance The guarantee shall remain effective until the advance payment has been repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor. Interest will not be charged on the advance payment The Contractor is to use the advance payment only to pay for Equipment, plant and Mobilization expenses required specifically for execution of the Works. The Contractor shall demonstrate the advance payment has been used in this way by supplying copies of invoices or other documents to the Engineer The advance payment shall be repaid by deducting proportionate amounts from payments otherwise due to the Contractor for the construction work, following the schedule of completed percentages of the Works on a payment basis. No account shall be taken of the advance payment or its repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events, or Liquidated damages The Performance Security equal to five percent of the Contract Price and additional security for unbalanced bids shall be provided to the employer. Out of total Performance Security equal to five percent of contract price, half shall be delivered to the employer no later than the dates specified in the letter of acceptance and shall be issued in the form given in Contract Data, however, balance half Performance Security shall be retained at the rate of two and a half percent of each payment due to the contractor until completion of whole of the construction work. E.E. 57

58 47. Cost of Repairs The Performance Security and additional Performance Security for maintenance shall be valid until a date 45 days from the date of issue of certificate of completion of construction work and maintenance work subject to the condition that if the Performance Security is in the form of a Bank Guarantee, the period of validity of Bank Guarantee could be one year initially, however, the contractor would get this Bank Guarantee extended in such a way that an amount equal to five percent of the contract price is always available with employer until 45 days after the lapse of Defect Liability Period. If the contractor fails to maintain above Performance Security, the Employer would recover the same from any dues payable to the contractor Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at his cost if the loss or damage arises from the Contractor's acts or omissions. E. Finishing the Contract 48. Completion of Construction and Maintenance 49. Taking Over 50. Final Account The Contractor shall request the Engineer to issue a certificate of completion of the construction of the works, and the Engineer will do so upon deciding that the works is completed The Contractor shall request the Engineer to issue the certificate of completion of the Routine Maintenance and the Engineer will do so upon deciding that the Routine Maintenance is completed The Employer shall take over the works within seven days of the Engineer issuing a certificate of completion of works. The Contractor shall continue to remain responsible for its routine maintenance during the maintenance period The employer shall take over the maintained road with in 7 days of the Engineer issuing a certificate of completion of the Routine Maintenance The Contractor shall supply the Engineer with a detailed account of the total amount that the Contractor considers payable for works under the contract within 21 days of issue of certificate of completion of construction of works. The Engineer shall issue a defect liability certificate and certify any payment that is due to the Contractor for works within 42 days of receiving the Contractor's account if it is correct and complete. If the account is not correct or complete, the Engineer shall issue within 42 days a schedule that states the scope of the corrections or additions that are necessary. If the Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable to the Contractor and issue a payment certificate within 28 days of receiving the Contractor s revised account. The payment of final bill for construction of works will be made within 14 days thereafter. E.E. 58

59 50.2. In case the account is not received within 21 days of issue of Certificate of Completion as provided in clause 50.1 above, the Engineer shall proceed to finalise the account and issue a payment certificate within 28 days. The payment of final bill for construction of works will be made within 14 days thereafter The Contractor shall supply the Engineer with a detailed account of the total amount that the Contractor considers payable under the contract 21 days before the end of the Routine Maintenance Period. The Engineer shall issue a Routine Maintenance Completion Certificate and certify any final payment that is due to the Contractor within 42 days of receiving the Contractor's account if it is correct and complete. If it is not, the Engineer shall issue within 42 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable to the Contractor and issue a payment certificate within 28 days of receiving the Contractor s revised account. The payment of final bills for routine maintenance will be made within 14 days thereafter In case the account is not received within 21 days of issue of Certificate of Completion as provided in clause 50.3 above, the Engineer shall proceed to finalise the account and issue a payment certificate within 28 days. The payment of final bill for routine maintenance will be made within 14 days thereafter. 51. Operating and Maintenance Manuals 52. Termination If "as built" Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the Contract Data If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract Data, or they do not receive the Engineer's approval, the Engineer shall withhold the amount stated in the Contract Data from payments due to the Contractor The Employer may terminate the Contract if the Contractor causes a fundamental breach of the Contract Fundamental breaches of Contract shall include, but shall not be limited to, the following: a. the Contractor stops work for 28 days when no stoppage of work is shown on the current Programme and the stoppage has not been authorized by the Engineer; b. the Contractor is declared as bankrupt or goes into liquidation other than for approved reconstruction or amalgamation; c. the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Engineer; d. the Contractor does not maintain a Security, which is required; e. the Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in clause 44.1; E.E. 59

60 f. the Contractor fails to provide insurance cover as required under clause 13; g. if the Contractor, in the judgement of the Employer, has engaged in the corrupt or fraudulent practice in competing for or in executing the Contract. For the purpose of this clause, corrupt practise means the offering, giving, receiving, or soliciting of any thing of value to influence the action of a public official in the procurement process or in Contract execution. Fraudulent Practice means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Employer and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid process at artificial non-competitive levels and to deprive the Employer of the benefits of free and open competition. h. if the Contractor has not completed at least thirty percent of the value of construction Work required to be completed after half of the completion period has elapsed; i. if the Contractor fails to set up a field laboratory with the prescribed equipment, within the period specified in the Contract Data; and j. any other fundamental breaches as specified in the Contract Data. k. if the Contractor fails to deploy machinery and equipment or personnel as specified in the Contract Data at the appropriate time Notwithstanding the above, the Employer may terminate the Contract for convenience If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secure, and leave the Site as soon as reasonably possible. 53. Payment upon Termination 54. Property If the contract is terminated because of a fundamental breach of contract by the contractor, the Engineer shall issue a certificate for value of the work done and materials ordered less liquidated damages, if any, less advance payments received upto the date of issue of the certificate and less the percentage to apply to the value of the work not completed as indicated in the contract Data. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall be recovered from the security deposit and performance security. If any amount is still left un-recovered it will be recovered from any dues payable to the contractor from State PMGSY works, any other State Government works including State Public Sector works executed by the contractor If the Contract is terminated at the Employer's convenience, the Engineer shall issue a certificate for the value of the work done, the reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely on the Works, and the Contractor's costs of protecting and securing the Works and less advance payments received up to the date of the certificate, less other recoveries due in terms of the Contract, and less taxes due to be deducted at source as per applicable law All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be deemed to be the property of the Employer for use for completing balance construction work if the Contract is terminated because of the Contractor's default, till the Works is E.E. 60

61 completed after which it will be transferred to the Contractor and credit, if any, given for its use. 55. Release from Performance If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of the Employer or the Contractor, the Engineer 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 and for any work carried out afterwards to which a commitment was made. F. Other Conditions of Contract 56. Labour The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour from time to time employed by the Contractor on the Site and such other information as the Engineer may require. 57. COMPLIANCE WITH LABOUR REGULATIONS During continuance of the Contract, the Contractor and his sub Contractors 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 notification 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 in Appendix to Part I General Condition of Contract. The Contractor shall keep the Employer indemnified in case any action is taken against the Employer by the competent authority on account of contravention of any of the provisions of any Act or rules made there under, regulations or notifications including amendments. If the Employer is caused to pay or reimburse, 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. 58. Drawings and Photographs of the Works The contractor shall do photography/video photography of the site firstly before the start of the work, secondly mid-way in the execution of different stages of work E.E. 61

62 and lastly after the completion of the work. No separate payment will be made to the contractor for this The Contractor shall not disclose details of Drawings furnished to him and works on which he is engaged without the prior approval of the Engineer in writing. No photograph of the works or any part thereof or plant employed thereon, expect those permitted under clause 58.1, shall be taken or permitted by the Contractor to be taken by any of his employees or any employees of his sub-contractors without the prior approval of the Engineer in writing. No photographs/ Video photography shall be published or otherwise circulated without the approval of the Engineer in writing. 59. The Apprentices Act The Contractor shall duly comply with the provisions of the Apprentices Act 1961 (III of 1961), the rules made there under and the orders that may be issued from time to time under the said Act and the said Rules and on his failure or neglect to do so he shall be subject to all liabilities and penalties provided by the said Act and said Rules. E.E. 62

63 Contract Data to General Conditions of Contract Except where otherwise indicated, the Employer prior to issuance of the bidding documents should fill in all Contract Data. Schedules and reports to be provided by the Employer should be annexed. Items marked N/A do not apply in this Contract. 1 The Employer is Name : Superintending Engineer, Address: Gurgaon Circle, PWD (B&R), Gurgaon. Clause Reference [C1.1.1] Name of authorized Representative Telephone No.(s): Office: Executive Engineer, Mobile No.: Facsimile (FAX) No.: Electronic Mail Identification ( ID):. 2 The Engineer is Designation: Executive Engineer. Address: Provincial Division PWD (B&R), Palwal [Cl.1.1] Telephone No.(s): Office: Mobile No.: Facsimile (FAX) No.: Electronic Mail Identification ( ID): pwd-eepd-palwal@hry.nic.in 3 The Intended Completion Date for the whole of the Works is 12 months after start of work. [Cl.1.1, 17&27] 4 Routine Maintenance during five years after the completion date is defined as follows: Maintenance operations during the period of 5 years shall be based on Chapter 11 of Rural Roads Manual (IRC:SP:20:2002). Its specific provisions are :- (i) Clause 11.2, ibid, explains the various types of distress/defects of pavements. For example, cracks, ravelling, rutting, pot holes etc. (ii) Clause 11.3, ibid, defines different maintenance activities. For example, fog seal, bituminous surface treatment, etc. (iii) Clause 11.4, ibid, suggests planning of maintenance routine. (iv) Clause 11.5 and Clause 11.6 (a), ibid, define preventive and corrective maintenance, and classify activities of routine maintenance and repairs. (v) Clause 11.7, ibid, discusses in details the assessment of defects and maintenance measures for sealed roads, roads with rigid / RCCP and Roads with special pavement. (Note: A periodical renewal is not part of routine maintenance). (vi) Appendix 11.1 ibid lays down the periodicity of routine maintenance, is modified as follows: The periodicity of routine maintenance activities shall be as follows: E.E. 63

64 S. Name of Item/ Activity No. 1 Restoration of rain cuts and dressing of berms as per clause 1902 of the Specifications. 2 Making up of shoulders as per clause 1903 of the Specifications 3 Maintenance of Bituminous surface road and/ or gravel road and/or WBM road including filling pot holes and patch repairs etc as per clause 1904, 1905 and 1906 of the Specifications. 4 Maintenance of drains as per clause 1907 of the Specifications 5 Maintenance of culverts and cause ways as per clause 1908 and 1909 of the Specifications. 6 Maintenance of road signs as per clause 1910 of the Specifications 7 Maintenance of guard rails and parapet rails as per clause 1911 of the Specifications 8 Maintenance of 200 m and Kilo Meter stones as per clause 1912 of the Specifications 9 White washing guard stones Twice Frequency of operation in one year Once generally after rains (In case of areas having rainfall more than 1500 mm per year, as and when required). As and when required. As and when required. Twice (In case of hill roads as and when required). Twice (In case of hill roads as and when required). Maintenance as and when required. Repainting once in every two years. Maintenance as and when required. Repainting once in a year. Maintenance as and when required. Repainting once in a year. 10 Re-fixing displaced guard stones Once 11 Cutting of branches of trees, shrubs and trimming of grass and weeds etc as per clause 1914 of the Specifications Once generally after rains (In case of areas having rainfall more than 1500 mm per year, as and when required). 12 White washing parapets of C.D. Works Once (vii) Appendix 11.3, ibid, covers the special problems of Road Maintenance in Heavy Rainfall / Snow fall areas. (viii) Appendix 11.4, ibid, explains the nature of duties in maintenance of shoulders, drainage structures and causeways. 5 The Site is located at km 0.00 to Km [Cl.1.1] 6 The Start Date shall be 15 days after the date of issue of the Notice to proceed with the work. 7 (a) The name and identification number of the Contract is : [ HR-21-03] [Cl.1.1] [Cl.1.1] (b) The Works consist of Improvement of Road by providing widening strengthening on Mehshpur to Rajpura via Badha, Aharwan, Durgapur km 0 to 8.54 in Palwal District [PMGSY-II] [ HR-21-03] [including long span bridge on Gaunchi Main Drain]. The works shall, inter-alia, include the following, as specified or as directed. (A) Road Works E.E. 64

65 Site clearance; setting-out and layout; widening of existing carriageway and strengthening including camber corrections; construction of new road bituminous pavements remodeling/construction of junctions, intersections, supplying and placing of drainage channels, flumes, guard posts and other related items; construction/extension of cross drainage works, bridge, approaches and other related items; road markings, road signs and kilometer/hectometer stones; protective works for roads/bridges; all aspects of quality assurance of various components of the works; rectification of the Defects in the completed works during the Defects Liability Period; submission of As-built drawings and any other related documents; and other item of work as may be required to be carried out for completing the works in accordance with the Drawings and provisions of the contract to ensure safety and planting of trees along the roads. (B) C.D. Works including bridges Site clearance; setting out, provision of foundations, piers abutments and bearings; pre-stressed/reinforced cement concrete superstructure; wearing coat, hand railings, expansion joints, approach slabs, drainage spouts/downtake pipes, provision of suitably designed protective works; providing wing/return walls; provision of road markings, road signs etc.; all aspects of quality assurance; clearing the Site and handing over the works on completion; rectification of the Defects during the Defects Liability Period and submission of As-built drawings and other related documents; and other items of work as may be required to be carried out for completing the works in accordance with the Drawings and the provisions of the contract and to ensure safety. (C) Maintenance and Other Items As required to fulfill all the contractual obligations as per the Bid documents. 8 Section completion is [Cl 2.2] 9 The following documents also form part of the Contract: 10 (a) The law which applies to the Contract is the law of Union of India. (b) The language of the Contract documents is English. [Cl.2.3(11)] [Cl.3.1] 11 The Schedule of Other Contractors is attached. [Cl. 8.1] 12 A. The Technical Personnel for construction work are: As specified in Annexure II of Appendix to ITB. [Cl. 9.1] For field testing laboratory; As specified in Annexure II of Appendix to ITB. B. For routine maintenance Technical Personnel Number Experience in Road Works A. Degree Holder in Civil Engineering 1 3 years B. Diploma Holder in Civil Engineering 1 5 years. 13 (a) Amount and deductible for insurance are: The minimum insurance cover for physical property, injury and death is Rs. 5.0 lacs per occurrence with number of occurrence limited to four. After each [Cl. 13.1] E.E. 65

66 13(b) occurrence the contractor will pay additional premium necessary to make insurance valid for four occurrence always. Amount and deductible for insurance are: The minimum insurance cover for injury and death is Rs. 5.0 lacs per occurrence with number of occurrence limited to four. After each occurrence the contractor will pay additional premium necessary to make insurance valid for four occurrence always [Cl (a)] 14 Site investigation report [Cl.14.1] 15 The key equipments/ machinery for construction of works shall be [Cl. 16.2] As specified in Annexure I of Appendix to ITB. 16 (a) Competent authorities are:: The Superintending Engineer with power to settle differences / disputes upto 2% of Contract sum or Rs.2.0 lacs whichever is less and Chief Engineer with powers upto 4% of Contract sum or Rs.20.0 lacs whichever is less. EIC for claims above twenty lacs or more than above 4% of contract price. 17 (a) The period for submission of the programme for approval of Engineer shall be 15 days from the issue of Letter of Acceptance [Cl. 24.1] [Cl.26.1] (b) The updated programme shall be submitted at interval of 2 months [Cl. 26.3] (c) The amount to be withheld for late submission of an updated programme shall be Rs lakhs. [Cl. 26.3] 18 The key equipments for field laboratory shall be: (Cl. 31.1a) General Equipments Sr. No. Name of the equipment 1 Balance (a) 10 kg to 20 kg capacity semi-self indicating type (b) Electronic, digital balance 250 gm capacity accuracy 0.01 gm. (c) Electronic Digital Balance 7 kg capacity 1.0 gm. accuracy 2 Oven-electrically operated and thermostatically controlled (a) ) Up to 220 C, Sensitivity 0.1 C. 3 Sieves : as per IS (a) Sieve sets 450 mm internal dia as per IS specification of required sizes complete with lid and pan. (b) IS Sieve sets 200 mm internal dia (brass frame and steel or brass wire cloth mess) of required sizes complete with lid and pan. Quantity 1 No. 1 No. 1 No. 1 Nos. 4 Electronic digital stop watches 1/5 second accuracy. 2 Nos. 5 Dial gauges 25mm, 50mm travel, (sensitivity 6 Each 0.01mm/division) 6 Glassware Comprising beakers, pipettes, dishes, measuring cylinders (100 to 1000cc capacity), with glass rods and funnels, glass thermometers range 0 C to 100 C and metallic thermometers range up to 300 C. 1 doz. 1 Set 1 Set 7 Gas stove with LPG Cylinder 1 No. E.E. 66

67 8 Enamel trays a) 600mm x 450mm x 50mm b) 450mm x 300mm x 40mm c) 300mm x 250mm x 40mm d) Circular plates of 250 mm dia As required 9 First Aid Box 1 No. 10 Camber Board / Template and 3m straight edge 3 No. 11 Thickness gauge 2 No. 12 Survey level (self adjusting, automatic) and staff 1 No. 13 Sufficient number of: a) scoops, hand gloves, steel measuring scales, tongs, ladle spoons, stirrers, aprons, b) Tables, c) Chairs 14 Slump cone (when CC work is involved) 2 Nos. 15 Cube Moulds (when CC work is involved) 12 Nos. 16 Portable Computer equivalent to Samsung Netbook (with atleast 6 hours battery backup) with internet facility (broadband), 12 1 No. Mega Pixel Web Camera equivalent to HP _ Bluetooth GPS, scanner, printer and UPS (1KVA capacity). 17 GPS Device 1 Nos. 18 Digital Camera 1 Nos. For Soil Sr. Name of the equipment Quantity 1 Sand pouring cylinder with conical funnel and tap and Accessories complete as per IS:2720 (Part28) 1974 including modified equipment. 2 Nos. 2 Sampling container with lids capacity 2 kg and miscellaneous items like moisture container with lid capacity of 50 kgm. etc. 1 No. 3 Rapid Moisture Meter 1 No. 4 Liquid limit device with casagrande and grooving tools 1 No. 5 Post hole auger (100mm dia) for sampling 4 Nos. 6 Field CBR equipment (complete set) 1 Set 7 Core Cutter 1 No. 8 Proctor Needle 1 No. For Bitumen and Bituminous Mixes Sr. Name of the equipment Quantity 1 Tray for measuring Tack Coat & Prime Coat 3 Nos. 2 Digital gun type thermometer 3 No. 3 Water bath, electrically operated and thermostatically controlled 1 No. 4 Penetration apparatus(bitumen) 1 No. 5 Electrically operated Centrifuge type apparatus 2 Nos. complete with extraction thimbles with solvent and filter paper. 6 Pavement Core Cutting machine 1 No. 7 Bitumen Extraction Apparatus 1 No. For Aggregates Sr. Name of the equipment Quantity 1 Flakiness index and Elongation test apparatus. 2 Nos. 2 Aggregate Impact Value test apparatus. 1 No. 3 Equipment for determination of specific gravity for fine and course aggregate as per IS 3 Nos (Part 3) 1963) cu ft / 1 cu ft cylinder for checking bulk density of aggregate with tamping rod. As required 5 Water Absorption test apparatus 1 No. 6 Stripping test apparatus 1 No. E.E. 67

68 19 The percentage of Variation of items of work for which there shall be no increase in rates shall be 25% 20 The authorized person to make payments is: As notified by the Employer from time to time. [Cl 36.1] [ Cl.39.2] 21 (a) Milestones to be achieved during the contract period [Cl.44.1] (1) 1/8 th of the value of entire contract work (2) 3/8 th of the value of entire contract (3) 3/4 th of the value of entire contract work Upto 1/4 th of the period allowed for completion of construction Upto 1/2 nd of the period allowed for completion of construction Upto 3/4 th of the period allowed for completion of construction (b) (c) Amount of liquidated damages for delay in completion of works Maximum limit of liquidated damages for delay in completion of work. For Whole of work 1 percent of the Initial Contract Price, rounded off to the nearest thousand, per week. 10 per cent of the Initial Contract Price rounded off to the nearest thousand. 22 The standard form of Performance Security acceptable to the Employer Shall be an unconditional Bank Guarantee of the type as presented in the Bidding Documents [Cl. 46.1] 23 (a) The Schedule of Operating and Maintenance Manuals: 28 days [Cl.51.1] (b) The date by which as-built drawings (in scale as directed) in 2 sets are required is within 28 days of issue of certificate of completion of whole or section of the work, as the case may be. 24 The amount to be withheld for failing to supply as-built drawings by the date required is Rs Lakhs 25 (a) The period for setting up a field laboratory with the prescribed equipment is 21 days from the days from the date of notice to start work (b) The following events shall also be fundamental breach of contract : The Contractor has contravened Clause 7.1 and Clause 9 of Part I General Conditions of Contract 26 The percentage to apply to the value of the work not completed representing the Employer s additional cost for completing the Works shall be 10 percent of the value of work not completed. [Cl.51.1] [Cl.51.2] [Cl.52.2 (i)] [Cl.52.2 (j.)] [Cl.53.1] E.E. 68

69 Appendix to Part I General Condition of Contract SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK. a) Workmen Compensation Act 1923: - The Act provides for compensation in case of injury by accident arising out of and during the course of employment. b) Payment of Gratuity Act 1972: - Gratuity is payable to an employee under the Act on satisfaction of certain conditions on separation if an employee has completed the prescribed minimum years (say, five years) of service or more or on death the rate of prescribed minimum days (say, 15 days) wages for every completed year of service. The Act is applicable to all establishments employing the prescribed minimum number (say, 10) or more employees. c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for monthly contributions by the Employer plus workers at the rate prescribed (say, 10% or 8.33%). The benefits payable under the Act are: i. Pension or family pension on retirement or death as the case may be. ii. Deposit linked insurance on the death in harness of the worker. iii. Payment of P.F. accumulation on retirement/death etc. d) Maternity Benefit Act 1951: - The Act provides for leave and some other benefits to women employees in case of confinement or miscarriage etc. e) Contract Labour (Regulation & Abolition) Act 1970: - The Act provides for certain welfare measures to be provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required to be provided, by the Principal Employer by Law. The principal Employer is required to take Certificate of Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to the establishments or Contractor of Principal Employer if they employ prescribed minimum (say 20) or more contract labour. f) Minimum Wages Act 1948: - The Employer is to pay not less than the Minimum Wages fixed by appropriate Government as per provisions of the Act if the employment is a scheduled employment. Construction of buildings, roads, runways are scheduled employment. g) Payment of Wages Act 1936: - It lays down as to by what date the wages are to be paid, when it will be paid and what deductions can be made from the wages of the workers. h) Equal Remuneration Act 1979: - The Act provides for payment of equal wages for work of equal nature to male and female workers and for not making discrimination against female employees in the matters of transfers, training and promotions etc. i) Payment of Bonus Act 1965: - The Act is applicable to all establishments employing prescribed minimum (say, 20) or more workmen. The Act provides for payments of annual bonus within the prescribed range of percentage of wages to employees drawing up to the prescribed amount of wages, calculated in the prescribed manner. The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years in certain circumstances. States may have different number of employment size. j) Industrial Disputes Act 1947: - The Act lays down the machinery and procedure for resolution of industrial disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment. E.E. 69

70 k) Industrial Employment (Standing Orders) Act 1946: - It is applicable to all establishments employing prescribed minimum (say, 100, or 50). The Act provides for laying down rules governing the conditions of employment by the Employer on matters provided in the Act and get these certified by the designated Authority. l) Trade Unions Act 1926: - The Act lays down the procedure for registration of trade unions of workmen and Employers. The Trade Unions registered under the Act have been given certain immunities from civil and criminal liabilities. m) Child Labour (Prohibition & Regulation) Act 1986: - The Act prohibits employment of children below 14 years of age in certain occupations and processes and provides for regulations of employment of children in all other occupations and processes. Employment of child labour is prohibited in building and construction industry. n) Inter-State Migrant Workmen s (Regulation of Employment & Conditions of Service) Act 1979: - The Act is applicable to an establishment which employs prescribed minimum (say, five) or more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for employment in the establishment situated in another state). The Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be provided certain facilities such as Housing, Medical-Aid, Travelling expenses from home up to the establishment and back etc. o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act 1996 and the Cess Act of 1996: - All the establishments who carry on any building or other construction work and employs the prescribed minimum (say, 10) or more workers are covered under this Act. All such establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the establishment is required to provide safety measures at the building or construction work and other welfare measures, such as canteens, first-aid facilities, ambulance, housing accommodations for workers near the work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the Registering Officer appointed by the Government. p) Factories Act 1948: - The Act lays down the procedure for approval of plans before setting up a factory, health and safety provisions, welfare provisions, working hours, annual earned leave and rendering information regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing the prescribed minimum (say, 10) persons or more with aid of power or another prescribed minimum (say, 20) or more persons without the aid of power engaged in manufacturing process. E.E. 70

71 Section 4. Conditions of Contract Part II Special Conditions of Contract E.E. 71

72 I. DEFECT LIABILITY :- Defect liability Period Shall be cleared by the Employer. i.e. Superintending Engineer, after approval of Head Office II BITUMINOUS WORK To check the pilferage of bitumen, the following instructions are issued with immediate effect:- 1. The data of each & every tanker of receipt of bitumen be ed by the concerned EE at the time of its receipt to SE/CE concerned in the enclosed format as Annexure-1 at page 60(b). 2. Unloading of bitumen at plant site will be done in the presence of representative of Engineer. The day-to-day receipt and issue account of bitumen shall be maintained by the representative of Engineer and signed daily by the contractor or his authorized representative. 3. The bitumen indents of refinery should be sent to concerned refinery for verification as many fake indents are also available in market. 4. The details as mentioned in Annexure-I should be circulated to the nearest divisions of PWD, HSAMB, HSIIDC, PR, MC, HUDA etc. where such works are going on so that the agency may not count the same tanker on both sides. 5. No contractual agency should be allowed to work from the same hot mix plant against two different contracts at one time. If he wants to start work on new project, he will have to stop the first work & then take permission from concerned EE in writing intimating the balance bitumen available at plant site. EE can give permission in writing only with to SE/CE concerned. No verbal permission will be considered / allowed. 6. An undertaking should be taken from the agency during the payment of every bill that: a. He has actually purchased the bitumen as per list enclosed as annexure (the annexure should be part of undertaking). b. He has used this bitumen on this work only. c. He has not claimed its cost from any other division/office or any where else. d. The data submitted by him is totally correct. e. He owns full responsibility for the quality & quantity of bitumen and submission of data. 7. For controlling the quantity of mixed material the following procedure be adopted: a. The contractor shall provide, install, maintain and operate at his own cost in good working condition a weigh bridge of suitable capacity at site of the hot mix plant under the direction of Engineer or his representative. E.E. 72

73 b. Each truck before loading of the mix shall be weighted on the Weigh Bridge and its weight shall be recorded in the measurement book under the signature of authorized representative of the contractor and of the Engineer. c. The truck shall be again weighed on the weight bridge after loading of the mix and its weight recorded as per prescribed performa. 8. The details of mixed material be compiled as per following procedure:- a. A slip should be issued by JE at the plant site as per Annexure-II at page 60(b). b. The slip book should be in three colors i.e. Pink, Yellow and White. c. White slip shall be retained at plant site, Yellow & Pink shall be sent to work site. Yellow slip shall be returned to plant site JE duly signed by JE & SDE of site in-charge and Pink slip shall be retained by JE work site. d. A register showing these details will be maintained at site. The above instructions/ procedures are applicable for procurement of bitumen by department as well as through the contractors. These may also be made part of the contract document henceforth. Annexure-I Tanker No. Refinery Indent No. Date Of indent Date of receipt Empty weight of Tanker Loaded weight of Tanker Weight Of bitumen Photograph of Tanker Person in whose presence unloaded Annexure-II SLIP Sr. No. Book No. 1. Vehicle No. Date & time 2. Weight of loaded Tipper 3. Weight of empty Tipper 4. Weight of Mix Material Signature of JE at Hot Mix Plant Signature of SDE at site of work Signature of JE at site of work. E.E. 73

74 Section 5 I. Specifications for Road Works: A. Work shall be carried out as per the Ministry of Rural Development (MoRD) / Ministry of Road Transport and Highways (MORT & H) Specification for Road and Bridges works (4th revision). B. For items whose specifications are not given in MORD / MORT&H specifications for road and bridge works, then Haryana PWD Specification, BIS specification or sound Engineering practice, as determined by the Engineer in that order should be followed. C. Technical and General Conditions given in document shall also be followed as particular specification certain conditions regarding street lighting shall also be followed. TECHNICAL CONDITIONS 1. A register in prescribed form showing day to day receipt, consumption and balance of cement at site of work will be maintained at the work/test site by the department, which shall invariably be signed by the contractor or his authorized representative in token of its correctness. 2. A field lab, at his own cost will be established by the contractor at site of work and all the required equipment including cube testing, machine of suitable quality and consumable shall be provided by the contractor as required for various quality control tests subject to approval of Engineer-in-charge. Nothing shall be payable to the contractor towards equipment/day to day expenditure. Technical staff will belong to the Deptt. and ministerial staff shall be supplied by him 3. Strict control on all operations of work shall be exercised to ensure that the work is of the proper as envisaged in the specifications and design. Although the tests to be performed for quality control and their minimum frequency will be in accordance with accepted norms, in which respect the MORT & H specifications for road and bridge works 2001 Edition will be referred to. 4. For testing of materials for bridge construction, relevant I.S specification shall be referred to and department will have the discretion to get the sample tested from the reputed testing Laboratory. Testing charges shall be borne by the agency. 5. For testing the strength of the finished products like cement concrete, masonry, bearing and also the workmanship to be ensured in the various construction works of bridges, reference shall be made to the relevant clauses of IRC bridges codes. 6. The frequency of testing shall generally conform to what has been stipulated in the codes, but this shall be increased beyond the stipulated minimum frequency, if frequent deficiencies in quality of works are noticed in particular location by the Engineer. E.E. 74

75 7. Proper and pucca reference pillars for fixing the longitudinal center line of the bridge and transverse center lines of the piers shall be made before starting the work. The main point about these reference pillars is that they shall be so located as not to be disturbed during construction or during floods and shall last till the work is completed. 8. To have proper control on the proportion of various aggregates of cement concrete mix, weight batching instead of volumetric batching shall be adopted. 9. Where the concrete has been specified in terms of strength, the concrete mix shall be specifically designed and contractor shall satisfy Engineer-in-charge through laboratory test results that the concrete is of specified strength and quality, ensuring at the same time that the concrete mix so designed in no leaner than a nominal mix, if same has been specified. 10. The following basic records, in addition to what might be considered necessary, shall be kept at site and be made available to the inspecting officers. a. Record of placement of concrete and test cubes shall be maintained in the following form: Date Time of start Time of completion Unit/Member concerned Bulking of sand if any Extra sand used to take care of building Water Cement Ratio Mix 7. Water content of course aggregate Slump of concrete Water contents of fine aggregate Extra water added Total water Content Water cement ratio (i) (ii) (iii) (iv) (v) Sources of supply Whether the Identification of cement and batch of cement number of batch No. tested or not concrete cube 7 days cube Strength as specified as per actual test taken Sign of J.E. Sign of SDE Sign of Contractor Remakrs of Engineer-in- Charge. 25 days cube Strength as specified as per actual test b. Record of test for controlling the quality of concrete such as grading, analysis of Aggregates, silt content of fine aggregates, water content of fine aggregates, water content of coarse aggregate etc. c. Record of test results on samples of mild steel. For steel, high tensile steel. d. Record of cement tests for different consignment/batches/sources of supply. E.E. 75

76 e. C.P.M/PERT chart, original and as revised/updated. 11. A register on prescribed proforma showing test results of materials and work tests will be maintained at the site of work by the department and every entry thereof, shall invariably be signed by the contractor or his authorized representatives in token of its correctness. 12. Concrete of any mix ordinary or controlled shall be regularly tested as per Indian Roads Congress(IRC) standard and only such concrete will be accepted which conforms to the standards laid down in IRC standard specifications and code or practice for roads and bridges. The concrete declared below standard by the Engineer-In-Charge shall be replaced by the contractor simultaneously taking care of safely and soundness of other members or adjoining part of the same member entirely at his own risk and cost. 13. Whenever test cubes are taken these should be suitably numbered and there should be corresponding markings on the individual components, or portions of the components to enable the identification of the unit from which the sample for test cubes was obtained. In this respect for all the bridge works on the National Highways, a new register should be regularly entered. A span should be designates by mark S and the number below it shall indicate the number of span and the beams should be designated by mark B and should be numbered as 1,2,3 from the up stream end. Thus the marking as S4, B3 will indicate that this pertains to the span No. 4 from left side while facing downstream side and beam No. 3 from the up stream side. The cubes should also be serially numbered in the register. 14. The sampling of the concrete and testing of cubes should be done with the full knowledge of the contractor and the signature of contractor or contractor s representative should be taken in the space specified for it. 15. Whenever the result of the cube tests carried out after three or seven days show a strength, which is not satisfactory, the Engineer-in-charge of the bridge work should draw the attention of the contractor in writing to the possibility of the concrete not attaining the prescribed standards at the end of 28 days. He may also be warned not to proceed further with the work as the 28 days strength of concrete may show sub standard results are available, another notice should be given to the contractor if the prescribed standard strength has not been attained. The unit of which the sub-standard work forms part becomes liable to rejection. 16. When the cube tests persistently point to a concrete strength lower than that specified, a change in the proportions of concrete for subsequent batches must be given serious thought. 17. in case, however, the concrete strength falls below the required designed strength but its use can be permitted under IRC-ii of the IRC Bridge code section-iii, the unit may be accepted at the discretion of the Engineer-in-charge and the information that it complies with the code should be places on record in the remarks column of the register after obtaining the approval of the Superintending Engineer. 18. For all works concrete shall be mixed in a mechanical mixer which along with other accessories shall be kept in first class working conditions and so maintained throughout the construction, Mixing shall be continued till materials are uniformly distributed & uniform colour of the entire mass is obtained and each individual particle of the course aggregates shows complete coating of mortar containing its proportionate amount of cement. In no case E.E. 76

77 shall mixing be done for less than two minutes after all ingredients have been put into the mixer. 19. Works strength tests shall be made in accordance with IS-516. Each test shall be conducted on ten specimens, five of which shall be tested at seven days and the remaining five at 28 days. The samples of concrete shall be taken on each day of concreting and cubes shall be made at the rate of one for every 5 cubic meters of concrete or a part thereof, however, If concreting done in a day is less than 15 cubic meters the minimum numbers of cubes can be reduced to 6 with specific permission of the Engineer. 20. Similar works tests shall be carried out whenever the quality and grading of materials is changed irrespective of the quantity of concrete poured. The number of specimen may be suitably increased as deemed necessary by the Engineer-in-charge when procedure of tests given above reveals a poor quality of the concrete and in other special cases. 21. Acceptance criteria of the concrete will be as per the provisions of IRC Design mix concrete shall be designed on the basis of preliminary test, in accordance with IRC The proportions for ingredients chosen shall be such that concrete has adequate workability for the condition prevailing of the work in question and can be shown to the satisfaction of the Engineer-in-charge that supply of properly graded aggregate of uniform quality can be maintained till the completion of the work. Grading of aggregates in different sizes and blending them in the right proportions, as required should be carried out. 23. Steel reinforcement shall be protected at all times from injury when placed in work. It should be free from scale, paints, oil or other substance. All rust and scale, should be removed and cleaned by a satisfactory method to the approval of the Engineer-in-charge. All steel reinforcement shall be accurately placed in position as shown in the drawings and firmly held during the placing and setting of the concrete. When splicing of reinforcement is necessary, the splices shall be staggered as far as possible subject to approval of Engineer-in-charge. The bars shall be lapped accurately in accordance with the codal provisions. Welding of reinforcement steel shall not be resorted to unless approve by the Engineer, in exceptional cases. 24. All material brought by the contractor to the site of work shall be open to suitable tests by the Engineer-in-charge in accordance with the approved method. The contractor shall afford all such facilities as the Engineer-in-charge may require for collecting and forwarding all such samples and shall hold the material represented by the sample until tests have been made and material found as per standard. The contractor will supply the material approved by the Engineer-in-charge and the cost of testing charges will be prone by the agency. 25. The contractor shall supply to the Engineer-in-charge concrete cubes free of cost and in sizes and quantity as provided for in IRC during the execution of the work. All expenses incurred in respect of preparation and testing of specimen, whether at the work site in the laboratory including carriage to and from etc. shall be borne by the contractor. The samples will be taken by contractor in the presence of an authorized representative of the Engineer grade O.P.C ISI marked cement such as JK Lakshmi, L&T,A.C.C,Shree and Birla or as approved by Engineer-in-charge shall be used confirming to IS:8002 E.E. 77

78 27. For reinforcement steel Fe-500 grade TMT Bars of Tata/SAIL conforming to relevant IS code shall be used. 28. Agency will produced to the in-charge, the originals bills of cement and steel etc. in token of proof purchase of material along with quality control test certificate of manufactures 29. Agency will get the material tested from any laboratory (approved) as directed and whenever required by EE in- charge and all liability of testing shall be borne by the agency. 30. Bitumen, Cement and steel shall be arranged by the agency. 31. Before laying any construction layer of GSB, sub grade or base course, earth work on berms, if it is to be done by the agency against this agreement, should be completed in all respect simultaneously. Before taking work of any next layer, earth work on berms should be completed. Payment of any layer will be released only when earth work on berms are completed. 32. No compensation for any damages caused to the earthwork by rains, floods or any other natural calamities shall be paid to the contractor. The contractor shall have make good all such damages at his own cost as per direction of Engineer. 33. The final payment of the tenderer will not be paid until and unless he furnished to the satisfaction of the Engineer-in-charge, proof from revenue authority that the price of earth used for the work having been fully paid to the owner of the land from which the earth was removed by the contractor from his (owner) land for the work and to indemnify against all the losses, damages, cost of land expenses which the Govt. suffer or incur as a result of such claim. 34. The earthwork has to be carried out in continuous stretches according to the directions of the Engineer. 35. Level should be taken and entered in measurement book before commencing the work at an interval not exceeding 15 meters and after finishing the work complete in all respect as per MORD / MORT&H specification. The finished work will be checked longitudinally as well as in cross section for computing the quantity of earth work as per Clause No of MORD / MORT&H (road wing) specification (4th revision) or 2001/latest edition. 36. The contractor shall make arrangement at his own cost for at least two numbers of modern leveling instruments (wild type) for the purpose of carrying out leveling operation failing which the same shall be arranged by the Engineer-in-charge at his risk and cost 37. The agency to whom the work is allotted will have to produce original vouchers for all quantities in lieu of purchase of bitumen from refinery, steel, cement and bricks from the original manufacturer or other authorized dealers / distributors to the entire satisfaction of the Engineer-in-Charge for ascertaining the genuineness of material. Attested copy of voucher will have to be submitted along with bills. 38. In case of embankment with Fly Ash, the contractor shall take special care to keep the surface wet at all times so that the Fly Ash does not get mixed up with the atmosphere thus causing E.E. 78

79 poor visibility besides health hazards. If the contractor does not comply with this provision, the Engineer shall make necessary arrangement after giving appropriate notice to the contractor, for keeping the fly ash surface wet and the contractor shall pay the expenses incurred on demand or otherwise the same shall be recovered by Engineer from bills due to the contractor. 39. The contractor will quote the rate of Bitumen Macadam item with 3.3% of Bitumen contents fro upto 75mm thick and 3.1% for 80mm to 100mm thick by weight of total mixture. Nothing extra will be paid if Job Mix formula warrants more bitumen contents. If density as per Job mix formula comes out to be less than 2.2gm/CC, rate will reduced accordingly & if it is more than 2.2. gm/cc nothing extra will be paid. 40. The contract unit rate for SDBC item shall be all as specified in Clause-507.9, except that the rate shall include the provision of percent, by weight of total mixture. Nothing extra will be paid if Job Mix Formula warrants more bitumen contents. If density as per Job Mix Formula comes out be less than 2.29 gm/cc, rate will be reduced accordingly & if it is more than 2.29 gm/cc nothing extra will be paid. 41. The contract unit rate for DBM item shall be all as specified in Clause-507.9, except that the rate shall include the provision of bitumen 4% for 80mm to 100mm thick DBM and 4.5% upto 75mm thick by weight of total mixture. Nothing extra will be paid if Job Mix Formula warrants more bitumen contents. If density as per Job Mix Formula comes out be less than 2.30 gm/cc, rate will be reduced accordingly & if it is more than 2.30 gm/cc nothing extra will be paid. 42. The contract unit rate for BC item shall be all as specified in Clause-509.9, except that the rate shall include the provision of 5.0 percent, by weight of total mixture. Nothing extra will be paid if Job Mix Formula warrants more bitumen contents. If density as per Job Mix Formula comes out be less 2.30 gm/cc, rate will be reduced accordingly & if it is more than 2.30 gm/cc nothing extra will be paid. 43. The agency to whom the work is allotted will have to reduce original vouchers for all quantities in lieu of purchase of bitumen from refinery, steel, cement and bricks from the original manufacturer or other authorized dealers/ distributors to the entire satisfaction of the Engineer-in-Charge for ascertaining the genuineness of material. Attested copy of voucher will have to be submitted along with bills. 44. The documentary proof of procurement of bitumen from refinery as per requirement prescribed in the MORD / MORT&H specification/ technical note of MORD / MORT&H and IRC special publication No.53 from the reputed source and test result from CRRI will be produced by the agency. 45. The Job Mix formula / mixed design for CC work, will be got tested from CRRI New Delhi, NIT KKR, PEC, Chd, TTI Chd. and testing charges will be borne by the agency. Nothing shall be paid on this account. 46. a. After filling the depression of the existing road surface and before applying tack coat, the existing levels of the road surface and after construction shall be taken jointly by E.E. 79

80 the authorized representative of the contractor and Engineer at grid of point at 10 Mtrs center to center longitudinally in straight reaches but 5 meter at curves as per Clause No of MORT&H specification. The cubic contents of the mix laid compacted and finished shall be computed on the basis of the initial and final levels as per formula approved by the Engineer. b. i. The contractor shall provide, install, maintain and operate at his own cost in good working condition a weigh bridge of suitable capacity at the site of the hot mix plant under the direction of Engineer-in-Charge or his representative. ii. Each truck before loading of the mix shall be weighted on the Weight Bridge and its weight shall be recorded in the measurement book under the signature of authorized representative of the contractor and of the Engineer. iii. The truck shall be again be weighed on the weight bridge after loading of the mix and its weight recorded as per prescribed performa. iv. The volume shall then be worked out by dividing the weight of the mix laid on particular stretch of the road with average field density of the very particular stretch. For this purpose the average density for the stretch shall determined by the actual determination of by core cutter method. The test will be carried out at the rate of minimum of one test per 250 Sqm area as prescribed in MORT&H specification. c. i. For the purpose of payment, volume worked out by actual levels as laid down in para 6(a) and determination of volume by density methods as per Para 6(b) and theoretical volume with designated thickness and area will be considered and the lowest value of the three shall be adopted. ii. In case the contractor/ Engineer-in-charge feels that there are substantial undulation at site and additional material is to be consumed on the account of this. If there is a provision in the estimate undulation/ leveling course, the contractor will submit a case/ claim to the Engineer with for full justification alongwith supporting data i.e. leveling/ surveying done at site etc. before execution & Engineer-in-charge will get the same approved from Employer before execution. 47. Unloading of bitumen at plant site will be done in the presence of representative of Engineer. The day-to-day receipt and issue account of bitumen shall be maintained by the representative of Engineer and signed daily by the contractor or his authorized representative on the proforma appearing on subsequent pages. 48. The Hot mix plant will be so located subject to the approval of the Engineer-in-Charge involving such lead transportation of the mix so as to avoid its segregation and temperature drop beyond specified limits. The maximum lead should not be more than 25 Km. E.E. 80

81 49. The contractor shall carry out the survey of existing road and submit the proposal for improvement of riding quality including the existing level and final level at his own cost and shall get it approved from the concerned Superintending Engineer in writing before commencing the work. 50. When the work under one agreement is being executed, the contractor shall not undertake any other work from same hot mix plant without written permission of the Engineer-in-Charge and shall also make separate arrangement of bitumen for that work. 51. Correction of defects:- The Engineer shall give notice to the contractor of any defects before the end of defects liability period which begins at completion as per definition. The defect liability period shall be extended as long as defects remain to be corrected. Every time notice of a defect is given, the contractor shall correct the notice defect within the length of time specified by the Engineer s notice. If the contractor has not corrected a defect within the time specified in Engineer s notice, the Engineer will asses the cost of having the defect corrected and the contractor will pay the amount. 52. The contractor shall have to provide a fields laboratory fully equipped at work site and hot mix plant for conducting all the relevant tests mentioned in the MORD / MORT&H specification subject to the approval of the Engineer-in-Charge or his representative. The record of such tests is to be maintained in proper register duly signed by the contractor or his representatives, which will become the property of the department. The contractor will bear all the running expenses for conducting such tests. All the tests will be carried in the presence of S.D.E.-in-charge of the work. All the entries are to be signed by the contractor, S.D.E. and J.E.-in-Charge. 53. The quality control tests will also be done by the department and the material for such tests will be supplied by the contractor free of cost. In case the material is not found upto the requirement, the same will be rejected. 54. Various quality control operation will be maintained as per Clause No.901, 902, 903 of MORT&H (Road wing) specified (IVth Revision) of 2001/latest edition and as per instructions issued by MORT&H from time to time upto date. 55. Contractor shall provide suitable measuring arrangement and leveling instruments of latest quality as approved by Engineer-in-charge at the site of work. 56. No extra payment on account of quality control measures shall be paid to the contractor. 57. The Engineer-in-charge at his description can get any type and Nos. of tests carried out from any other approved laboratory for his satisfaction for which all the expenses incurred would be borne by the agency. The result so obtained from the laboratory would be acceptable/ binding to the agency. 58. The contractor shall be required to provide all such materials/ equipments at site to conduct fields tests and to ensure that the quality of material / item shall be according to the prescribed specification and no payment of any kind for such tests shall be made to him. In case the material/ item is not found upto mark, the same will be rejected. E.E. 81

82 59. For cement, bitumen, mild steel and similar other material, the essential tests are to be carried out at the manufactures plant or at laboratories other than the site laboratory. The cost of samples, testing and furnishing of test certificates shall be borne by the contractor. He shall also furnish the test certificates to the Engineer. 60. Contractor has to submit the bills (Running as well as final bill) for payment alongwith quality control test results conducted as per frequency specified in MORD / MORT&H specification. No payment will be made without test results. 61. OPC cement duly ISI marked of 43 grade as specified of reputed brand such as Chetak, Birla, J.K. should be arranged by the contractor. 62. TMT steel Fe-500 duly ISI marked of reputed brand such as of Tata/SAIL shall only be arranged by the contractor. 63. Before executing the work of drain, proper drawing depicting L-section and X-section of drain alongwith is proper disposal will be got approved by S.E. in writing. All culverts and bridges will be constructed as per IRC-SP-13 and also approved by the SE-in-Charge. 64. Agency will have to submit to the Engineer, the original bills of cement and steel etc. in token of proof of purchase of material alongwith quality control test certificate of manufacturer failing which no payment shall be released. 65. Agency will get the material tested from any approved laboratory as directed & whenever required by Engineer and all liability of testing shall be borne by the agency. 66. The rates are inclusive of cost of traffic management during construction, contractor shall provide road signage, boards, gunny bags, sheet etc. for safety of traffic during construction period which will be incidental to work. Nothing extra shall be paid on this account. 67. The contractor will supply bills for purchase of RCC Hume Pipe clearly indicating name of manufacture, date of manufacturing, Lot no. etc. These details must painted on the RCC Hume Pipe. The pipe should be ISI marked. The manufacturer should give proof for validity of ISI license. In case of non supply of bills, no payment will be released. 68. The contractor himself will arrange all the material such as bitumen, cement steel, bricks etc. at his own cost. 69. The riding quality of reach after giving treatment SDBC / PC/BM/DBM will not have roughness more than 2000mm/Km The contractor shall submit the proposal of widening of existing stretch to get the centerline decided before commencement of work from Engineer. 71. For work of embankment, sub grade & pavement, construction of subsequent layer of same or other material over the finished layer shall be done after obtaining written permission from the Engineer-in-Charge. Similar written permission from the Engineer-in-Charge shall be obtain in respect of all other item of work prior to proceeding with the next stage of construction. E.E. 82

83 72. Before start of the work contractor will get his machinery inspected and approved from the Superintending Engineer. 73. If at any stage, panel of concrete pavement develops cracks/ disintegration during defect liability/ maintenance period of five years, the whole panel will be changed by contractor at his own cost & nothing extra shall be paid % material from scarification shall be credited & used at site in items as mentioned in the BOQ. 75. The pits on account of de-forestoration of trees / roots, shall be filled with sand and compacted to the specification by the agency at his own cost in the entire length. No payment shall be made and the cost is incidental to work. E.E. 83

84 II. Specifications for Bridge Works: The work shall be executed as per MoRD / MORT&H / PWD Standard specifications relevant I.S./I.R.C. Code/Latest Edition for material and works with latest editions & approved drawings, 1.2. Latest edition and upto date correction slip in all the above relevant codes will be applicable so far as this work is concerned In case difference between the provision of codes such as above and any discrepancy in the interpretation of codal provision, decision of Engineer-in-Charge would be treated as final and will be binding upon the contractor Some stipulations of relevant codes for some of the items are mentioned in these tender documents. These stipulations are only for guidance. The work shall be executed as per relevant codes. 2. BORED PILE FOUNDATIONS (wherever applicable) 2.1. The depth of bored pile shall be as per design and drawing Construction of bored pile foundations shall be strictly in accordance with the stipulations made in the building digest CBRI India 56 for bored piles for foundations and IS: 2911/1979 part-i to 4. Wherever the tilt of the piles exceeds 2% or the piles shifts by more than what is specified, area will have to be increased and also additional reinforcement will have to be added and expenditure involved including cost of cement and steel shall be borne by the contractor The rates quoted by the contractor shall be over all including rate, for boring through any type of road surface all type of soil whatsoever, use of special liner casing if required, use of any type of material, machinery also including all royalties, taxes etc. Nothing extra will be paid on any account whatsoever. 3. Well foundation: As per MORD / MORT&H specification wherever applicable. 4. FORM WORK 4.1. Form work shall be of steel plates fixed on the angle iron frame or waterproof ply wood shuttering of adequate thickness unless otherwise directed by the Engineer-in- charge. It should be watertight sufficiently strong and rigid to resist forces caused by vibration and incidental loads associated with it and keep the form rigid 4.2. If at any stage of work during/ after placing the concrete in the structure, the work is found defective, such concrete shall be removed and work shall be redone with fresh concrete and adequate and rigid forms at the cost of contractor. The props for the E.E. 84

85 centering wherever permitted shall be supported by the double wedges in order to facilitate causing & removal of the shuttering without jarring. Centering and shuttering should be carefully released in order to prevent the loading being instantly transferred to concrete. The period that shall lapse after the last pour of concrete for easing removal of centering and shuttering shall be fixed by the Engineer-in-charge and will be binding on the contractor/s It may be necessary to make provision for holes/ grooves in the form work to house the various services, for which neither any extra payment shall be made to the contractor/s for making these provisions nor any deduction shall be made on a/c of any saving in RCC/PSC work due to these provision Wherever chamfer or rounded corners are mentioned in the drawing formwork should be such that no chiseling/cutting is required The surface of formwork shall be clear, smooth and free of cement mortar etc The Contractor shall give the Engineer In-charge due notice before placing any concrete in the forms to permit him to inspect and accept the form work and forms as to their strength, alignment and general fitness but such inspection shall not relieve the contractor of his responsibility for safety of works, men, machinery, materials and for result obtained. 5. Removal of Form Work: 5.1. The Engineer In-Charge shall be informed in advance by the contractor of his intension to strike any formwork While fixing the time for removal of form work, due consideration shall be given to the local conditions, character of the structure, the weather and the other conditions that influence the setting of concrete and of the material used in the mix The period shall be suitably increased in case of temperature lower than 25 degree Celsius and for any other conditions tending to delay the setting of concrete These field operation are controlled by strength tests of concrete, the removal of the load supporting arrangements of soffit may commence when concrete has attained strength equal to twice the stress to which the concrete will be subjected to, at the time of striking props including the effect of any further additions of loads. When field operations are not controlled by strength test of the concrete the vertical forms of beams columns & walls may be removed as per orders of the Engineer In-charge All formwork shall be removed without causing any damage to the concrete. Centring shall be gradually and uniformly lowered in such a manner as to avoid any shock or vibrations. Supports shall be removed in such a manner as to permit concrete to take stress due to its own weight uniformly and gradually. Where internal metal ties are permitted, their removable parts shall be extracted without causing any damage to the concrete and the remaining holes filled with mortar. No permanently embedded metal parts shall have less than 40mm cover to the finished concrete surfaces, where it is E.E. 85

86 intended to re-use released form work, it shall be cleaned and make good to the satisfaction of Engineer-in-charge. 6. REINFORCEMENT: 6.1. Reinforcement may be TMT as per the drawings and confirming to the latest ISI /IRC codes. Steel will be procured from TISCO / Rastriya Ispat Nigam Limited Before use, contractor s will be required to obtain test certificate for the quality of reinforcement used, at his/their own cost form the laboratory/institute, approved by the Engineer-in charge Contractor will ensure that before fixing reinforcement, bars are cleaned with dry gunny bags to remove the light rust or other impurities, if any Welding of reinforcement will not be generally permitted except in special circumstances under the written approval of the Consultant and Engineer-in-charge Binding wire of approved quality shall be arranged by the contractor s himself/themselves and the rates quoted for RCC/PSC work should include cost of this item of work Nothing extra will be paid for overlaps, chairs, hangers, spacer bars etc. and wastage of steel Reinforcement steel shall be arranged by the contractor and payment made as per items of agreement. The steel should always be stored on pucca platform sufficiently above the ground level to protect the same from contamination by coming in the contact of earth and moisture. Also the same will be stored dia wise under the covered shed / roof. Non compliance of the same will not be tolerated at all Payment for the steel reinforcement shall be made on the basis of standard unit weights as per approved drawings and nothing extra will be paid for overlaps and wastage of steel involved in cutting the bars to their required sizes. Nothing extra will be paid for overweight steel and no deduction will be made for underweight steel within the limit of tolerances permitted as per IS Steel having unit weights per meter not falling within the tolerances specified in above IS code shall not be accepted. 7. CEMENT: 7.1. Ordinary Portland cement grade-43 conforming to IS-8112 or as specified in drawings of reputed brand such as Ambuja, ACC, Birla, J.K., Ultratech capable of achieving the required design concrete strength shall only be used and will be arranged by the contractor/ agency. E.E. 86

87 7.2. To improve the workability of concrete and cement grout admixtures conforming to IS and IS-9103 could be permitted subject to satisfactory proven use. Admixtures generating hydrogen, nitrogen, chlorides etc. shall not be used Maximum Cement content in concrete shall be as per relevant code of practice. If desired workability is not achieved due to restrictions in cement contents, contractor have to use plasticiser of approved quality for which no extra payment shall be made Quality test certificate for cement as per IS-4031 Code shall be furnished by the contractor before use of cement supplied Cement for use in works, shall be procured by the contractor from the main producers or their authorised dealers only Cement older than 3 months from the date of manufacture as marked on the bags shall not be accepted. Cement bags preferably in paper bag packing should bear the following marking:- i. Manufacturer s name ii. iii. iv. Regd trade mark of manufacturer if any Type of cement. Weight of each bag in Kg or no. of bags/ tonnes. v. Date of manufacture generally marked as week of the year/year of manufacture Quality test certificate for cement as per IS 4031 shall be furnished by the contractor/s at his own cost from the manufacturer, before use of cement Engineer in Charge may also take samples during the course of execution of works and get the cement tested to ascertain its conformity to the relevant IS specifications at contractor/s cost before a particular lot is put to use. Frequency of testing shall be as prescribed by the relevant IS code. Following test interalia shall be carried out. i. Fineness ii. iii. iv. Compressive strength Initial and final setting time Consistency v. Soundness In case samples tested do not pass quality tests conducted, the entire batch of cement supplied shall be rejected and returned to the contractor/s. No payment for such cement shall be made to the contractor. E.E. 87

88 7.10. For storage of cement, the contractor shall have to construct a temporary Godown of adequate capacity at his own cost. The contractor shall bring the cement to the site of work only on written instructions from representative of Engineer. It will be obligatory on the part of the contractor to get every consignment/truck of cement weighed in the presence of Engineer or his representative and supply the original copy of weight slip alongwith consignment. The representative of Engineer will verify the weight of cement brought to the site of work and return one verified weigh slip to the contractor after the same is stacked inside the cement Godown under his supervision The record of cement brought to the site of work, daily consumption, daily opening balance and closing balance shall be maintained at the site jointly by the representative of Engineer of work and contractor/s or his/ their authorized representative. For this purpose, 2 sets of registers duly reconciled and signed by the contractor/s and the representative of Engineer of work certifying the opening balance, consumption, closing balance should be maintained. One register each shall be kept in the custody of representative of Engineer of work and contractor or his authorized representative The contractor shall be the custodian of cement Godown and shall keep the Godown under his lock and key to ensure safe custody of cement. The contractor shall ensure that the cement once brought to the site and accounted shall be used at the site only and shall not be taken away from site for any other purpose The contractor shall make the cement Godown available for inspection alongwith connected record to the site Engineer or his representative as and when required The contractor shall ensure that after completion of the work and or termination of the contract for any reason whatsoever, the temporary cement Godown shall be dismantled and all dismantled material /debris shall be removed and the clear site shall be handed over back to Department. All the released material shall be the property of the contractor/s and no payment shall be made by the Department for dismantling etc Tolerance requirements for the mass of cement i. Cement supplied one time will be taken as forming one batch. The number of bags taken for sample from each batch shall be as under:- S.No. Batch Size Sample Size to to to to to and above 200 ii. iii. The bags in sample shall be selected at random. The number of bags in sample showing a minus error greater than 2 percent of the specified net mass (50 kg) shall be not more than 5 percent of bags in the sample. Also the minus error in none of such bags in the sample shall exceed E.E. 88

89 4 percent of the specified net mass of cement in the bags. In case, the minus error exceeds the percentages herein specified, the entire batch of cement samples shall be rejected iv. In case of a wagon/truck load of 10 to 25 tonnes, the over all tolerance on net mass of cement shall be 0 to +0.5 percent. Any batch of cement not conforming to above tolerances will be rejected Stacking of cement in the Godown shall be done on a layer of wooden sleepers so as to avoid contact of cement bags with the floor; or alternatively scrap of sheets may be used in place of sleepers but these must be placed at least 20 cm above the floor. The bags shall be stacked at least 30 cm clear of the walls to prevent deterioration. The wooden sleepers/scrap GI sheet shall be arranged by the contractor/s at his/their own cost Cement shall be stored in such a manner as to permit easy access for proper inspection. Cement should be stacked not more than ten layers high to prevent bursting of bags in the bottom layers and formation of clods. The stacks of cement bags shall be covered with tarpaulin during monsoons so as to obviate the possibility of deterioration of cement by moisture in the atmosphere. Cement that is set or partially set is not to be used Empty cement bags will be the property of contractor Engineer-in-Charge may also take samples during the course of execution of works and get the cement tested to ascertain its conformity to the relevant IS specifications at contractor/s cost before particular lot is put to use. Frequency of testing shall be as prescribed by the relevant IS Code or as per instructions of Engineer in charge.. Following tests interline shall be carried out:- i. Fineness ii. iii. iv. Compressive strength Initial and final setting time Soundness v. Consistency 8. FINE AND COARSE AGGREGATES Fine and coarse aggregate for all types of concrete work shall conform to I.S-383 (Latest Edition) In addition to the routine tests, special tests of material will be carried out whenever required by the Engineer. The cost of the special tests will be borne by the contractor. Necessary facilities in the form of moulds, cones, scales, materials, labour for casting, curing specimens and such other facilities as per requisite in any standard concrete E.E. 89

90 9. WATER: tests will, in any case, be afforded by the contractor free of cost. Cement for the tests shall be arranged by the contractor at his own cost and no payment shall be made for this The contractor shall be responsible for the arrangements to get the supply of water necessary for the works at his own cost and rates quoted shall also include the cost of water or any other arrangements required to be made for procuring water and leading/ transporting and carrying water to the site of the work irrespective of the distance from the source of water. Canal based water will be used for manufacturing of concrete cement mortar etc. The water shall, however, conform to I.S-456. If water as per prescription of IS-456 is not available then contractor will have to install R.O plant free of cost to obtain the water as per specifications. No extra payment for the same will be admissible at any point of time during the execution or defect liability period later on. However preference will be given to canal waste water meeting requirement of IS-456 Latest Edition. 10. CONCRETING: The design mix concrete of strength as indicated as per approved drawings shall be used for foundation, sub-structure and super-structure of the bridge. The contractor will submit design mix along with the calculations to the Engineer-in-Charge. The design mix will have to be got approved from the Engineer In-Charge before use in the construction The concrete shall be mixed properly in mechanical mixer and shall be of proper consistency. The proper consistency shall be determined by Engineer-In charge through tests that shall be carried out by the contractor/s. The Concreting shall be commenced only after the Engineer-in charge has inspected the shuttering, the placement of reinforcement and passed the same. Cost of concrete moulds and other test shall be borne by the contractor/s The concrete shall be compacted immediately after placing by means of mechanical vibrator of approved quality The mixing time of concrete in mixer will be decided by the Engineer, depending upon the type of work and strength of concrete The contractor shall make adequate arrangements for casting of necessary numbers of cubes and cure and finish them as per direction of Engineer The contractor shall establish laboratory in field and provide the necessary equipments to carryout all preliminary test and working out the grading and proportioning of aggregate, assessing the moisture content, casting and testing of cubes etc., in order to obtain and maintain uniform quality of work confirming to codal practices The exposed surface of plain, R.C.C/P.S.C. work shall be rubbed with Carborandum stone and rendered smooth if necessary with cement to leave surface smooth and E.E. 90

91 even. Nothing extra will paid on this account. Cement for the same will be arranged by the contractor/s at his own cost and no payment shall be made The controlled concrete ingredients should be weigh batched in approved type weighbatcher The slump of the approved trial mix shall be measured and this slump shall not be exceeded throughout all the batches of concrete made from the same materials mixed in the same proportion as the trial mixes and used in those parts of the work as instructed Concreting in hot weather: Hot weather is defined as any combination of high air temperature, low relative humidity, and wind velocity tending to impair the quality and properties of fresh or hardened concrete. In hot weather, the contractor shall ensure that the temperature of the concrete at the time of placing does not exceed 30 degree C and that the maximum internal temperature attained during setting does not exceed 75 degree C. The contractor shall provide the effective measures suggested by the Engineer Incharge to protect the concrete from the effects of high temperatures. No concreting in hot weather shall be put in hand until the proposed measures have been approved by the Engineer Concreting in cold weather: Cold weather is defined as the situation existing at the work where either or both of the following conditions exist: i. The air temperature at the time considered is below 5 degree C. ii. The mean daily air temperature over three or more successive days has dropped below 5 degree C. On no account may concrete be placed in contact with frozen ground or for work in contact with ice, snow or frost on the ground or on form work of reinforced concrete shall not be made with frozen materials, Concreting may proceed in cold weather provided special precautions are taken to ensure that the surface temperature of the concrete at the time of placing is not less than 5 degree C. The contractor shall provide the effective measures suggested by the Engineer to take to protect the concrete from the effects of low temperatures and with details of the methods he proposes to use to assess the correct timing at which such protection may be removed. No concreting in cold weather shall be put in hand until the proposed measures have been approved by the Engineer Concrete placed in water: Where any concrete is to be placed in water, the contractor shall submit detailed proposals to the Engineer and shall obtain his approval before commencing the work. The quantity of cement in any concrete placed in water, shall, be increased by 10% so that the free water/cement ratio of the mix is not more than the specified. E.E. 91

92 Concrete shall not be placed in running water or be allowed to fall through water. Concrete shall be placed in water only by means of a bottom opening watertight box or a tremie of a type approved by the Engineer. Bottom-opening boxes shall not be opened until they are resting on the work, and the lower ends of tremies shall always be kept below the surface of freshly placed concrete PRESTRESSING:- As per MORD / MORT&H specification wherever applicable MEASUREMENTS: All work will be paid for at the tendered rates on the basis of actual measurements taken at site. No cognizance will be taken for heights and thickness of structural members over those shown in the plan The gross dimensions of RCC/PSC work exclusive of the thickness of plaster shall be measured for purpose of payment. No deduction shall be made for the volume of reinforcement and for small weep holes for drainage etc. No payment shall be made for plastering over the exposed surface of the RCC/PSC No deduction shall be made for the volume of sectional steel measurement on the cutting edge for the portion embedded in concrete FOUNDATIONS: The bed of open foundations should be made horizontal and sides neatly dressed and in all cases got approved by the Engineer before concrete is laid. If foundations are laid in sandy or clay soil, the variation in levels should not be more than 15mm but in case it is laid on soft rock/boulder studded soil larger variation may be permitted by the Engineer, at his discretion according to condition at site. In no case concrete be laid on a sloping bed. In case of loose pockets the same will have to be filled with lean concrete, as directed by the Engineer, for which no extra payment will be made excepting that cement required for this purpose, will be paid to the contractor as per relevant item It is expected that design of open foundation will suit in all the bridges. Payment for excavation of foundation of all the structures including foundation of pucca side and catch water drains (embedded concrete and masonry portion) and floor of bridges will be made as per relevant item. It will be applicable to all types of soil including all lead and lift, including excavation water requiring pumping and bailing out of water including back filling in 15cm layers with proper watering & ramming. The payment for excavation of foundation will be as per MORT&H/PWD Standard Specification for material and works irrespective of the fact that excavation has been done in slopes and there have been slips etc. or any shoring or shuttering has been done. The surplus earthwork from foundation (quantity of excavation minus quantity of refilling of earth in foundation limited to vertical dimension) should compulsorily be lead to the adjoining filling without any extra payment for loading, unloading, crossing of nallaha/streams, rehandling, dressing the filling irrespective of facts whether surplus earthwork from foundations has been utilized or not. No cognizance for any boulder more than 15 kg and 15 cm in dimension will be taken for purpose of any claim and E.E. 92

93 contractor is free to take away such boulders free of cost after paying due royalty etc. to State Govt. if any. 11. FOUNDATION TRENCHES: The space between the side of the foundation trenches and the masonry/concrete is to be filled with the excavated material well rammed in layers not exceeding 15 cm each layer being watered, rammed and consolidated before the succeeding one is laid. Earth shall be rammed with iron rammers where feasible and with the butt ends of crow bars where rammers cannot be used. Earth used for filling shall be free from salts organic or other foreign matter. All clods of earth shall be broken or removed The foundation of the bridge shall be of well/pile foundations as per drawing supplied by the Department The contractor shall give notice to the Engineer when and as soon as the excavation of any portion of the site for obtaining foundations or bottom whether above or below water has reached the depth and width shown on the drawings. The contractor shall also give further notice to the Engineer whenever any foundation or bottom is ready for inspection and whenever it is necessary to cover up any work in respect of which previous inspection is desired by the Engineer so that the Engineer may inspect the same before it is covered up. No foundations or bottom, of work shall be covered up or filled or built upon without the previous consent of the Engineer. In default of such notice and consent aforesaid the foundation or bottom of work shall on the order of the Engineer be uncovered and any filling put in or work built thereon be removed or pulled down by the contractor at his own cost. 12. TESTING OF MATERIALS: The contactor shall at his own cost arrange and carry out the tests on various types of materials to be used in the work. The tests shall be carry out in Laboratories approved by the Engineer in charge. The frequency of the test and different type of test to be carried out on different materials shall be decided by the Engineer-in-charge. Nothing extra shall be paid on this account. 13. STEEL: Steel shall conform to latest relevant IS specifications. Test certificate for steel before use as per latest relevant IS specifications will be furnished by the contractor at his own cost from the manufacturer or the laboratories approved by the Engineer In-Charge The Engineer in Charge will also take samples during the course of work and get the steel tested to ascertain their conformity to the relevant IS specifications at the contractor/s cost before a particular lot is to be used. Frequency of testing shall be as prescribed by the relevant IS Code or as per instruction of engineer in charge. 14. FINISHING E.E. 93

94 14.1. No plastering shall be done over the exposed surface of RCC/PSC work, special care should be taken in centering and shuttering and casting to ensure good finish, wherever necessary rendering in 1:3 (1 cement: 3 coarse sand) shall be done to the satisfaction of Engineer-In-Charge. Nozzle and form vibrators are to be used for RCC/PSC work. 15. QUALITY CONTROL: The contractor shall arrange to maintain the quality of the work during the operation of construction and shall ensure that the same is maintained as laid down in the specification for road and bridge works of the Ministry of Transport and Highways, Government of India, PWD Specification or as per satisfaction of the Engineer-In- Charge The permissible variation from the specified value shall also conform to these specifications. It shall be sole responsibility of the contractor to arrange for quality control test during the construction as per specification. The Engineer-In-Charge shall be empowered to get the quality control tests done through other agency if required, the cost of which shall be borne by the contractor. 16. SETTING UP FIELD LABORATORY BY CONTRACTOR: The contractor shall set up a field laboratory his own at work site which should be open for use and inspection by the PWD B&R Department at any time. The laboratory shall be equipped with necessary equipments to carry out the various tests such as sieve analysis, compression tests on cubes, slump tests, workability test etc. on aggregate, cement, water and concrete required for acquiring the required quality and standard conforming to codal provisions and Special specifications All the pressures gauges, machines, equipments and other measuring and testing equipments of the laboratory shall be got checked/calibrated regularly as directed by the Engineer and the necessary certificates produced to the Engineer The Contractor shall render all reasonable assistance and help in making the checks and tests. All the equipments, machinery etc. shall be kept in good working conditions Cost of setting up the laboratory, equipping the same, maintaining, conducting all tests on materials and cubes shall be borne by the contractor and nothing extra shall be paid on this account. 17. CURING: All concrete work in cement mortar, plaster, pointing etc., shall be continuously cured for the prescribed period as per direction of the Engineer, Curing of pile caps, top of pier caps and deck slab shall be done by covering the newly laid concrete with gunny bags and keeping them wet constantly for atleast 14 days.. If it is found that the contractor is not observing properly these instructions, the Engineer may get the curing done through another agency, labour without any notice to the contractor at the cost of the contractor. The cost incurred along with incidental charges of 2% and along with supervision charges 12 ½ % of the cost will be debited to the contractor E.E. 94

95 17.2. The curing of all the structural components other than mentioned above, will have to be done by the APPROVED CURING COMPOUND BY THE ENGINEER-IN-CHARGE. It shall be mandatory and no extra cost for the same shall be admissible at any point of time. 18. SUPPLY OF DRAWINGS : Detailed working drawings shall be supplied by the Department during the course of execution subject to compliance to various provisions in the agreements It may clearly be noted that the Engineer in Charge (Const) shall have full power to make alterations in the drawings and to give such further instructions, directions as may appear to him necessary or proposed for the guidance of the contractor and for the official execution and completion and maintenance of the work. 19. Earthwork behind/around abutment, wing/return wall: The earthwork will be done with contractor/s own earth by borrowing the earth from outside the PWD land and the rate quoted will be deemed to be inclusive of all taxes, royalty, loading, unloading, leading, handling and re-handling of earth, all leads, lifts, ascents, descents, crossing of nallahas, streams, tracks, leveling, dressing as a complete jobs in all respects as per specifications indicated in succeeding paras. The earthwork shall be compacted mechanically using heavy compactions as per specifications The contractors shall provide all stakes, ballies, bamboo, strings, pegs and labour for setting out profiles, of embankment required for the correct execution of the work and shall also be responsible to maintain in the proper order. He is also required to provide labour for the setting of the same when called upon to do so. This is deemed to be included in the item rate for the earthwork. The contractor/s shall take necessary precautions to prevent their being removed, altered and disturbed and shall be responsible for the consequence of such removal alterations and disturbance and will take action for their proper reinstatement The contractor shall be liable to set up field laboratory with adequate equipments so as to carry out tests of the soil as per direction of Engineer-in-Charge The contractor shall also be required to provide full assistance for carrying out these tests, i.e. labour and other materials etc. The rates quoted by the contractor deem to have included of this element and nothing extra shall be payable to him on this account Engineer-in-charge, if required may get the soil samples tested from another outside agency as deemed suitable and the cost for the same if any shall be borne by the contractor Before the earthwork is started by the contractor the ground between the line where filling/excavation is to be done for embankments, cuttings and training works shall be cleared of all trees along with the roots, shrubs heavy grass, and under growth of every kind. None of the items of work mentioned in this para will entitle the contractor/s to any extra payment. E.E. 95

96 19.7. The contractor should commence work systematically at one or more points in consultation with the Engineer and should maintain continuous and steady progress to complete the work in continuous length including leveling and dressing Any extra earth deposited on the top and slopes of the formation shall be removed within 48 hours after a written notice. If not complied, the same shall be removed by other means at contractor/s cost. Cost of which shall be recovered from contractor/s bill. The payment shall be made as per designed cross section only It must be clearly understood that the rates are intended to cover the full cost of the finished works. The banks and cuttings are to be correctly dressed to profile with such slopes as specified in each case by the Engineer. The rates for earth work shall also include the following:- i. Site clearance as per specifications including cutting of trees. ii. Benching in side long ground and existing bank The rates also include maintenance of the banks and cutting to correct profile including repairs of all rain cuts, making good earth work due to base settlement, natural or otherwise due to rains etc. In case of filling embankments and removal of silts and slips that may be accumulated in cutting during rains etc Until the final measurements have been recorded and banks/cutting taken over by the Department, the item rate of BOQ and quantities will cover the full cost of finished work of cutting and embankments The following category of soil shall not be permitted. (a) Organic clays, organic silts, peat, chalks and dispersive soils as detailed below:- i. Poorly graded gravels sands with Cu less than 2. ii. Clays and silts of high compressibility i.e. MH, CH 20. CONSTRUCTION JOINTS: A construction joint is defined as a joint in the concrete introduced for convenience in construction at which special measures are taken to achieve subsequent continuity without provision for relative movement. (Hacking of laitance, air jetting and wetting). Location of all construction joints shall be predetermined and got approved from Engineer-in-Charge Construction joints shall be located so as not to impair the strength of the concrete. The position of construction joints and the size of the formwork panels shall be so coordinated that where possible the line of any construction joint coincides with the line of a formwork joint and that in any case all construction joint lines and formwork joint lines appear as a regular and uniform series. E.E. 96

97 20.3. For all exposed horizontal joints and purposely inclined joints, a uniform joint shall be formed with a batten of approved dimensions to give a straight and neat joint line. NOTE: For more details refer relevant I.S./I.R.C. Code (Latest Edition). 21. CONTRACTORS RESPONSIBILITIES FOR TEMPORARY WORKS & MATERIALS The contractor shall from time to time, provide at his own cost all dams, coffer dams, embankments and all other temporary work of whatever nature and temporary materials necessary for the construction, completion and maintenance of works which are the subject of the contract and shall from time to time submit for the information of the Engineer, drawing showing the details, the type and construction of the temporary dams, bridges, embankments and other works which he propose to adopt and construct and the exact position in which he propose to construct and employ them and during the progress of the works he shall if so directed by the Engineer, furnish particulars and drawings of any other temporary works and details or any other temporary materials in use or contemplated to be used by him. He shall be entirely responsible for the sufficiently, security and safety of all dams, coffer dams, bridges, embankments and other temporary works or temporary materials which he may construct and/or employ and for the claims for damages to property or injury to persons arising out of any failure or accident to such dams, coffer dams bridges embankments or other temporary works, or temporary materials from where such cause damage, injury, failure or accident may arise or happen and shall replace, construct, repair and maintenance of the whole of such dams, coffer dams, bridges, embankment or other temporary works or temporary materials until they are certified by the Engineer to be no longer required for the purpose of the contract The contractor shall, before handing over the works or and part thereof to the Department, dismantle and remove all temporary works and temporary materials, but such removal shall not be effected without the previous written approval of the Engineer in Charge and the contractor shall comply with the directions (if any) given by him as to the method or removal and/or disposal. 22. BEARINGS. POT PTFE bearing shall be provided for the girders. The bearings shall be in accordance with the IRC-83 (Pt.III) (Latest Edition) These bearings shall be correctly manufactured according to the approved drawings subject to the permissible tolerances. The bearing shall be got approved from Engineer In-charge prior to placement under the girder. For example (Bearing of METCO, Sanfield ) 23. EXPANSION JOINTS Strip Seal joint shall consist of steel armoured nosing at two edges of joint gap suitably anchored to the deck concrete and a preformed chloroprene elastomer or closed cell foam joint sealer compressed and fixed into the joint gap with special adhesive binder. E.E. 97

98 23.2. The manufacturer/supplier of expansion joint shall be got approved from C.E. (Bridges) prior to placing the order to the Company. Preference will be given to the expansion joint of METCO & SANFIELD. 24. Material steel nosing: The steel nosing shall be of angle section ISA 100x100 conforming to weldable structural steel as per IS:2062. The thickness of legs shall not be less than 12mm. The top face of the angle shall be provided with Bleeder holes of 12mm diameter spaced at maximum 100mm centers so as to ensure that there are no voids in the concrete beneath the angle. 25. Anchorage: The anchorage steel shall conform to IS: 2062 or equivalent. The steel nosing shall be anchored to the deck by reinforcing bars, headed studs or bolts or anchor plates cast in concrete or a combination of anchor plate and reinforcing bars, headed studs or bolts. Anchor bars, studs or bolts shall engage the main structural reinforcement of the deck and in case of anchor plates or anchor loops, this shall be achieved by passing transverse bars through the loops or plates. The minimum thickness of anchor plate shall be 12mm. Total cross sectional area of bars, studs or bolts on each side of the joint shall not be less than 1600 mm sq. per meter length of the joint and the center to center spacing shall not exceed 250mm. The ultimate resistance of anchorage shall not be less than 500 KN/m in any direction. Corrosion protection: All steel section shall be protected against corrosion by hot dip galvanizing or any other approved anticorrosive coating with a minimum thickness of 100 micron. 26. JOINT SEAL: The sealing element shall be a preformed continuous chloroprene or closed cell foam seal with high shear strength, insensitive to soil, gasoline and ozone. It shall have high resistance to ageing and ensure water tightness. The seal should be vulcanized in a single operation for the full length of the joint required for carriage way, kerbs and foot paths, if any. The seal shall cater for a horizontal movement upto 40mm and vertical movement of 3mm. EVAZOTE 380 E.S.P, which is low density closed cell, preformed, non-extruding, cross linked ethylene vinyl acetate polyethylene copolymer form to be used. The seal is bonded to the steel nosing with special bond no.1 subsequent to sand blasting of vertical faces. The physical properties of chloroprene/closed cell foam sealing element shall conform to the following. (a) Chloroprene seal: Shall be preformed extruded multi web cellular section of chloroprene of such a shape as to promote self removal of foreign material during normal service operations. Chloroprene of joints seal shall conform to clause of IRC 83 (Pt.II) and satisfy the properties stipulated in Table 2 of the specifications except in respect of the working movement range of the sealing element which shall be as specified in clause above. Closed cell foam steel: Shall perform non-extruded non cellular section made from low density closed cell, cross linked ethylene vinyl acetate, polyethylene copolymer that is E.E. 98

99 physically blown using nitrogen. The material shall possess properties as indicated in the table. Property Specified value (I) Density kg/cum (ii) Compression set on 25mm 50% compression samples ( ASTM D 3575) for 22 hrs at 23 degree C,2 hour recovery: 13% set. (iii) Working temperature -70 to + 70 deg. C (Iv) Water absorption (total kg/sqm immersion for 3 months) (ASTM D 3575) (v) Tensile strength 0.8 Mpa (vi) Elongation at break (ASTM D 3575) 195 +/- 20% Lubricant cum adhesive: The type and application of material used in bonding the preformed joint seal to the steel nosing and concrete shall be as recommended by the manufacturer/supplier of the seal system. Handling and storage: a) The expansion joint material shall be handled with care and stored under cover. b) All joint material and assemblies shall be protected from damage and assemblies shall be supplied to maintain true shape and alignment during transportation and storage. INSTALLATION: The expansion joint shall be installed by the manufacturer/supplier or their authorized representative, who will ensure compliance of installation procedure and instructions. The dimension of the joint recess and the width of the gap shall conform to the approved drawing. Anchoring steel shall be welded to the main reinforcement in the deck maintaining the level and alignment of the joint. Concreting of pocket/recess shall be done with great care using proper mix conforming to same grade as that of the deck concrete but not less than M35 grade in any case. The water-cement ratio shall not be more than If needed suitable admixtures may be used to achieve the workability. The width of pocket shall not be less than 300mm on either side of the joint. Care shall also be taken to ensure efficient bonding between already cast existing deck concrete and the concrete in the joint recess. At the time of installation, joint shall be clean and dry and free from spoils and irregularities, which might impair a proper joint seal. Concrete or metal surfaces shall be clean, free of rust, laitance, oils, dirt, dust or other deleterious materials. E.E. 99

100 The lubricant cum adhesive shall be applied to both faces of the joint and joint seal prior to installation in accordance with the manufacturer s instructions. The joint seal shall be compressed to the specified thickness for joint opening and ambient temperature at the time of installation which shall be between + 5 to + 35 degree C. The joint seal shall be installed without damage to the seal. Loose fitting or open joints shall not be permitted. Steel nosing system shall be installed in correct camber and alignment of the joint in the recess provided with adequate support bars and loops which shall be welded with the sinusoidal bars of the anchorage system and the exposed reinforcement of the deck slab/psc girder. That recess portion shall be concreted with cement concrete (CC) in accordance with M.O.S.T. specification. The top of expansion joint cc block and top of wearing coat shall be in the same level. The EVAZOTE 380 ESP shall be installed between the angle nosing subsequent to sand blasting and applying BONDER no.1 on vertical faces of nosing angle on curing of concrete. The width of seal is 25% more than the expansion gap so the seal is installed in compressed, state. 27. Acceptance Criteria: All steel elements shall be furnished with corrosion protection system. For the joint seal the acceptance test shall conform to the requirement stipulated in relevant clause. The manufacturer/supplier of the type of joint shall produce a test certificate to this effect conducted in a 5recognized laboratory in India or Abroad. 28. Prior to acceptance 25% of the completed and installed joints, subject to minimum of one joint, shall be subjected to water tightness test. Water shall be continuously pounded along with entire length for a minimum period of 4 hours for a depth of 25mm above the highest point of deck. The width of pounding shall be at least 50mm beyond the anchorage block of the joint another side. The depth of water shall not fall below 25mm anytime during the test. A close inspection of the under side of the joint shall not reveal any leakage. 29. Tests and standards of acceptance: The materials shall be tested in accordance with these specifications and shall meet the prescribed criteria. The manufacturer/supplier shall furnish the requisite certificates from the recognized testing laboratory of India or abroad. The work shall conform to these specifications and shall meet the prescribed acceptance. 30. MACHINERY AND PLANT. E.E. 100

101 30.1. The contractor will be entirely responsible to arrange all necessary machinery, including concrete mixers, vibrators, compressors, pumps, pneumatic equipments, dredges derricks, cranes, service girders, staging, motor vehicles, trailer tools and plants and their spare parts required for sufficient and methodical execution of work and transport them to the site of work. Delay in procurement of such items due to their nonavailability on account of import difficulties or any other cause whatsoever, will not be taken as excuse for slow or non-performance of the work. Safety of plants and machinery will be the responsibility of the contractor and for any loss due to any cause or wash away in flood, or otherwise no claim will be entertained on this account whatsoever. 31. SAFETY OF MEN AT WORK SITE: During execution of the work, contractors shall ensure that all safety precautions are taken by their men to protect themselves and site to prevent any untoward incident. In this regard contractor will ensure that adequate number of safety helmets, safety belts, safety jackets with reflective arm band, rope, ladders, emergency light etc are available at site before the work is actually started. The above list is only indicative and is not exhaustive and safety item will be arranged as per the requirement. Engineer reserves the right to stop the work in the absence of proper safety gear and no claim shall be entertained in this regard. Decision of Engineer in Charge will be final and binding upon the contractor. The cost of all the safety gear is deemed to have been included in the rates quoted and nothing extra is payable under this contract. 32. The quoted rates of piles will be deemed to have included the cost of test piles (inclusive of material, concrete, steel reinforcement, installation of pile, T&P, machinery Etc. and initial load testing) complete in all respect. Nothing Extra will be paid for the same. 33. The water to be used for concrete work, curing and earth work etc. shall be potable water as per IS-456. If suitable water is not available at site of work then R-O Plant of minimum capacity of 1000 Ltrs per Hour will have to be installed by the contractor free of cost to procure suitable water as per norms in his own interest. Nothing extra will be paid for the same. 34. Curing of all the components of ROB will have to be done with Two coats of curing compound (with pigment) of approved brand by the Engineer-in-charge to ensure the achievement of full compressive strength in own interest of contractor. It will be mandatory and nothing Extra will be paid for the same. This condition will over-rule the condition states elsewhere in the bidding document whereas relevant and applicable. 35. All the safety arrangements including barricading, caution tapes, boards, signage s, retroreflective boards, lighting arrangements etc. will have to be strictly ensured by the contractor at his on cost to avoid accident at site of work though out the time period form date of start of work to completion of work. Nothing extra will be paid for the same. 36. The coarse aggregate and fine aggregate to be used for this work will have to be sampled in presence of the S.D.E. -In -Charge of the work for preparing all the job mix formulas of concrete and bituminous works. If during the execution of the work the source of supply of E.E. 101

102 coarse aggregate changes, then the JMF will have to be got revised by the contractor at his own cost and reapproved from the Engineer-in-Charge % Extra Cement will have to be used in the concrete of piling work in addiction to the quantity of cement mentioned in approved job mix formulae for piling work. Nothing extra will be paid for the same. The same should be considered as mandatory in supersession of the MORD / MORT&H specifications. 38. The site of work should be kept neat and clean all the time during the execution of the work. Suitable arrangement will have to be made to provide hindrance free passage to the public and light traffic. Nothing extra will be paid for same. 39. All the repairs noticed after de shuttering of all the components of ROB will have to be immediately attended and made good without any delay to the satisfaction of the Engineer- In-Charge before application of the curing compound. 40. The cover blocks to be used in all the components of ROB will have strictly have to be of the same grade as that of the specified concrete of that component. 41. The available earth from the road way excavation will have to be got tested by the contractor at his own cost. And if the same founds to be suitable for construction of embankment in the retaining wall and service road portion then the same will be used for earth filling and outside earth from borrow area will not be imported. The rates for the item of relaying will be approved by Engineer-in-Charge. 42. All the testing of cement, steel & water will be got done from the Sri Ram Test House, New Delhi as per prescribed norms of MORD / MORT&H specifications and relevant IS/IRC Codes. Firstly the payment for the same will be made by the department on behalf of contractor and there after the same will be recovered from the running bills of contractor as it is, as the same is the liability of the contractor as per MORD / MORT&H specifications. 43. All the segments of raft footing of retaining walls and deck lab will be cured by pond curing for the period mentioned in the IS-456 & IRC-21. No stacking or storing of steel reinforcement, T&P etc. will be allowed on the same before completing the curing period to facilitate the casting of the next segment to the same. 44. No concreting work will be allowed on Sundays and important gazetted holidays. 45. No concreting work will be allowed before 8.00 A.M. and after 7.00 P.M. during the execution period of this work. 46. The contractor will have to submit the work program as per contract agreement by making all planning of material, shuttering arrangements, manpower, availability of labour, power arrangements etc, as per the plan of execution of work as per approved drawings and considering all the site conditions by adopting CPM/ PERT techniques( keeping in view the conditions mentioned at serial no. 14 & 15 as above). The work program once submitted will be considered essence of the project. The contractor will have to strictly adhere to the same. The deviation in the execution of works from the work program will be strictly taken in to account regarding the time extension process, if so required during execution of the project. E.E. 102

103 47. The contractor should visit the site before quoting the rates in the tender and should keep in mind all the site conditions while quoting the rates. 48. The make/brand of POT-PTFE Bearings and Strip Seal Expansion Joints will have to be got approved from the Chief Engineer ( Bridges), by the contractor, before procuring the same. 49. No supply of concrete to any other work of contractor, will be allowed from the batching plant installed by the contractor for this project. 50. If the finishing of different components i.e. pile caps, pier caps, seismic arresters, beaming pedestals, superstructure or any other item is not upto the mark during execution, Engineer may make payments of the same at part rate as per his desertion. No claim of contractor whatsoever in this regard will be admissible at any time during execution and after the completion of project. 51. Correction of defects: - The Engineer shall give notice to the contractor of any defects before the end of defects liability period and routine maintenance which begins at completion as per definition. The defect liability and routine maintenance period shall be extended as long as defects remain to be corrected. Every time notice of a defect is given, the contractor shall correct the defect within the length of time specified by the Engineer-in-Charge s notice. If the contractor has not corrected a defect within the time specified in Engineer-in-Charge s notice, the Engineer will asses the cost of having the defect corrected and the contractor will pay the amount. 52. The contractor shall have to provide a field laboratory fully equipped at work site and hot mix plant for conducting all the relevant tests mentioned in the MORD / MORT&H specification subject to the approval of the Engineer-in-Charge or his representative. The record of such tests is to be maintained in proper register duly signed by the contractor or his representative, which will become the property of the department. The contractor will bear all the running expenses for conducting such tests. All the tests will be carried in the presence of S.D.E-in-charge of the work. All the entries are to be signed by the contractor, S.D.E and J.E-in-Charge 53. The quality control tests will also be done by the department and the material for such tests will be supplied by the contractor free of cost. In case the material is not found upto the requirement, the same will be rejected. 54. Various quality control operation will be maintained as per clause No.901, 902,903 of MORD / MORT&H (Road wing) specified ( 5 th Revision) of 2013/ latest edition as per instruction issued by the MORD / MORT&H from time to time upto date. 55. Contractor shall provide suitable measuring arrangement and leveling instruments of latest quality as approved by Engineer-in-Charge at the site of work. 56. No extra payment on account of quality control measure shall be paid to the contractor. 57. The Engineer-in-charge at his discretion can get any type and Nos. of tests carried out from any other approved laboratory for his satisfaction for which all the expenses incurred would E.E. 103

104 be borne by the agency. The result so obtained from the laboratory would be acceptable/ binding to the agency. 58. The contractor shall be required to provide all such materials / equipments at site to conduct fields tests and to ensure that the quality of material/ item shall be according to the prescribed specification and no payment of any kind such tests shall be made to him. In case the material / item is not found upto mark, the same will be rejected. 59. For cement, bitumen, mild steel and similar other material, the essential tests are to be carried out at the manufactures plant or at laboratories other than the site laboratory. The cost of samples, testing and finishing of test certificates shall be borne by the contractor. He shall also furnish the test certificates to the Engineer. 60. Contractor has to submit the bills ( Running as well as final bill) for payment alongwith quality control test results conducted as per frequency specified in MORD / MORT&H specification. No payment will be made without test result. 61. The contractor will repair the existing failed sub grade/ crust if any before laying LBM/WBM/WMM etc. at his own cost with 300mm depth of earth work of appropriate quality, 500mm GSB & balance BM/LBM/WMM etc. As per existing crust. Efforts will be made to open mouth of GSB at side slopes so that water is drained of. Nothing extra shall be paid on account of this. The cost will be incidental to work and nothing extra is payable. 62. Before executing the work of drain, proper drawing depicting L-section and X-section of drain alongwith its proper disposal will be got approved from Employer in writing. 63. Agency will have to submit to the Engineer-in-charge, the original bills of cement and steel etc. in token of proof of purchase of material alongwith quality control test certificate of manufacture failing which no payment shall be released. 64. Agency will get the material tested from any approved laboratory as directed & whenever required by Engineer in-charge and all liability of testing shall be borne by the agency. 65. The rates are inclusive of cost of traffic management during construction, contractor shall provide road signage, bollards, gunny begs, sheet etc. for safety of traffic during construction period which will be incidental to work. Nothing extra shall be paid on this account. 66. The contractor will supply bills for RCC Hume pipe clearly indicating name of manufacture, date of manufacturing, Lot no etc. These details must painted on the RCC Hume Pipe. The pipe should be ISI marked. The manufacture should give proof for validity of ISI license. In case of non supply of bills, no payment will be released. 67. The contractor himself will arrange all the material such as bitumen, cement steel. Bricks etc. at his own cost. 68. The riding quality of reach after giving treatment of wearing coat will not have roughness more than 2000mm/Km. E.E. 104

105 69. If at any stage, panel of concrete pavement develops cracks /disintegration during defect liability / maintenance period of 5 years, the whole panel be changed by the contractor at his own cost & nothing extra shall be paid. 70. For all RCC/PSC works 90% of the payment shall be made after the casting and remaining 10% will be released after curing of 28 days and making the site good to the satisfaction of Engineer. 71. The contractor shall erect at least two rooms as certified of approx size 3.6m x 3.6m and 2.7 to 3 m height at locations as decided by site incharge, on start of the work upto completion work. The structure shall be reasonable good appearance to the satisfaction of Engineer-in- Charge with minimum required furniture such as tables, chairs and almirah etc. These structures shall remain the property of contractor and nothing extra shall be paid to the contractor by department for this facility. Contractor shall disband these structures on completion of work. 72. Contractor will have to produce license for labour to be engaged on for this work from the Labour Enforcement Officer under contractor labour regulation and abolition act 1970 prior to the commencement of the work failing which payment for the work done will not be made. 73. The agency will notify the date of commencement of work or resumption of work in writing to the Engineer-in-Charge at least three days in advance. Any work done without proper notice will not be accepted and paid for. 74. ACCEPTANCE OF WORK FOR PAYMENT: - The J.E. (Representative of Engineer) in-charge of the work will regularly inspect the work done by the agency. He will notify the SDE in charge in writing whether the quality of work is done satisfactory and acceptable for payment. In case the quality of work is poor he will inform the SDE the reaches / location where work is of poor quality and cannot be accepted. He will also record his observation in respect of poor quality of work in site order book and get the same noted from agency of his representative. The agency will be held fully responsible for delay and avoiding the submission of reports in time in writing. The S.D.E. (Representative of Engineer) in charge on receipt of the report will inspect the work, carryout the test satisfy himself about the quality & quantity of work and submit the report to Executive Engineer (Engineer in charge) to writing. The delay or non-submission of report on the part of S.D.E. will be considered an act of omission & commission in performance of his duty. The S.D.E. In-charge will inspect the work before making measurement & entry into M.B. and send a report to Engineer in charge in writing that he has inspected the work and fully satisfied about the quality and quantity. In case he found the work of poor quality, he will notify the agency and inform the Executive Engineer (Engineer in charge) about it. He will also carry out the tests to conform or satisfy his observations. The Executive Engineer (Engineer in charge) on receipt of report from S.D.E. will inspect the work himself and get the required tests done as per specifications. The work will be rejected if any deficiency is found. The agency will be notified for rejected work. The agency will remove the rejected work completely and relay the same. The entire costs of testing, removing and relaying will be borne by the agency. The Engineer in charge will stop E.E. 105

106 the further work if the agency failed to remove the defective work with in 7 days of notifying the defective work by Engineer. A penalty equivalent to the market value. Tender value which ever is higher of defective work will be imposed by Engineer on the agency for failure to rectify the defective work with in 15 days. 75. CONTRACTOR/S SUPERINTENDENCE AND SUPERVISION:- The Contractor shall provide all necessary superintendence during the execution of the works and as long thereafter as may be necessary for the proper fulfilling of the contractor/s obligations under the contract. The Contractor or a competent and authorized agent or representative approved in writing by the Engineer, which approval may at anytime be withdrawn is to be constantly on the work and shall give his whole time to the superintendence of the same. 76. CERTIFICATE OF COMPLETION OF WORKS:-When the whole of the works have been completed and have satisfactory passed any final test that may be prescribed by the Contract, the Contractor may give a notice to that effect to the Engineer accompanied by an undertaking to furnish any outstanding work during the period of maintenance. Such notice and undertaking shall be in writing and shall be deemed to be a request by the contractor for the Engineer to issue a Certificate of completion in respect of the works. The Engineer shall, within twenty one days of the date of delivery of such notice either issue to the contractor, a certificate of completion stating the date on which in his opinion, the works were completed in accordance with the Contract or give instructions in writing to the Contractor specifying all the works which, in his opinion, requires to be done by the Contractor before the issue of such certificate the Superintending Engineer shall also notify the contractor of any defects in the works affecting completion of the works specified therein. The contractor shall be entitled to receive such Certificate of completion within 21 days of completion to the satisfaction of the Superintending Engineer of the works so specified and making good any defects so notified. 77. PERIOD MAINTENANCE AND DEFECTS LIABILITY:- The Contractor shall be responsible to make good within such period as may be stipulated by the Engineer the defect which may develop or may be noticed during period of defect liability of 60 (sixty) period Months from the certified date of completion and which is attributable to the contractor. All notices of such defect shall be given to the contractor promptly. In case the contractor fails to make good the defects, the Engineer may employ other person to make good such defects and all expenses consequent and incidental there to shall be borne by the contractor, The contract shall not be considered as completed until a defect liability clearance certificate shall have been recommended by the Engineer in Charge and duly approved by the Employer stating that the work has been completed and maintained during defect liability period to his satisfaction. The maintenance certificate / completion certificate shall be given by the Superintending Engineer. A defect is any part of the works not completed in accordance with the contract or distressed developed in the work irrespective of any causes. 78. Sale Tax, Income Tax including surcharge and Labour Cess will be deducted from the contractor bills as per the Government Instructions from time to time. Octroi, royalty, toll tax, local tax on the material as well as services and any other tax levied by Central Government/State Government or Local bodies shall be borne by the tenderer E.E. 106

107 79. In case of any dispute regarding interpretation of any of the above quoted clauses/conditions/ specifications/the decision of Employer will be final and binding on the contractor. 80. STUDY OF DRAWINGS AND LOCAL CONDITIONS; The drawings for the works can be seen in the office of the Executive Engineer, Provincial Division, PWD B&R Br., Palwal. It should be noted by tenderer/s that these drawings are meant for general guidance only and the Department may suitably modify them during the execution of the work according to the circumstances without making the Department liable for any claims on account of such changes The tenderer/s is/are advised to visit the site of work and investigate actual conditions regarding nature and conditions of soil, difficulties involved due to inadequate stacking space, due to built up area around the site, availability of materials water and labour probable sites for labour camps, stores, godowns, etc. They should also satisfy themselves as to the sources of supply and adequacy for their respective purpose of different materials referred in the specifications and indicated in the drawings. The extent of lead and lift involved in the execution of works and any difficulties involved in the execution of work should also be examined before formulating the rates for complete items of works described in the schedule The Engineer in Charge reserves the right to modify the plans and drawings as referred to in the special data and specifications as also the estimate and specifications without assigning any reasons as and when considered necessary by the Department. The rates quoted by the contractor as may be accepted by the Department will, however, hold good irrespective of any changes, modifications, alterations, additions, omissions in the location of structures and detailed drawings, specifications and/or the manner of executing the work It should be specifically noted that some of the detailed drawings may not have been finalized by the Department and will, therefore, be supplied to the contractor as and when they are finalized on demand. No compensation whatsoever on this account shall be payable by the Department No claim whatsoever will be entertained by the Department on account of any delay or hold up of the work/s arising out of delay in approval of drawings, changes, modifications, alterations additions, omission and the site layout plans or details drawings and design and or late supply of such material as are required to be arranged by the Department or due to any other factor on Departmental Accounts. 81. SETTING OUT WORKS The contractor is to set out the whole of the work in consultation with the Engineer or representative of Engineer and during the progress of works to amend on the requisition of the Engineer any errors which may arise there in and provide efficient and sufficient staff and labour thereon. The contractor shall also alter or amend any errors in the dimension lines on level to the satisfaction of the Engineer in Charge or his authorized representative without claiming any compensation for the same. E.E. 107

108 81.2. The contractor shall provide, fix and be responsible for maintenance of all stakes, templates, profiles, land marks, points, burjies, monuments, center line pillars, reference pillars, etc. and shall take all necessary precautions to prevent their being removed altered or disturbed and will be responsible for the consequence of such removal, alterations or disturbances and for their efficient reinstatement The contractor shall protect and support, as may be required or as directed by the Engineer, building, fences, walls, towers, drains, road paths, waterways, foreshores banks, bridges, and overhead electric lighting, the telegraphs/telephones and crossing water service main pipes and cables and wire and altogether matters and things of whatever kind not otherwise herein specified other than those specified or directed to be removed or altered which may be interfered with or which is likely to be affected disturbed or endangered by the execution completion of maintenance of the works and shall support provided under this clause to such cases as directed by the Engineer. No payment shall be made by the Department to the contractor for these works on account of delay for re-arrangement of road traffic or in the contractor having to carry out the short lengths and in such places as per conditions and circumstances may warrant. These will not form the basis of any claim and or dispute for compensation of any kind. 82. NIGHT WORK If the engineer is satisfied that the work is not likely to be completed in time except by resorting to night work, he may order without confirming any right on the contractor for claiming any extra payment for the same. However in general no concreting work will be allowed at night. 83. DISPOSAL OF SURPLUS EXCAVATED MATERIALS The contractor shall at all time keep the site free from all surplus earth, surplus materials, and all rubbish which shall arise from the works and should dispose of the surplus excavated materials as ordered by the Engineer In Charge failing which it will be done at the cost of contractor and cost will be deducted from his dues The contractor shall within 15 days of completion of entire works remove all unused and surplus materials tools and plants staging and refuge or other materials produced by his operations and shall leave the site in a clear and tidy conditions. 84. SITE INSPECTION REGISTER A site inspection register will be maintained by the Engineer or his representative in which the contractor will be bound to sign day to day entries made by the Engineer or his representative. The contractor is required to take note of the instructions given to him through the site inspection register and should comply with the same within a reasonable time. The contractor will also arrange to receive all the letters etc. issued to him at the site of works The contractor shall, from time to time (before the surface of any portion or the site is interfered with or the work thereon begun) take such levels as the Engineer E.E. 108

109 may direct in his presence or any person authorized by him in writing. Such levels approved and checked by him or such authorized persons shall be recorded in writing and signed by the contractor and shall form the basis of the measurements. Immediately before any portion of the work, below water level is started the existing water levels are to be taken and recorded in a similar manner The contractor shall have to make and maintain at his own cost suitable approach road and path etc. for proper inspection of the various works. He shall also provide all facilities as required by the Engineer in Charge such as ladder and other appliances for satisfactory inspection of the works and places where materials for the work are stored or prepared. 85. OPENING UP OF WORK OR MATERIALS FOR INSPECTION OR TEST: Should the engineer or any representative consider it necessary for the purpose of enabling inspection of tests analysis to be made to verify or ascertain the quality of any part of the works or of any materials, the contractor shall as and when required by the Engineer or his representatives open up the work or materials for inspection or test or analysis, pull down or cut into any part of the work to make such openings, into under or through any part of the works as may be directed and shall/provide all things facilities which in the opinion of the Engineer or his representative are necessary and essential for the purpose of inspection or test or analysis of the works or of any part thereof or the materials, or of workmanship and the contractor shall close up, cover, rebuild and make good the whole at his own cost, as and when directed by and to the satisfaction of Engineer in charge. 86. PROVISION OF LIGHT SIGNALS ETC The contractor/s shall make such provision for lighting the works, materials and plant and provide all such marks and lights, signals and other appliances as may be necessary or as may be required by the Engineer or other responsible authorities during the execution completion and maintenance of the work and shall provide all labour, stores, etc., required for their efficient working and use at any time of day or night. He/they shall also provide all arrangement of every description of watching and maintenance required in connection with foregoing and all other services for protection of any securing all dangerous places whether to the contractor/s workmen or to other persons and or vehicular traffic until the work is certified by the Engineer in Charge to have been completed and taken over in accordance with the contract The contractor/s will provide upon the works to the satisfaction of the Engineer and at such, places as he m5ay nominate, proper and sufficient life saving, fire fighting and first aid appliances which shall at all times be available for use. 87. LABOUR CAMP Land for setting up a workshop by the contractor or for his labour camp or for any other purpose, shall have to be arranged by the contractor at his own cost and under his own arrangements. The contractor, however, will be permitted to make use of the PWD land to the extent that can be made available to him free of cost, by the Department in E.E. 109

110 the vicinity of the site of works. The contractor/s shall at all times be responsible for any damage or trespass committed by his agent and workmen for carrying out the work. 88. The Engineer in Charge may recommend to the concerned authorities the issue of necessary transport permits for the work. The contractor shall, however, furnish full justification for the above facilities, to enable the Department to address the State Government or other authorities in this connection. The contractor shall also maintain regular log book of receipts and issue of the materials to work, if so required by the Civil Authorities. No claim would, however, be entertained by the non-issue of any priority permits or owing to any interruption in supply. 89. No claim for idle labour and or idle machinery etc. on any account will be entertained. Similarly no claim shall be entertain for business loss or any such loss. 90. For cross drainage Structures/ Bridges the work will be carried out during routine closure of Irrigation Department and no special closure will be arranged. E.E. 110

111 Section 5 (Cont d) Drawings E.E. 111

112 E.E. 112

113 E.E. 113

114 E.E. 114

115 E.E. 115

116 E.E. 116

117 E.E. 117

118 E.E. 118

119 E.E. 119

120 E.E. 120

121 E.E. 121

122 E.E. 122

123 E.E. 123

124 E.E. 124

125 E.E. 125

126 E.E. 126

127 E.E. 127

128 E.E. 128

129 E.E. 129

130 E.E. 130

131 E.E. 131

132 E.E. 132

133 E.E. 133

134 E.E. 134

135 E.E. 135

136 E.E. 136

137 E.E. 137

138 E.E. 138

139 E.E. 139

140 E.E. 140

141 E.E. 141

142 Section 6 Form of Bid Notes on Form of Bid The Bidder shall fill in and submit this Bid form with the Bid. [Date] To Address : Superintending Engineer, Gurgaon Circle, PWD B&R Br., Gurgaon Gurgaon Circle, PWD B&R Br., Gurgaon Description of the Works: Improvement of Road by providing widening strengthening on Mehshpur to Rajpura via Badha, Aharwan, Durgapur km 0 to 8.54 in Palwal District [PMGSY-II] [ HR-21-03] [including long span bridge on Gaunchi Main Drain] Identification Number of the Works: [PMGSY+II] [HR-21-03] 1. I/ We offer to execute the works described above and remedy any defects therein, and carry out the routine maintenance in conformity with the Conditions of Contract, specifications, drawings, Bill of Quantities and Addenda for a) item Rate Contract (Total Bid Price) (in figures) (in words) 2. We undertake to commence the works on receiving the Notice to Proceed with work in accordance with the contract documents. 3. This Bid and your written acceptance of it shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any Bid you receive. We hereby confirm that this Bid complies with the Bid validity and Earnest money required by the bidding documents and specified in the Appendix to ITB. Authorized Signature: Name and Title of Signatory: Name of Bidder: Authorized Address of communication: Telephone No.(s): Office:. Mobile No. :. Facsimile (FAX) No.:. Electronic Mail Identification ( ID):. E.E. 142

143 Section 7. Bill of Quantities Preamble 1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, Conditions of Contract, Specifications and Drawings. 2.1 For the construction of works, the quantities given in the Bill of Quantities are estimated, and are given to provide a common basis for bidding. The basis of payment will be the actual quantities of work ordered and carried out, as measured by the Contractor and verified by the Engineer and valued (a) at the rates and prices tendered in the Bill of Quantities in the case of item rate tenders; and (b) at percentage rate above or below or at par of the Schedule of Rates as tendered by the contractor. 2.2 For the routine maintenance of roads, there is lump sum provision for each year of maintenance. The payments will be based on satisfactory performance of routine maintenance activities. 3. The rates and prices tendered in the priced Bill of Quantities shall, except in so far as it is otherwise provided under the Contract, include all constructional plant, labour, supervision, materials, erection, maintenance, insurance, profit, taxes and duties, together with all general risks, liabilities and obligations set out in the Contract. 4. Arithmetic errors will be corrected by the Employer pursuant to Clause 26 of the Instructions to Bidders. 5. When percentage rate tenders are invited, the Bill of Quantities will show in the bidding documents the rates used for different items. 6.In case of any discrepancy in the Unit mentioned in BOQ the Unit in MORD/MORTH/HSR shall prevail and bidders may quote rates accordingly. E.E. 143

144 Bill of Quantities for item rate bids Sr. No. Description of item Quantity Unit Rates to be quoted by the agency 1. Scarifying 20mm thick old Premix Carpet by appropriate machine/ roller including picking up scarified material and stacking old useful material in PWD store/ Site as per direction of Engineer-in-Charge (NS) and Scarified material will be handed over to the Department after proper stacking as per direction of Engineer-in-Charge 2. Earth work in cutting for widening the roads conforming to clause 302 of MoRD specification for Rural roads 2004 including construction of embankment with surplus earth. 3. Earth work in cutting for structure the roads conforming to Clause 305 of MoRD specification for Rural Roads , and construction of embankment from earth into embankment construction / road land. 4. Preparation of sub-grade before laying paving material [conforming to clause 301of MoRD specifications for Rural Roads ). 5. E/Work in berms / sub grade in New construction including berm, junction of ramps with soil minimum CBR of 8% obtained from borrow pit with all lead and lift transporting to site, spreading, grading to required slow and compacted to meet requirement of table of MoRT&H specification Class No The finished road surface will be as per typical X-section. At no place, sub grade of raised road will be less than 1.00 mtr above adjoining NSL. NSL for a block of 100mtr will be worked as mean of 6 levels taken on 20 m center to center length of road. These six levels are at three location on both side one at edge row. Other at 5 m and 10 m away from row. In case the quantity of earth work calculated with NSL and finished level found to be less than cum. Then actual quantity (less than cum) will be paid. In case quantity worked out to be more than cum, then only cum will be paid Excess quantity shall be incidental to work and nothing extra will be paid. Note: If soil of CBR 8% is not available then the agency will do appropriate stabilization as per IRC SP as approved by SE-In-Charge and nothing extra shall be paid on this account and it will be incidental to work. No earth work will be allowed from PWD land 6. Providing, laying, watering and compacting COARSE-graded (Grading I i.e. max. aggregate size 75mm) GRANULAR SUB- BASE, to specified lines, grades, cross-sections and density; finished work to be measured [conforming to clause 401 of MoRD Specifications for Rural Roads ] 7. Providing, laying, watering and compacting COARSE- graded (Grading III i.e. max. aggregate size 26.5mm) GRANULAR SUB- BASE, to specified lines, grades, cross-sections and density; finished work to be measured [conforming to clause 401 of MoRD Specifications for Rural Roads Sqm (Per Square Metre) Cum (Per Cubic Metre) Cum (Per Cubic Metre) Sqm (Per square Metre) Cum (Per Cubic Metre) Cum (Per Cubic Metre) Cum (Per Cubic Metre) E.E. 144

145 Sr. No. Description of item Quantity Unit Rates to be quoted by the agency 8. Providing, laying and compacting WET MIX MACADAM of 250/435 mm thick to be laid with paver in two layers to specified lines, grades and cross sections, finished work to be measured; all inclusive [conforming to clause 406 of MoRD Specifications for Rural Roads ] NOTE : Only crushed stone material should be used no local earth/ sand shall be used 9. Providing Prime Coat of SS-1 grade (slow setting; conforming to IS ) bitumen emulsion using 0.70 kg per sqm; all inclusive including cleaning the surface with compressor & brooms [conforming to clause 502 of MoRD Specifications for Rural Roads ] 10. Providing tack coat of VG-10 Bitumen using 0.25 kg per sqm; all inclusive including clearing and blowing dust off the surface using a compressor & brooms [Conforming to clause 503 of MoRD specification ] 11. Providing and laying 50mm thick compacted thickness of Bitumenous Macadam (BM) in one layer by hot mix plant with bitumenous binder 3.3% by weight of total mix. Transporting the hot mix to work site, laying with a hydrostatic paver finisher with sensor control to the required grade, level and alignment, rolling with smooth wheeled vibratory and tandem rollers to achieve the desired compaction as per MORD specification Clause No. 504 complete in all respect. If bitumen required is more than 3.3% as per job mix formula, no extra payment will be made, extra bitumen required will be considered as incidental to work. 12. Providing, laying with hydrostatic paver finisher with sensor control and compacting 20mm thick (compacted) open-graded PRE-MIX CARPET using VG-10 grade kg per sq m of road, stone chippings: 13.2mm and 11.2mm cu m per sq m of road: complete but excluding primer/tack coat, [conforming to clause 508 of MoRD Specifications for Rural Roads ] (including waste plastic material to the extent of 8% of bitumen) by weight as per IRC SP: Providing, laying and compacting pre-mixed SEAL COAT (type- B) using 80/100 grade 0.68 kg per sq m of road, 2.36mm to 180 micron size cu m per sq m of road; all inclusive [conforming to clause 510 of MoRD Specifications for Rural Roads ] 14. Construction of un reinforced, dowel jointed, plain cement concrete pavement M-30 over a prepared sub base with 43 grade 400kg per cum,coarse and fine aggregate conforming to IS : 383, maximum size of coarse aggregate not exceeding 25 mm mixed in a batching and mixing plant as per approved mix design, transported to site, laid with a paver, spread, compacted and finished in a continuous operation including provision of contraction, expansion, construction and longitudinal joints, joint, sealant primer, joint sealant, deboning strip, dowel bar, tie rod, admixture as approved, curing compound, finishing to lines and grades as per drawing design as per MORT&H specification Cum (Per Cubic Metre) Sqm (Per square Metre) Sqm (Per square Metre) Cum (Per Cubic Metre) Sqm (Per square Metre) Sqm (Per square Metre) Cum (Per Cubic Metre) E.E. 145

146 Sr. No. Description of item Quantity Unit Rates to be quoted by the agency Clause No.602. Only canal based water conforming to specification mentioned in IS-456 shall be used. (i) Sealant should be used of Forsroc / Pidilite. (ii) Admixture should be used for Forsroc. (iii) If dowel bars are not provided then the rates of the same should be reduced accordingly. 15. Providing, assembling, placing and maintaining till concreting HIGH STRENGTH DEFORMED STEEL BARS, Fe-500 GRADE (conforming to IS: ), for RCC work, reinforcements including cost of binding-wires [conforming to clause 1000 or 1200 of MORD specifications-2004] (Only steel of TATA /TISCO /RINL make shall be used.) 16. M-7.5 grade NOMINAL mix cement CONCRETE cast in-situ with nominal max. size of STONE aggregates 40mm, [total mass of dry aggregated (coarse & fine) 625 kg (max.) and water 45 kg (max.) per 50 kg of cement], including curing but excluding cost of form-work & reinforcements. [conforming to section 800 of MoRD specifications for Rural Roads ] Only canal based water confirming to specification mentioned in IS-456 shall be used 17. M-10 grade NOMINAL mix cement CONCRETE cast in-situ with nominal max. size of STONE aggregates 20mm; [total mass of dry aggregated 480 kg (max.) and water 34 kg (max.) per 50 kg of cement], including curing but excluding cost of form-work & reinforcements. [conforming to MoRD specifications for Rural Roads ] 18. Design mix cement concrete of grade M-15 with minimum cement contents 315 Kg./cum in foundation and plinth. (HSR 10.64) (Only canal based water confirrming to specification mentioned in IS-456 shall be used.) 19. Construction of dry lean cement concrete Sub-Base over a prepared Sub-Grade with coarse and fine aggregate conforming to IS:383, the size of coarse aggregate not exceeding 25mm, aggregate not exceed 15:1, aggregate gradation after blending to be as per Table 600-1, cement content not to be less than 150kg/cum, optmum moisture content to be determined during trail length constuction, concrete strength not to be less than 10 Mpa at 7 days, mixed in a batching plant, transported to site, laid with a paver with electronic sensor, compacting with 8-10 tonne vibratory roller, finishing and curing. 20. Design mix cement concrete of grade M-20 with minimum cement contents 405 Kg./cum in foundation and plinth (HSR 10.65) (Only canal based water confirming to specification mentioned in IS-456 shall be used.) 21. Brick masonry in 1 cement : 4 Coarse sand mortar, with First class (100A) bricks, in sub structure and superstructure Conforming to MORD specifications for Rural Roads 2004] Only canal based water confirrming to specification mentioned in IS-456 shall be used mm thick PLASTER in 1 cement : 4 sand mortar, on walls [conforming to MoRD specifications for Rural Roads ] Ton (Per Metric Ton) Cum (Per Cubic Metre) Cum (Per Cubic Metre) Cum (Per Cubic Metre) Cum (Per Cubic Metre) Cum (Per Cubic Metre) Cum (Per Cubic Metre) Sqm (Per square Metre) E.E. 146

147 Sr. No. Description of item Quantity Unit Rates to be quoted by the agency 23. Ruled POINTING in 1 cement : 2 sand mortar on BRICK WALLS [conforming to MoRD specifications for Rural Roads ] 24. Providing 40mm thick CONCRETE FLOORING in M-15 nominal mix (max. size of aggregate : 20mm nominal) Concrete, finished with a floating coat of neat cement [conforming to MoRD specifications for Rural Roads ] 25. Brick-on-edge flooring laid in cement sand mortar 1:4 on 75 mm thick cement 1:8:16 and 100 mm sand filling and cement pointed 1:2 on top. (HSR 14.23) (Only canal based water conforming to IS 456 to be used.) 26. Providing and laying 600mm dia RCC Hume Pipe NP3 (ISI marked); including fixing collars with 1 cement : 2 sand mortar; [conforming to clause 2900 of MORTH specifications ] 27. M-30 grade DESIGN mix CONCRETE of HIGH WORKABILITY, (slump over 100 mm) cast in-situ, W/C ratio not over 0.40, cement content not less than 400 kg per cu m, nominal max. size of STONE aggregates 20mm; WEIGH- BATCHING; including curing but excluding cost of form-work & reinforcements [conforming to MoRD specifications for Rural Roads ] 28. M-35 grade DESIGN mix CONCRETE of HIGH WORKABILITY, (slump over 100 mm) cast in-situ, W/C ratio not over 0.40, cement content not less than 400 kg per cu m, nominal max. size of STONE aggregates 20mm; WEIGH- BATCHING; including curing but excluding cost of form-work & reinforcements [conforming to MoRD specifications for Rural Roads ] 29. M-35 grade DESIGN mix CONCRETE of HIGH WORKABILITY, (slump over 100 mm) cast in-situ, W/C ratio not over 0.40, cement content not less than 400 kg per cu m using Portland Slag Cement (Revised IS 155: 1995) for concrete surface expose to sulphate conditions, nominal max. size of STONE aggregates 20mm; WEIGH-BATCHING; including curing but excluding cost of form work & reinforcements [conforming to MoRD specifications for Rural Roads ] in foundation and plinth 30. Providing weep holes in brick masonry / Plain / Reinforced concrete abutment, wing wall/return wall with 100 mm dia AC pipe, extending through the full width of the structure with slope of IV :20H towards outer face. Complete as per drawing and technical specifications as per clause 2706 & 2200 of MoRT&H specification (MoRT&H no.13.8) 31. Providing and laying of filter media with granular materials / stone crushed aggregates satisfying the requirements laid down in clause of MORTH specifications to a thickness of not less than 600 mm with smaller size towards the soil and bigger size towards the wall and provided over the entire surface behind abutment, wing wall and return wall to the full height compacted to a firm condition complete as per drawing and technical specification as per clause of IRC:78 and 2200 of MoRT&H specification (MoRT&H no ) Sqm (Per square Metre) Sqm (Per square Metre) Sqm (Per square Metre) Metre ( Per Metre) Cum (Per Cubic Metre) Cum (Per Cubic Metre) Cum (Per Cubic Metre) 36 Each Cum (Per Cubic Metre) E.E. 147

148 Sr. No. Description of item Quantity Unit Rates to be quoted by the agency 32. M-40 grade DESIGN mix CONCRETE of HIGH WORKABILITY, (slump over 100 mm) cast in-situ, W/C ratio not over 0.40, cement content not less than 400 kg per cu m, nominal max. size of STONE aggregates 20mm; WEIGH- BATCHING; including curing but excluding cost of form-work & reinforcements [conforming to MoRD specifications for Rural Roads ] 33. Providing and fixing 65mm dia hand rail over the crash barrier kerb consisting of MS base plate, embedded fastener and nuts. MS vertical plates and pipes etc, as shown in the drawings and as per specifications and painting the same with 3 or more coats of paints. All the railing components as mentioned above to be hot dip galvanized with a zinc coating of at least 175 gm/sqm. Item to include all incidental works required to complete the work as per the directions of the Engineer-in-charge. (N.S) 34. Providing and laying bituminous concrete with TPH batch type HMP producing an average output of 75 tonne per hour using crushed aggregates of specified grading, premixed with bituminous 5% percent by weight with CRMB-55 grade of tatal mix and filler, transporting the hot mix to work site, laying with a hydrostatic paver finisher with sensor control to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MORT&H specifications Clause-509 complete in all respect 35. Providing and laying 25mm thick mastic asphalt wearing course with paving grade bitumen VG-40 meeting the requirements given in table , prepared by using mastic cooker and laid to required level and slope after cleaning the surface, including providing antiskid surface with bitumen precoated fine-grained hard stone chipping of 13.2 mm nominal size at the rate of cum per 10 sqm and at an approximate spacing of 10 cm center to center in both directions, pressed into surface when the temperature of surfaces not less than C, protruding 1 mm to 4 mm over mastic surface, all complete as per clause 515 of MoRT&H specification (MoRT&H no. 5.14) 36. Drainage spouts complete as per drawing and techincal specification as per clause 2705 of MoRT&H specification (MoRT&H no. 14.9) 37. Providing and fixing in position 20mm thick premoulded joint filler in expansion joint for fixed ends of simply supported spans not exceeding 10m to cater for a horizontal movement upto 20 mm covered with sealant complete as per drawing and technical specification as per clause 2605 of MoRT&H specification (MoRT&H no (iii)) 38. Painting two coats after filling the surface with synthetic enamel paint in all shades on new plastered concrete surfaces as per clause of 803 of MoRT&H specification (MoRT&H no. 8.8) 39. Providing and laying 1000mm dia RCC Hume Pipe NP4 (ISI marked); including fixing collars with 1 cement : 2 sand mortar; [conforming to clause 2900 of MORTH specifications ] Cum (Per Cubic Metre) Per running metre Cum (Per Cubic Metre) Sqm (Per square Metre) 6 Each Per Metre Per Square Metre Metre ( Per Metre) E.E. 148

149 Sr. No. Description of item Quantity Unit Rates to be quoted by the agency 40. Removing all types of Hume pipe and stacking with in a lead of 1000 metres including earthwork and Dismantling of Masonry works as per clause 202 of MoRT&H specification (MoRT&H 2.4 (ix) (C)) (C) Above 900mm dia (From Diversion after completion of work) 41. Dismantling of existing structures like culverts, bridges, retaining walls and other structure comprising of masonry, cement concrete, wood work, steel work, including T&P and scaffolding wherever necessary, sorting the dismantled material, disposal of unserviceable material and stacking the serviceable material with all lifts and lead of 1000 Metre (MoRT&H 2.4 (ii) (B)) as per clause Dismantling of existing structures like culverts, bridges, retaining walls and other structure comprising of masonry, cement concrete, wood work, steel work, including T&P and scaffolding wherever necessary, sorting the dismantled material, disposal of unserviceable material and stacking the serviceable material with all lifts and lead of 1000 Metre (MoRT&H 2.4 (i) (B)) as per clause 202 B) C.C. Grade M-15 & M Dismantling of existing structures like culverts, bridges, retaining walls and other structure comprising of masonry, cement concrete, wood work, steel work, including T&P and scaffolding wherever necessary, sorting the dismantled material, disposal of unserviceable material and stacking the serviceable material with all lifts and lead of 1000 Metre (MoRT&H 2.4 (i) (C)) )) as per clause 202 C) C.C. Grade M-20 & Above 44. Dismantling lime concrete/ cement concrete grade M-10 and below (MoRTH&H 2.4 (i) (A) )) as per clause Providing & fixing 5th km. Stone made of concrete as per specified design conforming to MoRD specification no. 1703; all inclusive, including cost of concrete, fixing, painting writing etc. [conforming to MoRD specifications for Rural Roads ] Per Metre Cum (Per Cubic Metre) 5.61 Cum (Per Cubic Metre) Cum (Per Cubic Metre) Cum (Per Cubic Metre) 1 Each 46. Providing & fixing Kilometer Stone made of concrete as per specified design conforming to MoRD specification no. 1703; all inclusive, including cost of concrete, fixing, painting writing etc. [conforming to MoRD specifications for Rural Roads ] 7 Each 47. Providing & fixing 200m Stone made of concrete as per specified design conforming to MoRD specification no. 1703; all inclusive, including cost of concrete, fixing, painting writing etc. [conforming to MoRD specifications for Rural Roads ] 48. Providing & fixing Boundary Pillar made of concrete as per specified no. design conforming to MoRD specification no. 1703; all inclusive, including cost of concrete, fixing, painting writing etc. [conforming to MoRD specifications for Rural Roads ] 34 Each 154 Each E.E. 149

150 Sr. No. Description of item Quantity Unit Rates to be quoted by the agency 49. Providing and marking center line/ side line/ give way line/zebra crossing and arrow etc. with hot applied thermo plastic road marking paint 10cms wide complete in all respects such as furnishing all labour, materials, tools, equipments including all incidental costs necessary for carrying out the work at site conforming to the technical specification clause No of MORT&H specification for road and bridge works 4th revision) of 2011/ latest edition. 50. Construction of RCC foundation for providing MS Tublar structure for cantilever over head signage, the cement concrete mix to be in ration 1:2:4 and that of lean to be in ration of 1:3:6. The work will be carried out as per clause No.802/1000/1700 and 2002 of MORT&H specification for road and bridge works (5th revision) of 2001 latest edistion, as per approved drawing as directed by the Engineer-in charge, complete in all respect (as per drawing attached at Page No 148) 51. Fabrication, supply and erection of MS Tublar type overhead structure for installation of retro reflective boards as per clause No. 802/1000/ 1900 of MORT&H specification for road and bridge works (5th revision) of 2001 / latest edition as per approved drawing as directed by the Engineer-in-Charge, complete in all respect. (as per drawing attached at Page No139) 52. Manufacturing, supplying and fixing of high intensity retro reflective signage made out of 2mm thick aluminum sheet face to fully covered with encapsulated lens retro reflective sheeting of high intensity grade in blue / green colour classification conforming to IRC code of practice for road signs IRC standard letters and numerals of different height for use on highways signs as per clause No. 800 of MORT&H specification for road and bridge works (5th revision) of 2001/latest edition. The reflecting sheeting shall be adhered to the base substrate by heat lump vacum application process. The board shall have back support frame of MS angle of size 35x35x5mm. The boards are to be fixed at the overhead structure as perdrawing as directed by the Engineer-in-charge, complete in all respect. Contractor will supply warranty for sheeting Clause Turfing slopes of new banks with rough grassing including preparation of ground, supplying and planting doob grass roots, at 15 cm apart, supplying and spreading farm-yard manure at the rate of 0.18 cum per 100 sqm. (HSR 33.13) Sqm (Per square Metre) 2 Each 2 Each 36 Sqm (Per square Metre) Sqm (Per square Metre) E.E. 150

151 Sr. No. Description of item Quantity Unit Rates to be quoted by the agency 54. Supplying and installation of delineators (road way indicators, hazard markers, object markers), cm high above ground level, painted black and white in 15 cm wide strips, fitted with 80 x 100 mm rectangular or 75 mm dia circular reflectorised panel 55. Providing and making Speed Breakers as per Standard Design including painting complete in all respect as desired by Engineerin-Charge 56. Providing & fixing village boards as per specific design all inclusive including fabrication, foundation fixing painting, lettering compete in all respect. 57. Shuttering for faces of concrete foundation and foundation beams (vertical or battering) (HSR 9.13) 58. Centring and shuttering for faces of walls, partitions, retaining walls, well steining and the like (vertical or battering) including attached pilasters, buttresses etc. (HSR 9.5) 59. Centring and shuttering for faces of walls, partitions, retaining walls, well steining and the like (vertical or battering) including attached pilasters, buttresses etc. when curved (HSR 9.6) 60. Centring and shuttering for flat surfaces such as suspended floors, roofs, landins, chhajjas, shelves etc. inlination not exceeding 25 degree with horizontal (HSR 9.1) 61. 1st Year Routine Maintenance as per General Condition of contract nd Year Routine Maintenance as per General Condition of contract rd Year Routine Maintenance as per General Condition of contract th Year Routine Maintenance as per General Condition of contract th Year Routine Maintenance as per General Condition of contract. 66. Ist Year annual maintenance of bridge as per General Condition of contract 67. IInd Year annual maintenance of bridge as per General Condition of contract 68. 3rd Year annual maintenance of bridge as per General Condition of contract 69. 4th Year annual maintenance of bridge as per General Condition of contract th Year annual maintenance of bridge as per General Condition of contract 120 Each 15 Each 8 Each Sqm (Per square Metre) Sqm (Per square Metre) 8.76 Sqm (Per square Metre) Sqm (Per square Metre) 8.54 Km 8.54 km 8.54 km 8.54 Km 8.54 Km 1 Each 1 Each 1 Each 1 Each 1 Each E.E. 151

152 E.E. 152

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW Chandigarh Industrial & Tourism Development Corporation Limited Regd Office: SCO 121-122, Sector 17-B, Chandigarh 160017 Phone No. 0172 4644430-31-32-33-34, 2704761, Fax No. 0172-4644441 Email: info@citcochandigarh.com,

More information

Disable friendly Washrooms at hostel blocks (A & E)

Disable friendly Washrooms at hostel blocks (A & E) Telephone: 080-26993580 080-26993360 Fax:080- :26584050 Email: anil.sj@iimb.ernet.in : shivakumar.k@iimb.ernet.in TENDER NOTICE: 16 th February 2015 E.M.D (Rs.) TO BE SUBMITTED ALONG WITH TENDER Tender

More information

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II MACHAKOS UNIVERSITY COLLEGE ISO 9001:2008 Certified (A Constituent College of Kenyatta University TENDER DOCUMENT FOR THE PROPOSED CONSTRUCTION AND COMPLETION OF BUILDING AND CIVIL ENGINEERING WORKSHOPS

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

GOVERNMENT OF HARYANA PUBLIC WORKS DEPARTMENT (B&R) OFFICE OF THE EXECUTIVE ENGINEER PROVINCIAL DIVISION NO.2 P.W.D. B&R BR.

GOVERNMENT OF HARYANA PUBLIC WORKS DEPARTMENT (B&R) OFFICE OF THE EXECUTIVE ENGINEER PROVINCIAL DIVISION NO.2 P.W.D. B&R BR. GOVERNMENT OF HARYANA PUBLIC WORKS DEPARTMENT (B&R) OFFICE OF THE EXECUTIVE ENGINEER PROVINCIAL DIVISION NO.2 P.W.D. B&R BR., ROHTAK DETAILED NOTICE INVITING TENDER Name of work Estimated cost Time Limit

More information

Tender Document Fees in Rs. Date of Issue of Tender Document 1000/- 25/09/ /10/2015

Tender Document Fees in Rs. Date of Issue of Tender Document 1000/- 25/09/ /10/2015 INDIAN INSTITUTE OF TROPICAL METEOROLOGY ( IITM) PASHAN, PUNE-411 008 e-tender NOTICE Director, Indian Institute of Tropical Meteorology, Dr. Homi Bhabha Road, Pashan, Pune-411 008, (India). Invites sealed

More information

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO. REPUBLIC OF KENYA MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF LAND PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO.

More information

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH

STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH STATE BANK OF INDIA, LOCAL HEAD OFFICE, CHANDIGARH REQUEST FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF VENDORS FOR LAN/DATA CABLING WORK IN THE BRANCHES/AOs/SBLCs OF CHANDIGARH, CIRCLE EOI REFERENCE

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

NEW TRAUMA CENTER OF PGIMS ROHTAK HARYANA

NEW TRAUMA CENTER OF PGIMS ROHTAK HARYANA 1 NEW TRAUMA CENTER OF PGIMS ROHTAK HARYANA TENDER DOCUMENTS FOR AIR-CONDITIONG WORKS 2 DETAILED NOTICE INVITING TENDER 1. Name of work Providing Central Air Conditioning System in New Trauma Center of

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) TENDER DOCUMENT FOR CONSTRUCTION OF BIOSAFETY LEVEL II LABORATORY (BSL II) (PUBLIC HEALTH LABORATORY) AT MOI TEACHING REFERRAL

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

institutions and Public Sector Undertakings for similar works.

institutions and Public Sector Undertakings for similar works. Limited Cuffe Parade, Mumbai 400 005 Ph: (022) 6655 3355; Fax: (022) 2218 0411 Notice inviting tender for Architects / Consultants for Electrical, HVAC and Allied Works at IDBI Office building at CBD Belapur,

More information

Tender for Engagement of Chartered Accountant CONTENTS

Tender for Engagement of Chartered Accountant CONTENTS Date Sri Aurobindo Marg, New Delhi 110016 Bidding/TENDER DOCUMENT Tender for Engagement of Chartered Accountant CONTENTS Page Contents no. 1-2 Invitation for bid 3 Procedures for submission of bid 3 Amendment

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF ROADS, PUBLIC WORKS & TRANSPORT PROPOSED COSTRUCTION AND COMPLETION OF TYPE DISPENSARIES & ASSOCIATED EXTERNAL WORKS FOR THE MIN. OF HEALTH

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE-411 008 Tender No. CE/IITM/Project/Conf./Interior/2012-13/02 e-tender NOTICE Director, Indian Institute of Tropical Meteorology, Dr. Homi Bhabha Road,

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-070-2018 TENDER FOR STRUCTURAL REHABILITATION OF OLKARIA II GEOTHERMAL POWER STATION (OPEN NATIONAL) Kenya Electricity Generating Company Limited Stima

More information

Department of Information and Public Relations, Government of Andhra Pradesh invites applications from reputed advertising agencies for empanelment.

Department of Information and Public Relations, Government of Andhra Pradesh invites applications from reputed advertising agencies for empanelment. GOVERNMENT OF ANDHRA PRADESH DEPARTMENT OF INFORMATION AND PUBLIC RELATIONS: Vijayawada. **** Tender Schedule Terms and conditions for Empanelment of Print Media Advertising Agencies-2017 Department of

More information

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg F-43-95/2011/NIOS/Admn./Pur 16.7. 2012 M/s....... Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg Dear Sir/Madam, National Institute

More information

MEMO NO. 02/KIT/CE/HOUSING SECTOR/KMDA/T-1 (13-14) Dt: Detailed e-tender Notice No. KMDA/HOUSING SECTOR/CE/NIT-21/

MEMO NO. 02/KIT/CE/HOUSING SECTOR/KMDA/T-1 (13-14) Dt: Detailed e-tender Notice No. KMDA/HOUSING SECTOR/CE/NIT-21/ OFFICE OF THE CHIEF ENGINEER KOLKATA METROPOLITAN DEVELOPMENT AUTHORITY (HOUSING SECTOR) ( ERSTWHILE KOLKATA IMPROVEMENT TRUST) P-16, INDIA EXCHANGE PLACE EXTENSION, KOLKATA -700 073. MEMO NO. 02/KIT/CE/HOUSING

More information

INSTRUCTIONS TO TENDERERS

INSTRUCTIONS TO TENDERERS INSTRUCTIONS TO TENDERERS INVITATION TO TENDER FOR THE APPOINTMENT OF A PR AGENCY ON A PROJECT BASIS TO BRAND, POSITION AND PUBLICISE THE ASIA PACIFIC BREWERIES FOUNDATION SIGNATURE ART PRIZE 2014 FOR

More information

Jhabua Power Ltd. NOTICE INVITING BIDS

Jhabua Power Ltd. NOTICE INVITING BIDS Jhabua Power Ltd. 2nd Floor, Centrum plaza, Golf Course Road, Sector- 53, Gurgaon-122002 Ph.: +91-124-4392000 Fax: +91-124-4376496 NOTICE INVITING BIDS BY JHABUA POWER LIMITED (JPL) 2nd Floor, Centrum

More information

Webel INVITAITON FOR EXPRESSION OF INTEREST (EOI) FOR SUPPLY OF CONTRACTUAL MANPOWER FOR DEPLOYMENT TO DIFFERENT GOVT. DEPARTMENT ACROSS WEST BENGAL

Webel INVITAITON FOR EXPRESSION OF INTEREST (EOI) FOR SUPPLY OF CONTRACTUAL MANPOWER FOR DEPLOYMENT TO DIFFERENT GOVT. DEPARTMENT ACROSS WEST BENGAL Webel INVITAITON FOR EXPRESSION OF INTEREST (EOI) FOR SUPPLY OF CONTRACTUAL MANPOWER FOR DEPLOYMENT TO DIFFERENT GOVT. DEPARTMENT ACROSS WEST BENGAL EOI No. : EOI/COMM/17-18/0001 Date 25.5.2017 Due Date:

More information

PRINTING OF DIARY PART A (Technical Bid)

PRINTING OF DIARY PART A (Technical Bid) PRINTING OF DIARY 2018 PART A (Technical Bid) This document consists of the following: a. Notice Inviting Tender from Empanelled Printers / Suppliers. b. General Rules and Instructions to the Empanelled

More information

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD TENDER No. NCC/T/RPW&T/205/2017- Chief officer Roads, Public works and Transport

More information

Tender No: DLI/CON/728/505 NOTICE INVITING TENDER

Tender No: DLI/CON/728/505 NOTICE INVITING TENDER ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) Tender No: DLI/CON/728/505 NOTICE INVITING TENDER Core 3, Scope Complex New Delhi 110003 01. Tender for Construction of Hostel Building HOD,

More information

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ] 1 Request for Quotation (RFQ) for Conducting audit of Online Campaign for Indian Plantations for IBEF Request for Quotation [RFQ] 20th Floor, Jawahar Vyapar Bhawan Tolstoy Marg New Delhi 110001 2 PART

More information

NIT LIMITED NO. NC-202-SCS-P-NOCB CO2 INCUBATOR

NIT LIMITED NO. NC-202-SCS-P-NOCB CO2 INCUBATOR NIT LIMITED NO. NC-202-SCS-P-NOCB-15-16 NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O.: BHIMPUR-PADANPUR, VIA:-JATNI Khurdha-752050 Tender Notice No. NIT Limited NO. NC-202-SCS-P-NOCB-15-16

More information

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF)

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF) Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF) Request for Quotation [RFQ] April 2015 India Brand Equity Foundation, Apparel House,

More information

PANJAB UNVIERSITY, CHANDIGARH. TENDER NOTICE. Sealed tenders are invited in three part bid system from the eligible firms for following work:

PANJAB UNVIERSITY, CHANDIGARH. TENDER NOTICE. Sealed tenders are invited in three part bid system from the eligible firms for following work: PANJAB UNVIERSITY, CHANDIGARH. TENDER NOTICE Sealed tenders are invited in three part bid system from the eligible firms for following work: Name of work Time Limit Cost of Form Consultancy for Nine Months

More information

KARATINA UNIVERSITY PROPOSED LIBRARY

KARATINA UNIVERSITY PROPOSED LIBRARY KARATINA UNIVERSITY PROPOSED LIBRARY TENDER NAME: PLUMBING AND DRAINAGE SUB-CONTRACT BILL OF QUANTITIES (Re-tender) TENDER NUMBER: KarU/OT/05/LIB/2017-2018 Project Consultants: JKUATES LTD P.O. BOX 62000-00200

More information

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce Request for Quotation [RFQ] India Brand Equity Foundation, 20 th Floor, Jawahar Vyapar Bhawan Tolstoy

More information

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT CONSTRUCTION OF BOUNDARY WALL, ROAD DIVERSION WORKS AND MASS EARTH FILLING AT MUTTOM DEPOT ON ALWAYE- PETTA LINE FOR KOCHI METRO RAIL PROJECT

More information

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BID IDENTIFICATION NO:-AEGCL/MD/TECH-652/ /200,

More information

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Air Purifiers. Tender No. : Purchase: (AP) Date: 04/02/2016 PART A

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Air Purifiers. Tender No. : Purchase: (AP) Date: 04/02/2016 PART A TENDER DOCUMENT Sub: Tender for Supply, Installation & Commissioning of Air Purifiers Tender No. : Purchase: 2015-16 (AP) Date: 04/02/2016 PART A Sealed tenders are invited for supply, installation & commissioning

More information

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya Tender Document For the Supply and delivery of Mobile Digital X - Ray Machines ITT No.: GF ATM TB NFM - 17/18 OIT -

More information

NIT No. 2010/WCD/CTB/E-tender/02 Tender ID: Dated: 02-Feb Number of Pre-School Kits Required : Nos

NIT No. 2010/WCD/CTB/E-tender/02 Tender ID: Dated: 02-Feb Number of Pre-School Kits Required : Nos DEPARTMENT OF WOMEN & CHILD DEVELOPMENT GOVERNMENT OF NATIONAL CAPITAL TERRITORY OF DELHI CARE TAKING BRANCH 1, CANNING LANE, KASTURBA GANDHI MARG, NEW DELHI-01 PHONE 23070378, FAX 23070379 HTTP://WWW.WCDDEL.IN

More information

GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION AURANGABAD PUBLIC WORKS CIRCLE AURANGABAD PUBLIC WORKS DIVISION, JALNA. TENDER DOCUMENT FOR THE WORK OF e-tendering System CONSTRUCTION

More information

NIT LIMITED NO. C-195-PLAN-SPS ANTI-REFLECTION (AR) COATED OPTICAL LENSES

NIT LIMITED NO. C-195-PLAN-SPS ANTI-REFLECTION (AR) COATED OPTICAL LENSES NIT LIMITED NO. C-195-PLAN-SPS-14-15 ANTI-REFLECTION (AR) COATED OPTICAL LENSES NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH INSTITUTE OF PHYSICS CAMPUS, P.O.: SAINIK SCHOOL, BHUBANESWAR-751 005

More information

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes)

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes) Open National Tender (ONT) Tender Document For the SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes) Invitation for Tender (IFT) Number: KEMSA/ONT 04/2017-2019 FRAMEWORK CONTRACTING

More information

TENDER FOR INSPECTION AND RADIOGRAPHIC TESTING OF WELDING JOINTS

TENDER FOR INSPECTION AND RADIOGRAPHIC TESTING OF WELDING JOINTS TENDER FOR INSPECTION AND RADIOGRAPHIC TESTING OF WELDING JOINTS No : DIV/MNP/NDT/PL/03/2016/02 Date : 08/12/2016 Assam Gas Company Limited (AGCL), Duliajan invites sealed tender from interested competent

More information

P. W. DIVISION, PARBHANI

P. W. DIVISION, PARBHANI GOVERNMENT OF MAHARASHTRA Copy No. PUBLIC WORKS DEPARTMENT PUBLIC WORKS CIRCLE, NANDED E-Tender documents NAME OF WORK : STBT TO AMDAPUR APUR TO TADPANGRI ANGRI AMBETAKLI AKLI ROAD VR-89 KM 3/0 TO 3/690

More information

NIT LIMITED NO. NC PHY MULTIFUNCTIONAL HEAVY DUTY DIGITAL COPIER/PRINTER/SCANNER

NIT LIMITED NO. NC PHY MULTIFUNCTIONAL HEAVY DUTY DIGITAL COPIER/PRINTER/SCANNER NIT LIMITED NO. NC-000093-PHY-16-17 MULTIFUNCTIONAL HEAVY DUTY DIGITAL COPIER/PRINTER/SCANNER NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O.: BHIMPUR-PADANPUR, VIA:-JATNI Khurdha-752050

More information

ETHICS AND ANTI-CORRUPTION COMMISSION

ETHICS AND ANTI-CORRUPTION COMMISSION ETHICS AND ANTI-CORRUPTION COMMISSION TENDER DOCUMENT FOR PROPOSED OFFICE PARTITIONING AND REFURBISHMENT TO ETHICS AND ANTI- CORRUPTION COMMISSION OFFICES ON 1ST FLOOR, CENTRAL SQUARE BUILDING, KISUMU

More information

GAIL (INDIA) LIMITED

GAIL (INDIA) LIMITED GAIL (INDIA) LIMITED BIDDING DOCUMENT NO. AK/A645-000-MK-TN-9001/1001 (DOMESTIC COMPETITIVE BIDDING) BIDDING DOCUMENT FOR PIPELINE REPLACEMENT PROJECT FOR KG BASIN OF M/S GAIL, INDIA Prepared & Issued

More information

THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000

THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 CHAPTER RULES CONTENT I. PRELIMINARY 1. Short tile, extent and commencement 2. Definitions II. GENERAL

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER GOVERNMENT OF WEST BENGAL OFFICE OF THE SUPERINTENDENT M.J.N. DISTRICT HOSPITAL, COOCH BEHAR NIT No.: MJNH/CBR/2816 Date: 09/11/2017 NOTICE INVITING TENDER On behalf of Rogi Kalyan Samity MJN Hospital,

More information

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF)

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF) Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF) Request for Quotation [RFQ] India Brand Equity Foundation, Apparel House, 5th Floor, # 519-22, Sector 44, Gurgaon

More information

Quaid e Azam Thermal Power (Pvt) Limited REQUEST FOR PROPOSAL (RFP)

Quaid e Azam Thermal Power (Pvt) Limited REQUEST FOR PROPOSAL (RFP) Quaid e Azam Thermal Power (Pvt) Limited REQUEST FOR PROPOSAL (RFP) Statutory Audit Services for the Year ending June 30,2017 (Khalid Parvaiz) General Manager (Admin & HR) Quaid-e-Azam Thermal Power (Pvt.)

More information

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/PM/OT/016/2016-2017 TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) CLOSING DATE AND TIME: 17th October, 2016 at 2.00Pm Geothermal Development

More information

ROADS AND FLEET MANAGEMENT DEPARTMENT

ROADS AND FLEET MANAGEMENT DEPARTMENT ROADS AND FLEET MANAGEMENT DEPARTMENT TENDER NO. KWS/OT/R&F/22/2017 2018 ROUTINE MAINTENANCE OF JUNCT A109 CHYULU HILLS ROAD(E1819) IN CHYULU NATIONAL PARK February 2018 (Persons With Disability) HEAD,

More information

TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID

TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID REQUEST FOR PROPOSAL (RFP) DOCUMENT FOR Supply, Installation and Commissioning of Solar Power Pack & Solar Street Light TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID 1 KARNATAKA STATE ELECTRONICS

More information

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/

SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/ SCHOOL EQUIPMENT PRODUCTION UNIT PREQUALIFICATION DOCUMENT PROVISION OF PRINTING SERVICES CATEGORY: SEPU-PQ/08/2015-2016 NOTICE DATE: WEDNESDAY 6 TH MAY 2015 CLOSING DATE: WEDNESDAY 20 TH MAY 2015 AT 10:00

More information

TECHNOLOGY STUDENTS GYMKHANA INDIAN INSTITUTE OF TECHNOLOGY, KHARAGPUR

TECHNOLOGY STUDENTS GYMKHANA INDIAN INSTITUTE OF TECHNOLOGY, KHARAGPUR TECHNOLOGY STUDENTS GYMKHANA INDIAN INSTITUTE OF TECHNOLOGY, KHARAGPUR ENQUIRY NO: IITKGP/TSG/ENQ/GENL/REF/INT-2017-18 25 th August, 2016 INVITATION OF TENDER FOR SUPPLY OF REFRESHMENT FOR INTER IIT STUDENTS

More information

LIMITED TENDER DOCUMENT FOR ORGANIZING HERITAGE INDIA QUIZ 2017

LIMITED TENDER DOCUMENT FOR ORGANIZING HERITAGE INDIA QUIZ 2017 LIMITED TENDER DOCUMENT FOR ORGANIZING HERITAGE INDIA QUIZ 2017 CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA 2, COMMUNITY CENTRE, PREET VIHAR, DELHI Page 1 CENTRAL BOARD OF SECONDARY EDUCATION Under

More information

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel:

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel: TENDER DOCUMENT 7 th Generation Core i7 Branded Laptop Computer Cell, Research Center, UET, Lahore. Tel: +92-42-99029101 1 REQUEST FOR PROPOSALS TERMS AND CONDITIONS For Procurement of 7 th Generation

More information

TENDER DOCUMENT FOR HPL INTERNAL AUDITOR

TENDER DOCUMENT FOR HPL INTERNAL AUDITOR HINDUSTAN PREFAB LIMITED TENDER DOCUMENT FOR HPL INTERNAL AUDITOR IN JANGPURA, NEW DELHI NIT No. HPL/DGM(C)/TC/IA/2017-18/88 dt: 30.11.2017 OPENING DATE FOR SUBMISSION OF TENDER : 30 Nov, 2017 CLOSING

More information

DELHI METRO RAIL CORPORATION LTD.

DELHI METRO RAIL CORPORATION LTD. 5250/- Serial No. DELHI METRO RAIL CORPORATION LTD. (A JOINT VENTURE OF GOVT. OF INDIA AND GOVT. OF DELHI) TENDER FOR EMPANELMENT OF MANUFACTURERS/AGENCIES FOR INSTALLATION AND OPERATION OF DISPENSERS

More information

-1- Limited (A RFP / / Dt. PEC L/ISO/ /02 BACKGROUND DATE SHEET. Tender closing. time/ date

-1- Limited (A RFP / / Dt. PEC L/ISO/ /02 BACKGROUND DATE SHEET. Tender closing. time/ date -1- PEC Limited (A Government of India Enterprise) Hansalaya, 15-Barakhamba Road, New Delhi-110 001, INDIA Tel. No. +91-11-23357296 Fax : +91-11-23327262, +91-11-23314797 E-mail: indravs@peclimited.comm

More information

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/LA/LT/201718/0175 Dated: Due date:

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/LA/LT/201718/0175 Dated: Due date: (Regd. Office: 21, N.S.Road, Kolkata-700001) TENDER NO: BL/LC/MAN/LA/LT/201718/0175 Dated: 16.11.17 Due date: 28.11.17 Sub: Online e bidding for Supply of Lauryl Alcohol 1 INTRODUCTION Balmer Lawrie &

More information

Date of Floating Tender: 20/04/2018 Date of Closing Tender: 07/05/2018

Date of Floating Tender: 20/04/2018 Date of Closing Tender: 07/05/2018 Ref: NPTEL/05/2018/SMS SERVICE LIMITED TENDER No: NPTEL/05/2018/SMS SERVICE Date:20/04/2018 Dear Sir/Madam On behalf of NPTEL, Indian Institute of Technology Madras, tenders are invited for the SMS SERVICE

More information

NOTICE FOR EMPANELMENT OF CONTRACTORS

NOTICE FOR EMPANELMENT OF CONTRACTORS NOTICE FOR EMPANELMENT OF CONTRACTORS Bank of Baroda invites applications (as per Annexure A) for Empanelment in various categories from Mumbai based firms/contractors of repute for the maintenance and

More information

Expression of Interest

Expression of Interest Expression of Interest For short listing agencies for SAUDI/QATAR/BAHRAIN/KUWAIT Embassy Attestations, MOFA and Visa Stamping UTTAR PRADESH FINANCIAL CORPORATION U.P. State Government Recruiting Agency

More information

NIT LIMITED NO. NC-118-PLAN-SPS PULSE PICKER FOR ULTRAFAST FIBER LASER

NIT LIMITED NO. NC-118-PLAN-SPS PULSE PICKER FOR ULTRAFAST FIBER LASER NIT LIMITED NO. NC-118-PLAN-SPS-14-15 PULSE PICKER FOR ULTRAFAST FIBER LASER NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH INSTITUTE OF PHYSICS CAMPUS, P.O.: SAINIK SCHOOL, BHUBANESWAR-751 005 Tender

More information

POLICY ON UNISA PUBLIC TENDERS Overview

POLICY ON UNISA PUBLIC TENDERS Overview POLICY ON UNISA PUBLIC TENDERS Overview Preamble UNISA invites suppliers to tender for the supply of goods and services where the proposed contract amount is R500 000 or more (amount annually updated for

More information

Central Electricity Supply Utility of Odisha

Central Electricity Supply Utility of Odisha Central Electricity Supply Utility of Odisha TENDER SPECIFICATION NO: HRD-03/2011-12 Scope Of Work: Printing & supply of Money Receipt Books Due date of Opening of the Sale & submission of the Tender:

More information

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR TO TENDERERS MINISTRY OF WATER AND IRRIGATION STATE DEPARTMENT OF WATER UPPER TANA NATURAL RESOURCES MANAGEMENT PROJECT (UTaNRMP) P.O. Box 996-60100 Embu; Tel 068 22 31376; Email: info@utanrmp.or.ke utanrmp@gmail.com

More information

NOTICE INVITING TENDER Notice Inviting Tender No. 25/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A.

NOTICE INVITING TENDER Notice Inviting Tender No. 25/WBTDCL OF (Technical) 1. Name of The Work. :- See ANNEXURE A. West Bengal Tourism Development Corporation Llimited (A Govt. of West Bengal Undertaking) Udayachal Tourist lodge (1 st Floor), DG Block, Sector II, Kolkata- 700091 Phones: 033 2359 7250, Fax : 033-2359-8292

More information

CORRIGENDUM. The tender date for POLARIMETER to be used at SCS, NISER is further extended as per the following.

CORRIGENDUM. The tender date for POLARIMETER to be used at SCS, NISER is further extended as per the following. CORRIGENDUM REF.: Tender No. NC-67-13-14 The tender date for POLARIMETER to be used at SCS, NISER is further extended as per the following. 1. Date & Time of Submission: 27.02.2014 (Up to 12:30 P.M.) 2.

More information

Corrigendum to E-Tender Notice published on

Corrigendum to E-Tender Notice published on 1 MAHARASHTRA STATE TEXTILE CORPORATION LIMTED A Government of Maharashtra Undertaking CIN: U17120MH1966SGCO13568 303, Kshamalaya,37, New Marine Lines, Opp. SNDT Patkar Hall, Mumbai 400 020. Corrigendum

More information

VADODARA SMART CITY DEVELOPMENT LTD.

VADODARA SMART CITY DEVELOPMENT LTD. VADODARA SMART CITY DEVELOPMENT LTD. www.vmc.gov.in Expression of Interest for Empanelment of Chartered Accountants for providing Internal Audit & Other Financial Services to Vadodara Smart City Development

More information

Invitation to tender. Provision of External Audit Services

Invitation to tender. Provision of External Audit Services Invitation to tender for the Provision of External Audit Services Tender return date: 10.00 am on 2 nd May 2017 Return to: Enquiries to: Address: Clerk to the Corporation Alison Rowland (arowland@sussexcoast.ac.uk)

More information

NIT LIMITED NO. NC-39-SBS-P-CMB WATERBATH

NIT LIMITED NO. NC-39-SBS-P-CMB WATERBATH NIT LIMITED NO. NC-39-SBS-P-CMB-16-17 NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O.: JATNI, Khurdha-752050 Tender Notice No. NIT Limited NO.NC-39-SBS-P-CMB-16-17 Sealed Tenders

More information

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM THE KENYATTA INTERNATIONAL CONVENTION CENTRE TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM KENYATTA INTERNATIONAL CONVENTION CENTRE KICCBUILDING

More information

Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi. Metro Rail Corporation Ltd.

Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi. Metro Rail Corporation Ltd. DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) Fixing of PVC Net, Self Fusing High Voltage Insulation Tape & Catenary Sleeve (MVLC) on Main line in Delhi TENDER

More information

TRANSPORT DEPARTMENT. Repair/Renovation of Cluster Bus Depot at Seemapuri, Delhi BID DOCUMENT IFB NO. - DIMTS/ENGG/BUS-DEPOT/ /5

TRANSPORT DEPARTMENT. Repair/Renovation of Cluster Bus Depot at Seemapuri, Delhi BID DOCUMENT IFB NO. - DIMTS/ENGG/BUS-DEPOT/ /5 TRANSPORT DEPARTMENT GOVERNMENT OF NCT OF DELHI 5/9, Under Hill Road, Delhi- 110054 Repair/Renovation of Cluster Bus Depot at Seemapuri, Delhi IFB NO. - DIMTS/ENGG/BUS-DEPOT/2017-18/5 BID DOCUMENT PROJECT

More information

supply, Installation, testing & commissioning of panel gas flooding system with NOVEC 1230 at Mandi House/L-3 & GTBN Underground station of DMRC

supply, Installation, testing & commissioning of panel gas flooding system with NOVEC 1230 at Mandi House/L-3 & GTBN Underground station of DMRC DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi) supply, Installation, testing & commissioning of panel gas flooding system with NOVEC 1230 at Mandi House/L-3

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/ NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/2016-2017 TENDER FOR SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION AND COMMISIONING OF A STRUCTURED CABLING LOCAL AREA NETWORK, FIBER EXTENSION

More information

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time)

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time) Invitation for Bids Grant No. and Title: 2015 68 112: Reconstruction and Improvement of Electricity in Earthquake Affected Districts. Tender No. and Title: ICB-REIP-073/74-01, Lot 1: Immediate Relief Measure

More information

NIT LIMITED NO. NC MATH VIDEO CAMERA

NIT LIMITED NO. NC MATH VIDEO CAMERA NIT LIMITED NO. NC-001218-MATH-16-17 VIDEO CAMERA NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O.: BHIMPUR-PADANPUR, VIA:-JATNI Khurdha-752050 Tender Notice No. NIT Limited NO. NC-001218-MATH-16-17

More information

Request for Quotation (RFQ) for empanelling Legal Consultants for providing legal consultancy services to IBEF

Request for Quotation (RFQ) for empanelling Legal Consultants for providing legal consultancy services to IBEF Request for Quotation (RFQ) for empanelling Legal Consultants for providing legal consultancy services to IBEF Providing Legal Consultancy Services to IBEF for the duration of one year contract period

More information

University of Lucknow

University of Lucknow Sealed Tenders are invited from registered Contractors for supply of slotted angle racks. For details and tender set, place visit www.lkouniv.ac.in Engineering CONDITIONS FOR: Supply of slotted angle racks

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL BPACKAGE NO. K.G.B.V. TEACHER'S GUIDELINE ( GUJARATI)/ 2014-15 Gujarat Council of Elementary Education Sarva Shiksha Abhiyan REQUEST FOR PROPOSAL REGARDING PRINTING OF "K.G.B.V. TEACHER'S GUIDELINE ( GUJARATI)

More information

GOVERNMENT OF KARNATAKA

GOVERNMENT OF KARNATAKA Annexure VI K/W 6 GOVERNMENT OF KARNATAKA. (Name of Organization). (Address) Telephones: Fax:. PREQUALIFICATION FOR THE WORK OF. (Description of Works) TENDER REFERENCE : PERIOD OF SALE OF P Q DOCUMENT

More information

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY MERU UNIVERSITY OF SCIENCE & TECHNOLOGY P.O BOX 972-60200 Meru-Kenya Tel: 020-2092048, 020-2069349, 061-23092, 064-30320 Cell Phone: +254712524293, +254 725330827, +254 78151411, +254 725330826,+254 752839270,+254

More information

Tender Notice No. NCCS/RC/S&P/P-05/2013 Date: TENDER NOTICE FOR ANNUAL RATE CONTRACT

Tender Notice No. NCCS/RC/S&P/P-05/2013 Date: TENDER NOTICE FOR ANNUAL RATE CONTRACT NATIONAL CENTRE FOR CELL SCIENCE, PUNE-411007 NCCS COMPLEX, GANESHKHIND, PUNE-411 007 (An autonomous Institution of the Department of Biotechnology, Govt. of India) Tender Notice No. NCCS/RC/S&P/P-05/2013

More information

E-TENDER NOTICE FOR IT SERVICES

E-TENDER NOTICE FOR IT SERVICES CENTRAL GOVERNMENT EMPLOYEES WELFARE HOUSING ORGANISATION (An Autonomous Organisation, M/o HUA) 6 th Floor, `A Wing, Janpath Bhawan, Janpath, New Delhi 110 001 Ph : 23739722/ 23717249/ Fax No.23717250

More information

TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016

TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016 TENDER NO.KeNHA/1308/2016 ROUTINE MAINTENANCE OF JNCT A5 KIMANA-CHYULU GATE (B54) ROAD (FORMERLY C103 ROAD) JULY, 2016 GENERAL MANAGER - MAINTENANCE KENYA NATIONAL HIGHWAYS AUTHORITY P.O. BOX 49712-00100

More information

ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP)

ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP) ICAR NATIONAL INSTITUTE OF AGRICULTURAL ECONOMICS & POLICY RESEARCH (NIAP) DEV PRAKASH SHASTRI MARG, PUSA, NEW DELHI 110 012 TENDER DOCUMENT INVITATION TO TENDER AND INSTRUCTIONS CONTAINING TERMS AND CONDITIONS

More information

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t R E P U B L I C O F L I B E R I A N A T I O N A L E L E C T I O N S C O M M I S S I O N B i d d i n g D o c u m e n t I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t F o r t

More information

RATE CONTRACT FOR SUPPLY OF PACKING MATERIALS at CCIC Mumbai Branch

RATE CONTRACT FOR SUPPLY OF PACKING MATERIALS at CCIC Mumbai Branch CCIC/MGR/MUM/2015-16/415 CENTRAL COTTAGE IINDUSTRIIES CORPORATIION OF IINDIIA LTD.. (A Govt. of India Undertaking, Ministry of Textiles) RATE CONTRACT FOR SUPPLY OF PACKING MATERIALS at CCIC Mumbai Branch

More information

STATE BANK INSTITUTE OF RURAL DEVELOPMENT LIMGAMPALLY, HYDERABAD

STATE BANK INSTITUTE OF RURAL DEVELOPMENT LIMGAMPALLY, HYDERABAD STATE BANK INSTITUTE OF RURAL DEVELOPMENT LIMGAMPALLY, HYDERABAD - 500019 Ph NO: 23463304 NOTICE INVITING TENDER NIT NO: 04 /2017-18 STATE BANK INSTITUTE OF RURAL DEVELOPMENT (SBIRD) invites sealed tenders

More information

TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE

TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-0000-NAIROBI Tel: +54 00 614896; email: info@kentrade.go.ke TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING

More information

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION AIR CONDITIONER

TENDER DOCUMENT FOR SUPPLY AND INSTALLATION AIR CONDITIONER TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF AIR CONDITIONER TRANSPORT COMMISSIONER,ORISSA 6 th FLOOR, RAJASWA BHAWAN,CUTTACK 1. TENDER CALL NOTICE Sealed quotations are invited from intending manufacturers/

More information