madhya pradesh state agricultural marketing (mandi) board

69
OFFICE OF THE KRISHI UPAJ MANDI SAMITI HARDA DISTIRCT HARDA PERCENTAGE RATE TENDER DOCUMENTS FOR NAME OF WORK – ---------------------------------------------------------------- ------------------------------------------------------------------------------------------- LOCATION - ----------------------------------------------------------------------- PROBABLE AMOUNT OF CONTRACT (Rs.) ----------------------------- MADHYA PRADESH STATE AGRICULTURAL MARKETING (MANDI) BOARD

Upload: others

Post on 03-Feb-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

OFFICE OF THE KRISHI UPAJ MANDI SAMITI

HARDA DISTIRCT HARDA

PERCENTAGE RATE TENDER DOCUMENTS

FOR

NAME OF WORK – ------------------------------------ ----------------------------

-------------------------------------------------------------------------------------------

LOCATION - -------------------------------------- ---------------------------------

PROBABLE AMOUNT OF CONTRACT (Rs.) ----------------- ------------

MADHYA PRADESH STATE AGRICULTURAL MARKETING

(MANDI) BOARD

OFICE OF THE KRISHI UPAJ MANDI SAMITI HARDA DISTT. HARDA

TENDER NOTICE FOR PUBLICATION NIT N0/Mandi/Nirman/12-13/ Dated - Tenders are invited in Form ‘A’ as percentage rate from the contractors registered in Office of the E.N.C. M.P. Public work Deparment Government of Madhya Pradesh (Centrialised Registration Cell) in three cover system by Undersigned for the following works. Tenders shall be revived up to 5.30 on -----------either by registered post of speed post. The tender documents can be obtained either online on the Mandi Board website www.mpmandiboard.org. or by person from Div. office of Madhya Pradesh State Agricultural Marketing Board Bhopal and from Office of the Krishi Upaj Mandi Samiti HARDA.

S. No Name and Place of Work Probable amount of contract (Rs in lakh)

Amount of Earnest Money deposit (Rs.)

Cost of Tender documents (Rs.)

Time allowed for completion including rainy season

Class of Contractor

1 2 3 4 5 6 7 1

2

3

4

5

Terms & Conditions:-

1. Schedule of Tender process ( key dates) :-

A. Date and Time for Tender Purchase : Up to --- ------- ------- PM

B. Date and Time for Tender Downlod : Up to --- ------- ------- PM

C. Last Date of Receipt of tender Documents : U p to ---------- ------- PM

D. Date and Time for Opening of EMD and Technical

Envelope : ---------- before -------PM

E. Date and Time For Opening of Price Bid : ------ ---- After -------PM

2. Rates are applicable for the construction of work as per provision of M.P.P.W.D. Buliding SOR w.e.f. ----------------------------------- with amendments.

3. Terms & conditions applicable as per detailed tender document.

SECRETARY / OFFICER-INCHARGE KRISHI UPAJ MANDI SAMITI

HARDA

OFFICE OF THE KRISHI UPAJ MANDI SAMITI HARDA DISTT. HARDA

DETAILED NOTICE INVITING TENDERS

1. Tender Document issued to M/s /Shri………....................................................................... 2. Due date of receipt of tender Date -------------------------------------------------Up to 5.00 PM 3. Name of Work and Location -------------------------------------------------------------- 4. Probable Amount of contract Rs ------------------------------------------ 5. Amount of earnest money deposit Rs. -------------------------------------- 6. Cost of tender documents Rs ----------------------------------------- 7. Money Receipt Number and date

vide which cost of tender documents deposited………………………………………………… 8. Time allowed for completion ------------ Months of work (including rainy season from the

date of issue of order to commence the work) 9. Work to be done on Schedule of Rates (as per details given in para 2.1 of N.I.T.)………………………………………………………. Date : ...........................

SECRETARY / OFFICER-IN-CHARGE

KRISHI UPAJ MANDI SAMITI HARDA

OFICE OF THE KRISHI UPAJ MANDI SAMITI

HARDA DISTT - HARDA

DETAILED NOTICE INVITING TENDERS

Date of issue of N.I.T. ----------------------------

Date of Receipt of Tenders----------------------

1. INTRODUCTION 1.1 Sealed percentage rate tenders are invited from the appropriate class of contractors

registered in Office of the E.N.C. M.P. Public work Deparment Government of Madhya Pradesh (Centrialised Registration Cell) in three cover system based on the Schedule of Rates mentioned in Clause 2.1 of NIT for the following work in form “A” and will be received either in the office of the krishi upaj mandi samiti Harda or in the Regional Office of the Executive Engineer Madhya Pradesh State Agricultural Marketing Board…………………... up to 5.00 PM. On…………………….(date)

(i) Name of work Constuction of -------------------------------------------------------------

.................................................………....................................................................

(ii) Amount of estimate Rs. --------------

(iii) Probable amount of contract Rs. ---------------

(iv) Amount of Earnest money deposit Rs. --------------------

(v) Time allowed for completion ----------- months including rainy season from the date of written order to commence the work.

1.2 The electrical work shall be executed only through the contractors who possess proper

valid electric license from the Chief Electrical Advisor to the Government. He should also attach a copy of the license.

1.4 Not more than one tender shall be submitted by a contractor or by a firm of contractors.

1.5 No two or more concerns in which an individual is interested as a proprietor and or partner shall tender for the execution of the same work, if they do so all such tenders shall be liable to be rejected.

1.6 All the documents will be made available on the web site that is http://mpmandiboard.mpeprocurement.gov.in.

1.7 Tender documents consisting of plans, specifications, schedule of quantities of the

various classes of work to be done, the conditions of contract and other necessary documents for submission of tender and other documents will be open for inspection and issued online on payment of Rs -------------------- on or before ----------------------- (date) and upto 5.30 PM..(time)

The tender documents can be downloaded from website http://mpmandiboard.mpeprocurement.gov.in by making online payment through Debit card /Cash Card / Internet Banking.

1.8 The copies of drawings and other relevant documents pertaining to work will be open for inspection by tenderers in the office of the Krishi Upaj Mandi Samiti HARDA as well as in the Regional Office of the Executive Engineer MPSAMB Bhopal during working hours between the dates mentioned in clause 1.6 above.

2. RATES:

2.1 The contractor should quote only percentage above or below or at par on all the following Schedule of Rates.

(a) BUILDING WORKS, WATER SUPPLY and SANITARY FITTINGS : - Schedule of Rates issued by Engineer-in-Chief, M.P.P.W.D. in force from………………… and its amendments approved by the Managing Director of Mandi Board up to the date of issue of N.I.T.

(b) Electrical Works : Schedule of Rates issued by Engineer-in-Chief M.P.P.W.D.

inforce from ……………………………………...... and its amendments approved by the Managing Director of Mandi Board up to the date of issue of N.I.T.

(c) Road, Bridge and Culvert Works :- Schedule of Rates issued by Engineer-in-Chief, M.P.P.W.D. in force from…………………….……… and its amendments approved by the Managing Director of Mandi Board upto the date of issue of N.I.T.

2.2.1 The Online percentage of tender above/below or at par with the relevant Schedule of Rates inclusive of amendments approved by the Managing Director upto the date of issue of notice inviting Online tender should be expressed on the tender form itself both in words and figures in such a way that interpolation is not possible and all over writings should be neatly scored out and rewritten and the correction should be duly attested prior to the submission of tender. Tenders not specifying percentage in words will summarily be rejected.

In case above / below is not mentioned by the tenderer against the Online tender percentage, the tender shall not be accepted.

2.2.2 The Online percentage tendered by the contractor will apply to those rates which find place in the schedule of rates mentioned in clause 2.1 or have been derived from the said schedule of rates and not to other items of work.

2.2.3 The percentage quoted by the contractor shall not be altered by the contractor during the currency of contract. The deduction or addition, as the case may be, of the percentage will be calculated on the amount of the bill for the work done after deducting the cost of material supplied by Krishi Upaj Mandi Samiti at the rates specified in the agreement.

Note- If there is any difference between the percentage in words and figures written in the tender form by the contractor the lesser of the two will be treated as valid. If the contractor is not ready to accept the percentage so fixed in the above manner and declines to do the work earnest money deposit of the contractor shall be forfeited.

2.3 Lead And Lift of Water :- No lead and lift for water will be paid.

2.4 Lead And Lift of Material :- No lead and lift for material shall be payable to the contractor except in case of such items for which specific lead and lift provided in the schedule of rates mentioned in clause 2.1 of the N.I.T.

2.5 Non-Scheduled Items of Work :- During the execution of the work there is likelihood of such items of work, which do not find place in the schedule of rates referred to above. Contractor will have to carry out such items of work. Rates of such items of work which do not find place in the schedule of rates referred to above shall be decided by the by the Chief Engineer of Mandi Board and shall be binding on the contractor. The quantum of such items of work will not exceed 10% of amount of contract unless agreed by the Krishi Upaj Mandi Samiti and the contractor.

3. SUBMISSION OF TENDER 3.1 Form of Earnest Money Deposit : The amount of earnest money deposit shall be

accepted in one of the following prescribed forms :-

(i) National Saving Certificates duly pledged by the Post Office in favour of Secretary Mandi Samiti.

(ii) Term Deposit Receipt / Fixed Deposit Receipt of any scheduled bank valid up to the validity of tender and duly pledged in favour of Secretary Mandi Samiti.

(iii) Demand Draft in favour of Secretary Mandi Samiti of any scheduled bank on its local branch.

3.2 Tenders shall submit tenders in 3 cover system either by registered post of speed post Tenders received through courier shall not be accepted. Tenders received after the specified them after entering in to inward register shall be returned to the tenders.

The tender shall be submitted by the tenderer in the following three separate envelopes online:

• Cover ‘A’ shall contain – Earnest Money Deposit, Registration with Any Government Department, Valid Bank Solvency Certificate, PAN Card issued by Income Tax Department, Certified copy of TIN issued by commercial tax department etc.

• Cover ‘B’ shall contain – Technical Qualifications of Tenderer in the formats given in Annexure ‘A’.

• Cover ‘C’ shall contain – Percentage above / below the Schedule of Rate on form A along with complete set of Tender Documents.

Note : Online Bidders are required to submit the physical EMD in a physical EMD Envelope - ‘A’ and any other document related to Technical Bid which cannot be submitted online in a physical Technical Envelope - ‘B’. Price Bids are to be submitted mandatorily online and shall not be accepted in any physical form. Reference of the EMD is to be mentioned online and a scanned copy of EMD is to be uploaded online. Also, in case of Technical Bids, the list of documents being submitted manually is to be uploaded online. Above envelopes, as applicable, shall be kept in a big outer envelope, which shall also be sealed.

3.3 Cover ‘B’ shall be opened only if the earnest money deposit kept in cover ‘A’ is found

in accordance with the prescribed mode as mentioned in Clause 3.1 of the NIT.

Otherwise the tender shall be returned unopened to the tenderer.

Cover ‘C’ shall be opened of those tenderers only who technically qualify for the work.

3.4. Eligibility Criteria :-

A tenderer shall technically qualify for the work only if he fulfills all the criterion mentioned hereunder :-

3.4.1. Tenderer must have executed work costing twice the cost of this work in the last three

years upto the date of issue of NIT.

3.4.2 Tenderer must have executed one work of similar nature which should not be less than 50% cost of this work in any of the last three years up to the date of issue of NIT. For this purpose value of the work shall be assessed on the basis of payment received by the contractor for the said work. Similar nature of work is clarified as under:-

(i) Building work – Construction of civil structures which will also include shed, godown, platform, boundary wall, RCC over head tank, etc. (ii) Road work - Construction of road including culverts. (iii) Electrification - All electric work. (iv) Bridge work - All bridge work. As a proof of value of the work executed details of payment received should be submitted in the following format :

Description

of Work Work Order

Number and date

Name of Employer/

Department

Value of contract (Rs. In lakh)

Date of issue of

work order

Stipulated period of

completion

Actual date of

completion

Gross Payment Recived

1 2 3 4 5 6 7 8

3.4.3. Cost of on going works with the tenderer plus the cost of this work should not exceed

the value of work for which he is capable of executing as per category of his registration.

3.4.4. In case of work of more than Rs. 2.00 (two) crore, tenderer must produce documentary evidence of possession of at least 50% of the construction equipments mentioned in Annexure ‘E’ and ‘K’ and must undertake to procure the remaining equipments on award of the contract. For the work less than Rs. 2.00 (two) crore, the tenderer has to either furnish a certificate/proof regarding possession of the required equipments or must undertake to the effect that he will ensure procurement and deployment of all required equipments at the site and these will remain there till the completion of the work.

3.4.5. Tenderer must have technical personnel as per Annexure ‘J’ and ‘N’ on his roll or must undertake to provide such staff on award of the contract.

3.4.6. Tenderer must have not been involved grossly in litigation cases.

3.4.7. Tenderer must not have left any work incomplete wherein action under clause 3 of contract was taken against him in the last three years.

3.4.8. In case of work of more than Rs. 2.00 (two) crore the tenderer will be technically qualified only if his available bid capacity is found equal to the probable amount of contract. The available bid capacity will be calculated as under:-

Available Bid Capacity = (A x N X 2.00 – B)

Where :-

A- Maximum value of turnover in civil engineering works executed in any one year during the last three years {updated to price leve l of the last year (in which contact is to be awarded) at the rate of 8 (eight) percent a year}.

N- No. of years prescribed for the present contra ct. (Period up to 6 months to be taken as half year an d more than 6 months and up to 12 months as one year)

B- Value of balance works of existing contract commitments.

3.4.9 For the purpose of determining the bid capacity of such tenderer, who is registered on the

basis of retired engineers, following limits shall be applicable:-

• For category A-4 and A-5 the bid capacity should be Rs. 4 crore and 10 crore respectively as per provisions of M.P.P.W.D.

• For the rest of the categories the bid capacity shall be equivalent to the limit prescribed for the eligibility of the concerned category.

3.4.10 The tenderer mentioned in clause 3.4.10, shall also be exempted from the eligibility criteria mentioned in this clause regarding execution of similar nature of work, turn over and execution of quantities.

4. Opening And Acceptance of Tender 4.1 Place And Time of Opening :- The cover A & B shall be opened on --------------- (date)

at 11.30 AM to 5.30 PM (time) by the Secretary Mandi Samiti HARDA at The Office of Executive Engineer MP State Agriculture Marketing Board Reginal Office 101, Vishal Tower Navlakha Indore in the presence of the tenderers or their duly authorised agents who may choose to attend. The Secretary Mandi Samiti, under unavoidable circumstances, may depute another officer in his absence to open tenders on his behalf. Cover ‘C’ shall be opened on the date and time notified by the Mandi Samiti to all the technically qualified tenderers.

4.2 Powers of Mandi Samiti : Mandi Samiti is not bound to accept or recommend for the

acceptance to the competent authority the lowest or any tender or to give any reason for his decision.

4.3 Conditional Tender : Percentage Rate of any conditional tender shall not be taken in record and the tender shall be returned to the tenderer alongwith the earnest money deposit.

4.4 Canvassing : Canvassing for support in any form for the acceptance of any tender is

strictly prohibited. Any tenderer doing so will render himself liable to penalties which may include removal of his name from the register of approved contractors or penal action under section-8 of the M.P. Vinirdishtta Bhrasta Acharan Nivaran Adhiniyam 1982.

4.5 Tender Documents : The tender shall be rejected if tender documents are not

properly sealed. Photocopy of valid bank solvency certificate for Rs. 25000/- in case of work

costing upto 5 lakh, Rs. 3 lakh for work costing upto Rs. 25 lakh, Rs. 5 lakh for work costing upto Rs. 50 lakh and Rs. 12 lakh for work costing more than Rs. 50 lakh. Certified copy of TIN issued by commercial tax department and PAN issued by income tax department shall also be enclosed with tender document

Note :- Bank Solvency Certificate shall not be required for work costing upto Rs. 2 lakh.

4.6 Authority of Mandi Samiti / Mandi Board : The authority competent to accept a tender reserves the right of accepting the tender for the whole work or for a distinct part of it, or distributing the work between one or more tenderers.

The competent authority reserves the right to reject the tenders without assigning any reason.

4.7 Validity of Offer : 4.7.1 The tender shall remain valid and open upto 120 days from the date of its receipt.

Note 1- The tenders wherein negotiation is considered necessary the validity of tender shall stand extended automatically by 30 days over and above the period of validity as aforesaid.

Note 2- In the event of the tenderer withdrawing the offer before the aforesaid period, for any reason, whatsoever, earnest money deposited with the tender shall be forfeited by the Mandi Samiti.

4.7.2 In the event tenderer withdrawing his offer before the expiry of the period of validity of

offer or failing to execute the contract agreement as required by the clause 8.1 of the notice inviting tender (NIT) will not be entitled to tender for this work in the case of recall of tenders and he shall also be debarred for tendering for the next one year.

5. Specifications :

5.1 Brief Specifications :- Brief specifications for the work are enclosed in Annexure ‘B’ and schedule of items to be executed is enclosed in Annexure ‘C’.

5.2 Material of Construction : The material of construction to be used in the work shall be governed by the provisions of the relevant Indian standard specifications with amendments and revisions issued up to the date of tender notice. Material of the best quality as approved by the Engineer-in-Charge shall be used by the contractor.

5.3 Workmanship : The work shall be carried out according to the specifications referred

to hereinafter and according to sound engineering practices. The decision of the Executive Engineer in respect of workmanship will be final.

5.4 Specifications For Building Work : (Including water Supply and sanitary fittings) 5.4.1 (a) The contractor shall execute the work in conformity with the standards and

procedures laid down in the National Building Code of India 1970 and as per Central P.W.D. specifications or specifications in force, or special specifications whenever enclosed separately and in a accordance with the approved drawings.

(b) All samples of sanitary and water supply fittings should be got approved by the contractor from the Engineer-in-Charge. The contractor shall have to rectify all the defects noticed by the Engineer-in-Charge during his inspection. A list of approved fittings is enclosed in Annexure ‘D’.

(c) The contractor shall be required to procure the construction equipments as mentioned in Annexure ‘E’. He shall also keep the instruments as mentioned in Annexure ‘F’ at the site of work in perfect working condition.

5.4.2 Testing of Material and Methodology

(a) The rates include elements of testing of samples of various material brought by the construction agency for use on the work and their tests for complete items of work as prescribed in the specifications. Frequency of each such tests to be carried out must not be less than the prescribed minimum frequency. Detailed instructions for testing of material and methodology are given in Annexure ‘G’ whereas the details of mandatory tests and minimum frequency thereof for building works are given in Annexure ‘H’. Record for such tests conducted shall be maintained at the site of work. Recovery at the rate of Rs. 300/- for each test not conducted shall be made from the contractor. The tests shall be conducted in the laboratory approved by the Chief Engineer.

(b) In case of works costing more than Rs. 25.00 lakh the contractor shall have to establish Testing Laboratory at the site of work with the equipments as mentioned in Annexure ‘I’.

The result of the test shall conform with the required standards. If the Engineer-

in-Charge considers that the structural test is necessary the same shall be carried out, as instructed by Engineer-in-Charge at the contractors expense. If the results of tests are found unsatisfactory the contractor will be bound to take down and reconstruct the particular portion of the structure, which has given unsatisfactory test result.

Payment at the reduced rate due to unsatisfactory test results for any item of work shall be made to the contractor with prior approval of the Executive Engineer MPSAMB. The reduction in rate which shall in no case be more than ten percent. In case reduction in rate is required to be made more than ten percent then such item of work shall be rejected and got redone.

(c) All concrete shall be mixed in concrete mixers and compacted by mechanical

vibrators. The rates also include arrangement and preparation of mixed design of cement concrete.

(d) The contractor shall employ the technical personnel and lab staff. as mentioned in Annexure ‘J’ for supervision of work and conducting tests in the lab.

5.4.3 Bricks : The contractor should use the bricks manufactured on the metric measures,

as far as possible.

Timber

All timber used in the woodwork must be properly seasoned. In case of important buildings mechanical seasoning should be done in good seasoning plant. If the contractor does not procure good seasoned wood, he may be asked to get it seasoned in plant at his own expense.

5.4.5 Maintenance of Roof : Subject to the provisions in the agreement, it will be the

responsibility of the contractor to see that building does not leak during the period of the first rainy season in respect of AC/GI sheet roofing and two consecutive rainy seasons in respect of lime concrete or reinforced cement concrete terraced roof, after its completion and he will make good and replace all the defective work on this account.

Twenty percent of the cost of lime concrete or reinforced cement concrete terraced

roof shall be recovered from the payments of contractor and its shall be refundable after expiry of two consecutive rainy seasons after the recovery of dues, if any.

5.5 Specifications of Electrical Works :

5.5.1 The work will be carried out as per the approved drawings and as directed by the Engineer-in- charge. The work will be governed by "General Specifications" for the electrical works in Government Buildings in M.P. in force from 1972.

5.5.2 All samples of electrical accessories should be got approved from the Engineer-in-Charge. Contractor will have to arrange and afford all facilities for the inspection and rectify defects pointed out by him. A list of approved accessories is enclosed as Annexure ‘D’.

5.5.3 In case of supply of ceiling fan, cabin fan, table fan, exhaust fan, tube light, fixtures is made by the Krishi Upaj Mandi Samiti as mentioned in the S.O.R., labour rates only as per S.O.R. will be paid for fitting such items in position as per S.O.R..

5.5.4 The contractor should submit wiring diagram on tracing cloth showing the point

position of switch, length of point, position of distribution board, main switch and circuit number in which points fall at the time of final bill, otherwise deduction of one percent of the cost of electrical work will be made from the bill.

5.6 Specifications of Road Works : (Excluding bridges)

5.6.1 The road works and collection of material for roadwork shall be carried out according to Specifications of Ministry of Road Transport and Highways as adopted by M.P.P.W.D. or specifications inforce or special specifications whenever enclosed separately or the relevant specifications published by the Indian Road Congress.

5.6.2 (a) In case of works costing more than Rs. 25 lakh the contractor shall have to own / lease / procure the construction equipments as mentioned in Annexure ‘K’. Field Testing Laboratory with the equipments as mentioned in Annexure ‘L’ shall be established to conduct mandatory tests as laid down in Annexure ‘M’.

(b) The contractor shall employ the technical personnel and lab staff. as mentioned in Annexure ‘N’ for supervision of work and conducting tests in the lab.

5.6.3 In case of works costing upto Rs. 25 lakh mandatory tests shall be conducted in the laboratory authorised by the Chief Engineer.

5.6.4 Recovery @ Rs. 300/- per test shall be made for the tests not conducted. A record of

all the tests conducted shall be maintained at the site of work.

If the results of tests are found unsatisfactory the contractor will be bound to take down and reconstruct the particular portion of the work, which has given unsatisfactory test result.

Payment at the reduced rate due to unsatisfactory test results for any item of work shall be made to the contractor with prior approval of the Executive Engineer MPSAMB. The reduction in rate which shall in no case be more than ten percent. In case reduction in rate is required to be made more than ten percent then such item of work shall be rejected and got redone.

5.7 Special Conditions for Road Works 5.7.1 The security deposit to be taken for the due performance and maintenance of the

contract under the terms and conditions printed on the tender form will be the earnest money plus a deduction from the payment made in the running bills, till the two together amount to 10 (ten) percent of the cost of work put to tender or 10 (ten) percent of the cost of the works executed when the same exceeds the cost of work put to tender. During this period the Engineer-in-Charge shall inspect the work and the contractor will have to carry out all necessary repairs immediately. If the contractor fails to carry out the repair work within fifteen days of receipt of such communication from the Engineer-in-Charge, the Mandi Samiti will carry out repairs and cost will be recovered from the security deposit. After 5 (Five) years from the date of completion of work, the security deposit will be released to the contractor if all the repairs have been completed to the satisfaction of the Engineer-in-Charge. 50% (fifty percent) security deposit may be released to the contractor after 3 (Three) years from the date of completion, if all necessary repairs and maintenance have been done to the satisfaction of the Engineer-in-Charge. Balance 50% (fifty percent) security deposit shall be released to the contractor after 5 (Five) years from the date of completion.

5.7.2 The ownership of plants and machinery must be in the name of the contractor. The

contractor shall have to install hot mix plant, and simultaneously bring to site mechanical paver finisher fitted with screed vibrator, vibratory road rollers, diesel road rollers and all the necessary equipment as per MoRT&H Specifications for Road and Bridge Works (Fourth Revision), within a maximum distance of 60 (sixty) kilometers from any and all the kilometers of the reach for which tenders called and shall make them operational within 30 (thirty) days of issue of work order. In case of failures, installing, making operational the Hot Mix Plant within the aforesaid period, the earnest money shall stand forfeited and action under clause 2 and 3 of the agreement shall be taken against the defaulting contractor. He will not be issued any tender form for a period of 2 (two) years. In case of works involving Widening, WBM and WMM work, the contractor shall submit a phased programme and shall mobilize and install at site all the above plants and equipments and make them operational within 30 (thirty) days before starting of Bituminous work, but in any case not later than 90 (ninety) days of issue of work order.

5.7.3 All compaction including Earthwork, GSB, WBM, WMM and hard shoulders etc. shall

be done by vibratory rollers and diesel road rollers. All equipments relating to these

items of work shall be brought to site within 30 (thirty) days of the work order, failing which earnest money shall stand forfeited and action shall be taken under clause 2 and 3 of agreement by the Mandi Samiti.

5.7.4 The contractor shall have to purchase Bitumen and Modified Bitumen from Public

Sector Oil Refineries situated in India for the work. In case of non-availability of bitumen and modified bitumen with them, the same can be purchased from other sources after prior written permission of Chief Engineer, MPSAMB. No extra payment whatsoever shall be made on such bitumen or modified bitumen.

5.7.5 The relevant clauses of Section 100 (General) of MoRT&H Specifications for Road and

Bridge Works shall be binding and will be part of the agreement. 5.7.6 The relevant clauses in the detailed notice inviting tenders and tender documents shall

stand superceded by these special conditions.

5.8 Contradictions or Amendments :

In the event of contradictions between the stipulations of the schedule of rates (vide Clause 2.1 of this N.I.T.) and aforesaid specifications (vide Clause 5.1 to 5.7 above) the stipulations of the schedule of rates shall gain precedence. In the event of contradictions, if any, between different specifications and/or codes of practice, referred to above; the decision of the Chief Engineer in case of dispute shall be subject to appeal before the Managing Director of Mandi Board within one month of Chief Engineer’s decision.

6. Supply of Material :

Material Supplied by Krishi Upaj Mandi Samiti – The following material shall be supplied by the Krishi Upaj Mandi Samiti as per the policy decided by the Mandi Samiti from time to time.

Name of material Rate Place of delivery

In case the Krishi Upaj Mandi Samiti supply iron/steel to the contractor the labour rate will be paid for cutting, bending and placing with binding wire as provided in SOR (with due allowance for the percentage above or below SOR tendered and accepted.)

Delay in Supply :- If the material is not supplied in time, the contractor will not be allowed

any claim for any loss, which may be caused to him ,but only extension of time will be given at the discretion of the Executive Engineer if applied for by the contractor before the expiry of the contract.

Transport of Material : The contractor shall make his own arrangement for transport of all

the material including the material supplied by the Mandi Samiti from designated store. The Krishi Upaj Mandi Samiti is not bound to arrange for priority in getting wagon or any other material though all the possible assistance by way of recommendation will be given if it is found necessary in the operation by the Engineer-in-Charge. If it proves to be ineffective, the contractor shall have no claim for any compensation on that account.

7. Miscellaneous Conditions : 7.1 Subletting : The contractor shall not, without the prior approval of the competent

authority in writing, sublet or assign to any other party or parties the whole or any portion of the work under the contract. Where such approval is granted the contractor shall not be relieved of any obligation or duty or responsibility which he undertakes under the contract.

7.2 Taxes : All dues regarding taxes including Income Tax, Commercial Tax, Labour

Welfare Cess, Services Tax and other duties etc. levied on the contractors work by Government and local bodies will be payable by the contractor.

7.3 Royalty : Material extracted for works carried out on behalf of Krishi Upaj Mandi Samiti

form the quarries in possession of and controlled by the State Government is subject to payment of quarry fee, royalty and ground rent by the contractor to whom it shall not be refundable. The Krishi Upaj Mandi Samiti shall not also issue any certificate in respect of such material extracted for Krishi Upaj Mandi Samiti work for claiming refund of royalty.

7.4 Rules for Labour Camps : The contractor will be bound to follow M.P. Model Rules relating to lay-out, water supply and sanitation of labour camps (vide Annexure ‘O’) and the provisions of the National Building Code of India in regard to construction and safety.

7.5 Fair Wage : The contractor shall pay not less then fair wage to labourers engaged by

him on the works (Contractor Labour Regulations enclosed vide Annexure ‘P’). 7.6 Works in the Vicinity : Mandi Samiti reserves the right to award work in the vicinity to

other agencies without prejudice to the terms of contract. 7.7 Removal of Undesired Persons : The contractor shall on receipt of the requisition

from the Engineer-in-Charge at once remove any person employed by him on the work who, in the opinion of the Engineer-in-Charge, is unsuitable or undesirable.

7.8 Amount Due from Contractor :- Any amount due to Krishi Upaj Mandi Samiti from

the contractor on any account concerning the work, shall be recovered from him from his payments for other works and the balance, if any, as arrears of land revenue.

7.9 Tools And Plants :- The contractor shall arrange at his own cost tools and plants

required for the proper execution of the work. 7.10 Water / Electricity:- The contractor shall make his own arrangement for the

water/electricity required for the work. If the contractor shall consume water / electricity from the source of Krishi Upaj Mandi Samiti the recovery thereof shall be made at the market rate.

7.11 Rights to Increase or Decrease Work :- The competent authority reserves the right to

increase or decrease any item of the work during the currency of the contract and the contractor will be bound to comply with the orders of the competent authority without any claim for compensation.

7.12 Work Programme

In case of slippage from the work programme at any stage, the contractor shall furnish revised programme to make up the slippage within the stipulated time schedule and obtain the approval of the Engineer-in-charge to the revised programme.

7.13 Time of Contract : Time allowed for carrying out the work as entered in the N.I.T. shall

be strictly observed by the contractor and shall be reckoned from the date of written order to commence the work.

7.14 Payments By Cheques : The payments will be made by cheques of any scheduled

bank payable at………………………. only. No bank charges on realizing such payments will be borne by the Mandi Samiti.

7.15 Requirement of Technical Personnel

(a) The contractor shall employ the technical personnel and lab; staff as mentioned

in Annexure ‘J’ and ‘N’ during the execution of work.

(b) The technical staff should be available at site whenever required by the Engineer-in-Charge to take instructions.

(c) In case the contractor fails to employ the technical staff as aforesaid Engineer-in-Charge shall have the right to take suitable remedial measures.

(d) The contractor should give the names and other details of the Graduate Engineer /Diploma Holder Sub-Engineer whom he intends to employ or who is under employment on the work at the time of commencement of the work.

(e) The contractor should give a certificate to the effect that the Engineer/Sub Engineer is exclusively under his employment.

Provided that :

(i) it is not necessary for the contractor, who is himself an Engineer/Sub-Engineer, to employ another Graduate Engineer/Sub-Engineer for the supervision of work.

(ii) the retired Assistant Engineer who is holding a diploma may be treated at par with a Graduate Engineer for operation of above clause.

In case the contractor fails to employ the technical staff as aforesaid he shall be liable to pay to the Krishi Upaj Mandi Samiti a sum of Rs. 10,000/- (Rs. Ten thousand) only for each month of default in the case of Graduate Engineer and Rs. 5000 (Rs. Five thousand) only for each month of default in case of Diploma Holder Sub-Engineer.

8. Agreement : 8.1 Execution of Agreement : The tenderer whose tender has been accepted hereinafter

referred to as the contractor, shall produce an appropriate valid solvency certificate, if so required by the Mandi Samiti and will execute the agreement in prescribed form, within a fortnight of the date of communication of the acceptance of his tender by competent authority. Failure to do so will result in the earnest money being forfeited to the Krishi Upaj Mandi Samiti and tender being cancelled. The tenderer shall also be debarred for tendering for next one year.

8.2 Conditions Applicable for Contract : All the conditions of tender notice will be binding

on the contractor in addition to the conditions of the contract in the prescribed form :

8.3 Following documents annexed with the N.I.T. shall also form part of the contract.

Annexure ‘A’ - Technical Qualification of Tenderer For Pre Qualification

Annexure ‘B’ - Brief Specifications for the Work. Annexure ‘C’ - Schedule of Items of work to be Executed.

Annexure ‘D’ - List of Approved Water Supply and Sanitary Fittings / Electrical Accessories.

Annexure ‘E’ - Requirement of Construction Equipments for Building

Works. Annexure ‘F’ - Requirement of Instruments on Work Site. Annexure ‘G’ - Testing of Material and Methodology.

Annexure ‘H’ - List of Mandatory Tests and Minimum Frequency thereof for Building Works.

Annexure ‘I’ - Requirement of Equipments for Testing Laboratory at

the Site for Building Works.

Annexure ‘J’ - Requirement of Technical Personnel with Qualification and Experience for Building Works.

Annexure ‘K’ - Requirement of Construction Equipments for Road

Works.

Annexure ‘L’ - Requirement of Equipments for Field Testing Laboratory for Road Works.

Annexure ‘M’- List of Mandatory Tests and Minimum Frequency thereof for Road Works.

Annexure ‘N’ - Requirement of Technical Personnel with Qualification and Experience for Road Works.

Annexure ‘O’ - Model Rules Relating to Layout, Water Supply and

Sanitation in Labour Camps.

Annexure ‘P’ - Contractor Labour Regulations

KRISHI UPAJ MANDI SAMITI

HARDA District HARDA

PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS

(FORM "A")

Issued to Shri/Mr./Ms. ……………………………………….……………………………………. Name of Work - ----------------------------------------------------------------------------------------- Amount of contract Rs. ----------------------------- Amount of Earnest Money Deposit Rs ----------------- Cost of Tender Form Rs.---------------------------- Time allowed for completion -------------- months including rainy season Date of Opening Tender -----------------------------

Secretary

Krishi Upaj Mandi Samiti Harda

General Rules and Directions for Guidance of Contra ctors

1. Tenders must be invited for all works, proposed to be given on contract unless the amount of work proposed to be given on contract is Rs. 15000 or less. Detailed notice inviting tenders shall be pasted in public places signed by the authority inviting the tenders.

Detailed notice inviting tenders will state the work to be carried out as well as the date for submitting and opening tenders and the time allowed for carrying out the work, also amount of earnest money to be deposited with the tender and amount of security deposit to be deposited by successful tenderer and the percentage, if any, to be deducted from the bills. It will also state whether a refund of quarry fees, royalties and ground rent will be granted. Copies of the specifications, designs and drawings and schedule of items and rates of various description of work and any other documents required in connection with the work signed for the purpose of identification by the authority competent to approve the tender shall also be open for inspection by the contractor at the office of the authority selling the tender forms during office hours.

Further that the schedule of items along with the rates payable shall be attached to the tender documents and in the event of variation in rates given in such schedule with the Schedule of Rates (SOR) the rates given in the SOR approved by the competent authority shall prevail.

2. In the event of the tender being submitted by a firm, it must be signed separately by each member there of. In the event of absence of any partner it must be signed on his behalf by a person holding power of attorney authorizing him to do so. Such power of attorney should be produced with tender and it must disclose that the firm is duly registered under the Partnership Act.

3. Any person, who submits a tender, shall fill up the rate above, below or at par with the SOR specified in rule 1 he is willing to undertake the work. Only one rate of percentage above, below or at par with the SOR on all the scheduled items shall be named. Tenders which propose any alteration in work specified in N.I.T. or in the items allowed for carrying out the work or which contain any other conditions of any sort will be liable

to rejection. No single tender shall include more than one work but the tenderers who wish to tender for two or more works shall submit a separate tender for each. Tenders shall have the name and number of work to which they refer, written outside envelope.

4. The authority receiving the tenders or his duly authorised assistant, will open tenders in the presence of any intending tenderers who may be present at that time, and will enter the amount of the several tenders in a comparative statement in suitable form. Receipts of earnest money will be given to all tenderers except those whose tenders are rejected, and whose earnest money is refunded on the day the tenders are opened.

5. The officer competent to dispose of the tenders shall have right of rejecting all or any of the tenders.

6. The receipt of a clerk for any money paid by the tenderer will not be considered as an acknowledgement of payment for selling the tender form and the tenderer shall be responsible for seeing that he procures a receipt signed by that authority or any person duly authorised by him.

7. The memorandum of work tendered for and the schedule of material to be supplied by the Krishi Upaj Mandi Samiti and their issue rates be filled in and completed before the tender form is issued. If a form is issued to an intending tenderer without having been so filled in and completed he shall request the office to have this done before he completes and delivers his tender.

TENDER FOR WORK

I/we hereby tender for the execution, for the Krishi Upaj Mandi Samiti of the work specified in the under written memorandum with in the time specified in such memorandum at (in) figures (in words)………………………………………………….. ……………………………………….……………………………….. percent below/above or at par with the rates entered in the schedule mentioned in rule 1 and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in rule 1 thereof and in clause 12 of the annexed conditions, and with such material as are provided for by Mandi Samiti and in all other respects, in accordance with such conditions as far as applicable.

MEMORANDUM

(a) Name of Work ....... -----------------------------------------------------------------------------------

(b) Cost of work put to tender Rs. -------------------------

(c) Earnest Money Deposit Rs. ----------------------------

(d) Security deposit (including earnest money) 5% in case of building works and 10% in case of road works.

(e) Percentage, if any, to be deducted from bills – as per rule.

(f) Time allowed for the work from written order, to commence the work ----------months including rainy season.

Should this tender be accepted, I/we hereby agree to abide by and fulfill all the terms and provisions of the said conditions of contract annexed hereto as far as applicable, or in default, thereof to forfeit and pay to the Krishi Upaj Mandi Samiti or its successors in office the sums of money mentioned in the said condition. A separate sealed cover duly superscribed containing earnest money deposit the full value of which is to be absolutely forfeited to the said Mandi Samiti or his successor in office, without prejudice to any other rights or remedies of the said Mandi Samiti or his successor in office should I/we fail to commence the work specified in the above memorandum or should I/we not deposit the full amount of security deposit specified in the above memorandum in accordance with clause 1 of the said conditions of the contract, otherwise the same shall be retained by the Mandi Samiti on account of such security deposit as aforesaid or the full value of which shall be retained by Mandi Samiti on account of the security deposit specified in clause 1 of the said conditions of the contract.

.............................................. …..............................................

Signature of witness to Signature of the contracto r before contractor's Signature submission of Tender

Dated the .......... day of .............. 20 ….... Dated the ......... day of ….. 20…

Address of the witness ………………………………………

Occupation of the witness …………………………………..

The above tender is hereby accepted by me on behalf of the Krishi Upaj Mandi Samiti.

Dated the ..................... day of .............. 20 ..............

................................. Signature of the officer by

Whom the tender accepted

CONDITIONS OF CONTRACT DEFINITION:

1. The "contract" means, the documents, forming the Detailed Notice Inviting Tenders and tender documents submitted by the tenderer and the acceptance thereof including the formal agreement executed between the Krishi Upaj Mandi Samiti and the contractor.

2. In the contract the following expression shall unless otherwise required by the context have the meaning hereby respectively assigned “works” to them

(a) The expression "Works" or “Work” shall unless thereby mean something either in the subject or context repugnant to such construction be construed and taken to mean the works or by virtue of the contract construed to be executed whether temporary or permanent and whether original, altered, substituted or additional.

(b) "Site" shall mean the land and/or other places on, into or through which work is to be executed under the contract or any adjacent land path, or street through which work is to be executed under the contract or any adjacent land or street which may be allotted or used for the purpose of carrying out the contract.

(c) “Mandi Board” means Madhya Pradesh State Agricultural Marketing (Mandi) Board.

(d) “Managing Director” means "Managing Director of the Madhya Pradesh State Agricultural Marketing (Mandi) Board and his successors in office.

(e) "Engineer-in-Charge" means the Executive Engineer of Madhya Pradesh State Agricultural Marketing (Mandi) Board of the concerned Region who shall supervise and be in charge of the work.

(f) "Mandi Samiti" means Krishi Upaj Mandi Samiti.

(g) “Chief Engineer” means the Chief Engineer of the Madhya Pradesh State Agricultural Marketing (Mandi) Board and his successors in office.

Note :- "Words" Imparting the singular number include plural number and vice-versa

SECURITY DEPOSIT CLAUSE 1 : The person whose tender may be accepted (hereinafter called the contractor

which expression shall unless excluded by or repugnant to the context, include his heirs, executers, administrators, representatives and assigns) shall permit the Mandi Samiti at the time of making any payments to him for the value of work done under the contract to deduct the security deposit as under :-

The security deposit to be taken for the due performance of the contract under terms and conditions printed on the tender form will be the earnest money plus a deduction of five percent in case of building works and ten percent in case of road works from the payments made in the running bills, till the two together amount to five / ten percent of the cost of work put to tender or five / ten percent of the cost of the work executed when the same exceed the cost of work put to tender.

COMPENSATION FOR DELAY

CLAUSE 2 : The time allowed for the carrying out the work, as entered in the tender form, shall be strictly observed by the contractor and shall be deemed to be essence of the contract, and shall be reckoned from the date of written order to commence the work. The work shall throughout the stipulated period of contract be proceeded with all due diligence keeping in view that time is the essence of the contract. The contractor shall be bound in all cases, in which the time allowed for any work exceeds one month to complete 1/8th of the whole work before 1/4th of the whole time allowed under the contract has elapsed, 3/8th of the work before 1/2 of such time has elapsed and 3/4th of the work before 3/4th of such time has elapsed. In the event of the contractor failing to comply, with the above conditions, the Executive Engineer shall levy on the contractor, as compensation an amount equal to;-

(1) 1/2 percent of the value of work per week in respect of work costing upto Rs. 2,00,000.

(2) 3/8 percent of the value of work per week in respect of work costing above Rs. 2,00,000 and up to Rs. 5,00,000.

(3) 1/4 percent of the value of work per week in respect of work costing above Rs. 5,00,000 and up to Rs. 10,00,000.

(4) 1/8 percent of the value of work per week in respect of work costing above Rs. 10,00,000 and up to Rs. 25,00,000.

(5) 1/16 percent of the value of work per week in respect of work costing above Rs. 25,00,000.

The total amount of compensation under the provisions of this clause shall be limited to six percent of the value of work. However, the decision of Chief Engineer shall be final.

The delay in departmental assistance ingrained in the contract will be taken duly into account while recovering any compensation for the delay in the scales prescribed above. Where the Engineer-in-Charge decides that the contractor is liable to pay compensation for not giving proportionate progress under this clause and the compensation is recommended during the intermediate period such compensation shall be kept in deposit and shall be refunded if the contractor subsequently makes up the progress for the lost time, within the period of contract including extension granted, if any.

ACTION WHEN THE WORK IS LEFT INCOMPLETE, ABANDONED OR

DELAYED BEYOND THE PERMITTED LIMIT ALLOWED BY

THE EXECUTIVE ENGINEER

CLAUSE 3: In any case in which under any clause or clauses of this contract the contractor shall have rendered himself liable to pay compensation amounting to the whole of his security deposit (whether paid in one sum or deducted by installments) or committed a breach of any of the rules contained in clause-24 or in the case of abandonment of the work except due to permanent disability or death of the contractor or any other cause, the Secretary Krishi Upaj Mandi Samiti on behalf of the Mandi Samiti shall give a notice before 15 days for work costing up to Rs. 10.00 lakhs and before 30 days for work costing above Rs. 10.00 lakhs and in the event of the contractor failing to comply with the directions contained in the said notice shall have the power to adopt any of the following courses, as he may deem best in the interest of the Mandi Samiti.

(a) To rescind the contract (of which rescission notice in writing to the contractor under the hand of the Executive Engineer shall be conclusive evidence) and in which case the security deposit of the contractor shall stand forfeited and be absolutely at the disposal of Mandi Samiti.

(b) To employ labour paid by the Mandi Samiti and to supply material to carry out the work or any part of the work, debiting the contractor with cost of the labour and the price of material (of the amount of which cost and price certificate of the Executive Engineer shall be final and conclusive against the contractor) and crediting him with the value of the work done in all respects in the same manner and the same rates as if it had been carried out by the contractor under the terms of contract or the cost labour and the price of material as certified by Executive Engineer whichever is less. The certificate of the Executive Engineer as to the value of the work done shall be final and conclusive against the contractor.

(c) To measure up the work of the contractor and to take such part there of as shall be unexecuted out of his hands to give it to another contractor to complete in which case any expenses which may be incurred in excess of the sum which would have been paid to the original contractor if the whole work had been executed by him (of the amount of which excess certificate in writing of the Executive Engineer shall be final and conclusive) shall be borne and paid by the original contractor and may be deducted from any money due to him by Mandi Samiti under the contract or otherwise or from his security deposit or the proceeds of sale there of or a sufficient part thereof.

In the event of any of the above courses being adopted by the Mandi Samiti, the contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any material or entered into agreements or made advances on account of or with a view to execution of the work or the performance of the contract, and in case the contract shall be rescinded under the provision aforesaid the contractor shall not be entitled to recover or be paid any sum for any work thereto for actually performed under the contract unless and until the Executive Engineer have certified in writing the performance of such work and the value payable in respect there of, and he shall only be entitled to be paid the value so certified.

Wherever action is taken under clause 3 (a) the contractor's bill shall be finalised up within three months from the date of rescission both in the case of building works and road works.

POWER TO TAKE POSSESSION OF, REQUIRE REMOVAL OF MAT ERIAL, TOOLS AND PLANTS OR SALE OF THE CONTRACTORS PLANTS etc.

CLAUSE 4 : In any case in which any of the powers conferred upon the Mandi Samiti by clause-3 hereof shall have become exercisable and the same shall not be exercised, the non exercise thereof shall not constitute a waiver of any of the condition hereof and such power shall not withstanding be exercisable in the event of any future case of default by the contractor for which by any clause or clauses hereof he is declared liable to pay compensation shall remain unaffected. In the event of the Mandi Samiti putting in force either of the power (a), (b) or (c) vested in him under the preceding clause he may if he so desires, take possession of all or any tools, plant, material and store in or upon the works, or the site thereof or belonging to the contractor or procured by him and intended to be used for the execution of the work or any part there of, paying or allowing for the same in account at the contract rates, or in case these not being applicable at current market rates to be certified by Executive Engineer whose certificate thereof shall be final, otherwise the Mandi Samiti may by notice in the writing to the contractor or his clerk of the works, foreman or other authorized agent require him to remove such tools, plant, material or store from the premises (within a time to be specified in such notice) and in the event of the contractor's failing to comply with any such requisition, the Mandi Samiti may remove them at the contractor's expenses or sell them by auction or private sale on account of the contractor and at his risk in all respects and a certificate of the Executive Engineer as to the expense of any such removal and the amount of the proceeds and expense of any such sale shall be final and conclusive against the contractor.

EXTENSION OF TIME

CLAUSE 5 : If the contractor shall desire an extension of the time for completion of the work

on the grounds of his having been unavoidably hindered its execution or any

other ground he shall apply in writing to the Secretary Mandi Samiti within

thirty days of the date of the hindrance on account of which he desires such extension as aforesaid and the Secretary Mandi Samiti with whom he has

signed the agreement shall if in his opinion (which shall be final) reasonable grounds are shown therefor, may authorise such extension for a period not

exceeding three months. Extension beyond three months but not exceeding six

months may be authorized by the Executive Engineer. Any further extension shall be subject to prior sanction of the Chief Engineer (grounds to be shown

therefor). If any extension applied for is proposed to be refused, the competent

authority shall give the contractor an opportunity to be heard before taking final

decision.

FINAL CERTIFICATE

CLAUSE 6 : On completion of the work contractor shall be furnished with a certificate by the Executive Engineer hereinafter called Engineer-in-Charge of such completion in the from appended at the end but neither such certificate shall be given nor shall the work be considered to be complete until the contractor shall have removed from the premises, on which the works shall be executed all scaffolding, surplus material and rubbish and cleaned of the dirt from all wood work, doors, windows walls, floors or other parts of any building in, upon or about which the work is to be executed or of which he may have had possession for the purpose the execution thereof nor until the work shall have been measured by the Engineer-in-Charge whose measurements shall be binding and conclusive against the contractor. If the contractor shall fail to comply with the requirement of this clause as to removals of scaffolding, surplus material and rubbish, and cleaning of dirt on or before the date fixed for the completion of the work the Engineer-in-Charge may, at the expense of the contractor, remove such scaffolding, surplus material and rubbish and dispose off the same as he thinks fit and clean off such dirt as aforesaid and the contractor shall forthwith pay the amount of all expenses so incurred and shall have no claim in respect of any such scaffolding or surplus material as aforesaid except for sum actually realized by the sale thereof.

PAYMENT ON INTERMEDIATE CERTIFICATE TO

BE REGARDED AS ADVANCES

CLAUSE 7 : No payment shall ordinarily be made for works estimated to cost less than Rs. 1,000 (Rs. One Thousand) till after the whole of the work shall have been completed and certificate of completion given, but if intermediate payment during the course of execution of work is considered desirable in the interest of work, the contractor may be paid at the discretion of the Engineer-in-charge. But in the case of works estimated to cost more than rupees one thousand the contractor shall on submitting the bill therefor be entitled to receive a monthly payment proportionate to the part thereof then approved and passed by the Engineer-in-charge, whose certificate of such approval and passing of the sum so payable shall be final and conclusive against the contractor. But all such intermediate payments shall be regarded as payment by way of advance against the final payment for works actually done and completed and shall not preclude the requiring of bad unsound and imperfect or unskillful work to be removed and taken away and reconstructed or rejected or be considered as an admission of the due performance of the contract, or any such part thereof, in any respect or the occurring of any claim, nor shall it conclude, determine, or effect in any way the powers of Engineer-in-Charge under these conditions or any of them as to the final settlement and adjustment of the accounts or otherwise or in any other way vary or effect the contract. The final bill shall be submitted by the contractor within one month of the date fixed for completion of the work, otherwise the Engineer-in-Charge’s certificate of the measurements and of total amount payable for the work accordingly shall be final and binding on all the parties.

Bill to be Submitted Monthly Clause 8 : A bill shall be submitted by the contractor each month on or before the date

fixed by the Engineer-in-Charge for all the works executed in the previous month, and the Engineer-in-Charge shall take or cause to be taken the requisite measurements for the purpose of having the same verified and the claim, as far as admissible, adjusted, if possible before the expiry of ten days from the presentation of the bill. If the contractor does not submit the bill within the time fixed as aforesaid the Engineer-in-Charge may depute subordinate to measure up the said work in the presence of the contractor whose counter-signature to the measurement list will be sufficient warrant and the Engineer-in-Charge may prepare a bill from such list which shall be binding on the contractor in all respect.

Bill to be on Printed Form CLAUSE 9 : The contractor shall submit all the bills on printed form to be had on application

at the office of the Engineer-in-Charge and the charges in the bills shall always be entered at the rates specified in the tender or in case of any extra work ordered in pursuance of these conditions and not mentioned or provided for in the tender at the rates hereinafter provided for such work.

The deduction or addition, as the case may be, of the percentage will be calculated on the amount of the bill for the work done after deduction of the cost of material supplied by Mandi Samiti at the rates specified in the agreement.

RECEIPTS TO BE SIGNED BY PARTNERS OR PERSON HAVING

AUTHORITY TO DO SO

CLAUSE-10 : Receipts for payment made on account for work when executed by a firm must also be signed by the several partners, except where the contractors are described in their tender as a firm, in which case the receipt must be signed in the name of the firm by one of the partners, or by some other person having authority to give effectual receipt for the firm.

STORE TO BE SUPPLIED BY THE MANDI SAMITI

CLAUSE 11: (a) Material to be supplied by the Mandi Samiti will be shown in the schedule provided in the contract. Such material shall be supplied for the purpose of contract only and the value of material so supplied shall be deducted at the specified rates as and when material are consumed in items of work for which payments are made. All such material shall remain the absolute property of the Mandi Samiti and shall not be removed from the site.

(b) All such material which are rendered surplus shall be returned by the contractor at the place of issue at his own expenses. Only such material as are in good condition shall be taken back as decided by the Engineer-in-Charge.

(c) In case of material incorporated in the schedule proper daily account shall be kept by the contractor. This account shall be open for inspection by the

Engineer-in-Charge at all reasonable times. The contractor shall submit a report with each bill to the Engineer-in-Charge of consumption and balance of material supplied by the Mandi Samiti. If any such material, so issued does not tally with the progress of work or departmental account the contractor shall be charged for such shortage at double the issue rate or double the market rate, whichever is more as on the date of such detection.

(d) If at any time subsequent to the execution of a contract on a through rate basis, the contractor desires the issue to him for use on a work, of material which exist in Mandi Samiti’s store but the supply where of by Mandi Samiti was not provided for in the contract the material shall not be issued except with the express authority of the Executive Engineer who should specify, in each case, rate to be charged of the material inclusive of delivery at a place where they are stored. The rate charged shall be market rate prevailing at the time of supply or the issue rate, whichever is more. No carriage or incidental charges shall be borne by Mandi Samiti in connection with the supply. Such supply of material by the Mandi Samiti shall not be treated as sale.

(e) For the material intended to be supplied by the Mandi Samiti as mentioned in the schedule in tender form required as per immediate progress of work could not be given for any reason the contractor shall be granted extension of time under clause-5 of the agreement. If, however, such supplies are not made within 50% extra time beyond the completion period as per contract it shall be open to the contractor either to determine the contract or request for extension of time.

WORK TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATIO NS, DRAWINGS, ORDERS ETC.

CLAUSE 12 : The contractor shall execute the whole and every part of the work in the most substantial and workman like manner and both as regards material and otherwise in every respect in strict accordance with the specifications. The contractor shall also conform exactly, fully and faithfully to the designs, drawings and instructions in writing relating to the work signed by the Engineer-in-Charge and lodged in his office and to which the contractor shall be entitled to have access at such office or on the site of the work for the purpose of inspection during office hours and the contractor shall, if he so requires, be entitled at his own expenses to take or cause to be made copies of the specifications and of all such designs, drawings and instructions as aforesaid.

Central P.W.D. specifications shall apply along with the various I.S.I. Codes. In the case of any variance the following order of precedence shall prevail :-

(1) Specifications as per N.IT.

(2) Specifications as per S.O.R. of the Mandi Board.

(3) I.S.I. Codes / MoRT&H Specifications for Road and Bridge Works.

(4) Central PW.D. Specifications.

Mode of measurement for building / road work shall be as provided in the S.O.R. applicable to the contract. Where such mode of measurement is not

specified in the S.O.R. it shall be done as per I.S.I. code of building measurements/MoRT&H Specifications for Road and Bridge Works. However, if any mode of measurement is specifically mentioned in the N.I.T. the same will get precedence over all the above.

ADDITIONS ALTERATIONS IN SPECIFICATIONS AND DESIGNS

CLAUSE 13 : The Engineer-in-Charge shall have power to make any alteration in, omission from, addition to or substitution for the original specifications, drawings, designs and instructions that may appear to him to be necessary or advisable during the progress of the work and the contractor shall be bound to carry out the work in accordance with any instructions which may be given to him in writing signed by the Engineer-in-Charge and such alterations, omissions, additions or substitutions shall not invalidate the contract and any altered, additional or substituted work which the contractor may be directed to do in the manner above specified as part of the work shall be carried out by the contractor on the same conditions in all respects on which he agreed to do the main work and at the same rates as are specified in the tender for the main work provided the total value of such increased or altered or substituted work does not exceed 25% of the amount put to tender inclusive of contractor's percentage. If such value exceeds 25% it shall be open to the contractor either to determine the contract or apply for extension.

EXTENSION OF TIME IN CONSEQUENCE OF ALTERATIONS

The time for the completion of the work shall be extended in the proportion that the altered, additional or substituted work bear to the original contract work and certificate of the Engineer-in-Charge shall be conclusive as to such proportion.

RATES FOR WORK NOT IN SCHEDULE OF RATES APPLICABLE

TO THIS WORK

And if the altered, additional or substituted work includes any class of work for which no rate is specified in this contract, then such classes of work shall be carried out at the rates entered in the applicable schedule of rates which was in force on the date of tender provided that when the tender for the original work at a percentage below/above the schedule of rates, the altered, additional or substituted work required, as aforesaid, shall be chargeable at the said schedule of rate minus/plus the same percentage and if such class of work is not entered in and arrange to carry it out in such manner as may be considered advisable. If the contractor commence work or incur any expenditure, in regard thereto before the rates shall have been determined as lastly herein before mentioned then in such case he shall only be entitled to be paid in respect of the work carried out and expenditure incurred by him prior to the date of the determination of the rate as aforesaid according to such rate or rates as shall be fixed by the Engineer-in-Charge. In the event of dispute the decision of the Chief Engineer shall be final.

If during the course of execution, where it is found necessary that certain items of work not provided for in the S.O.R. concerned required to be carried out then the Engineer-in-Charge shall identify such item/items including approximate quantity thereof and ask the contractor to submit his rate in writing supported by requisite data within a period of seven days. The Engineer-in-Charge shall obtain approval/modification of the proposed rate from the competent authority and communicate the same with in a period of four weeks to the contractor. In case the contractor agrees to the above rates as fixed by the competent authority then they shall form a part of supplementary schedule of the contract agreement. If the contractor does not agree to the rate fixed by competent authority then it shall be open for the Engineer-in-Charge to get the work executed through any other agency. The contractor will not, however, be entitled to any compensation due to delay or hindrance or loss of profit accruing on account of this extra work executed by alternative agency.

If the contractor commences non-scheduled work or incurs expenditure in regard thereto before the rates have been determined by the competent authority then he shall be entitled for payment for the work done as may be finally decided by the competent authority. In the event of dispute the decision of the Managing Director shall be final.

NO CLAIM TO ANY PAYMENT OR COMPENSATION FOR ALTERAT ION IN,

OR RESTRICTION OF WORK

CLAUSE 14 : If at any time after the execution of the contract documents the Engineer-in-Charge shall for any reason, whatsoever, require the whole or any part of the work as specified in the tender to be stopped for any period or shall not require the whole or part of the work to be carried out at all or to be carried out by the other contractor, he shall give notice in writing of the fact to the contractor who shall thereupon suspend or stop the work totally or partially as the case may be.

In such case, except as provided here under, the contractor shall have no claim to any payment of compensation, whatsoever, on account of any profit or advantage which he might have derived from the execution of the work in full but which he did not so derive in consequence of the full amount of the work not having been carried out or on account of any loss that he may be put to on account of material purchased, or for unemployment of labour recruited by him. He shall not also have any claim for compensation by reason of any alterations having been made in the original specifications, drawings, designs and instructions, which may involve any curtailment of the work as originally contemplated. Where, however, material have already been purchased or agreed to be purchased the contractor shall be paid for such material at the rates determined by the Engineer-in-Charge provided they are not in excess of requirements and are of approved quality and or shall be compensated for the loss, if any, that he may be put to in respect of material agreed to be purchased by him, the amount of such compensation to be determined by the Engineer-in-Charge whose decision shall be final. If the contractor suffers any loss on account of his having to pay labour charges during the period during which the stoppage of work has been ordered under this clause the contractor shall on application be entitled to such compensation on account of labour charges as the Engineer-in-Charge, whose decision shall be final,

may consider reasonable provided that contractor shall not be entitled to any compensation on account of labour charges, if in the opinion of the Engineer-in-Charge, the labour could have been employed by the contractor else where for the whole or part of the period during which the stoppage of the work has been ordered as aforesaid. If the total duration of suspension of the work is more then six months than the suspension of the work will be considered as permanent stoppage of the work and the contractor can determine the contract, if he so desires.

TIME LIMIT FOR UNFORSEEN CLAIMS

CLAUSE 15 : Under no circumstances whatsoever shall the contractor be entitled to any compensation from the Mandi Samiti on any account unless the contractor shall have submitted a claim in writing to be the Engineer-in-Charge within one month of the cause of such claim occurring.

ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK

CLAUSE 16 : If at any time before the security deposit is refunded to the contractor it shall appear to the Engineer-in-Charge or his subordinate in charge of the work that any work has been executed with unsound imperfect or unskillful workmanship or with material of inferior quality, or that any material or articles provided by him for the execution of the work are unsound or of a quality inferior to that contracted for, or are otherwise not in accordance with the contract, it shall be lawful for the Engineer-in-Charge to intimate this fact in writing to the contractor and then notwithstanding the fact that the work ,material or article complained of may have been inadvertently passed, certified and paid for the contractor shall be bound forthwith to rectify remove and reconstruct the work so specified in whole or in part, as the case may require or if so required shall remove the material or articles so specified and provide other proper and suitable material or articles at his own proper charges and cost, and in the event of his failing to do so within a period to be specified by Engineer-in-Charge in the written intimation as aforesaid the contractor shall be liable to pay compensation at the rate of one percent on the amount of contract put to tender every day not exceeding 10 days during which failure continues and in the case of any such failure the Engineer-in-Charge may rectify or remove and re-execute the work or remove and replace the material or articles complained of, as the case may be, at the risk and expense in all respect of the contractor. Should the Engineer-in-Charge consider that any such inferior work or material as described above may be accepted or made use of, it shall be within his discretion to accept the same at such reduced rates as he may fix therefor.

WORK TO BE OPEN FOR INSPECTION CONTRACTOR OR RESPONSIBLE

AGENT TO BE PRESENT

CLAUSE 17 : All work under or in course of execution or executed in pursuance of the contract shall at all times be open to the inspection and supervision of the

Engineer-in-Charge and his subordinates and the contractor shall at all times during the usual working hours, and at all other times at which reasonable notice of intention of the Engineer-in-Charge or his subordinates to visit work shall have been given to the contractor, either himself be present to receive orders and instructions or have a responsible agent duly accredited in writing present for that purpose. Orders given to the contractor's agent shall be considered to have the same force as if they had been given to the contractor himself.

NOTICE TO BE GIVEN BEFORE WORK IS COVERED UP

CLAUSE 18 : The contractor shall give not less then five day's notice in writing to the Engineer-in-Charge or his subordinate in charge of the work before covering up or otherwise placing beyond the reach of measurement any work in order that the same may be measured and correct dimensions thereof be taken before the same is so covered up or placed beyond the reach of measurement, any work without the consent in writing of the Engineer-in-Charge or his sub-ordinate in charge of the work and if any work shall be covered up or placed beyond the reach measurement without such notice having been given or consent obtained the same shall be uncovered at the contractor's expenses or in default thereof no payment or allowance shall be made for such work or the material with which the work was executed.

CONTRACTOR LIABLE FOR DAMAGE DONE AND FOR IMPERFECTIONS AFTER COMPLETION CERTIFICATE

CLAUSE 19 : If the contractor or his work people or servants shall break, injure or destroy any part of building in which they may be working or buildings, roads, fences, enclosures, water pipes, cables, drains, electric or telephone posts or wires, trees, grass, or grass land or cultivated ground contiguous, to the premises on which the work or any part of it is being executed or if any damage shall happen to the work while in progress, from any cause whatever, or any imperfections become apparent in it within twelve months (thirty six months in the case of road) after a certificate final or otherwise of its completion shall have been given by the Engineer-in-Charge or as aforesaid the contractor shall make good the same at his own expense or in default the Engineer-in-Charge may cause the same to be made good by other workman, and deduct the expense (of which the certificate of the Engineer-in-Charge shall be final) from any sums that may be then or at any time thereafter may become due to the contractor or from his security deposit, or the proceeds, or sale thereof or of a sufficient portion thereof.

The contractor hereby also covenants that it shall be his responsibility to see that the building constructed under this contract does not leak during the period of two consecutive rainy seasons after its completion and if any defects are pointed out to him by the Engineer-in-Charge during the said period the same shall be removed by him at his own expenses or in default the Engineer-in-Charge may get them removed and deduct the expenses thereof from any sum that may be then due to or may become due to the contractor or from the security deposit of the contractor. 20% cost of the roof

shall notwithstanding any thing contained in this clause be retained, till the roofs are tested during two consecutive rainy seasons as aforesaid and the defects are fully removed and if any amount still remains due to this account after making deductions as aforesaid the same may be recovered from him as an arrears of land revenue.

CONTRACTOR TO SUPPLY PLANT, LADDERS, SCAFFOLDING,

ETC.

CLAUSE 20 : The contractor shall supply at his own cost material (except such special material if any as may in accordance with the contract be supplied form the Engineer-in-Charge's store) plants, tools, appliances, implements, ladders, cordage, tackle scaffolding and temporary works requisite for the proper execution of the work, whether original, altered or substituted and whether included in the specifications or other documents forming part of the contract or referred to in these conditions or not or which may be necessary for the purpose of satisfying or complying with the requirements of the Engineer-in-Charge as to any matter as to which under these conditions he is entitled to be satisfied, or which he is entitled to require together with carriage therefor to and from the work. The contractor shall also supply without charge requisite number of persons with the means and material necessary for the purpose of setting out work and counting, weighing and assisting in the measurements or examination at any time and from time to time of the work, or material failing him so doing the same may be provided by the Engineer-in-Charge at the expenses of the contractor and the expenses may be deducted from any money due to the contractor under the contract or from his security deposit or the proceeds of sale thereof or of a sufficient portion there of.

Contractor is liable for damages arising form non provision of lights, fencing etc. The contractor shall also provide at his own cost except when the contract specifically provides otherwise and except for payments due under clause all necessary fencing and lights required to protect the public from accident and shall be bound to bear the expenses of defence of every suit, action or other proceeding at law that may be brought by any person for injury sustained owing to neglect of the above precautions and to pay any damage and costs which may be awarded in any such suit action or proceedings to any such person or which may with the consent of the contractor be paid to compromise any claim by any such person.

COMPENSATION UNDER SECTION 12 SUB-SECTION (1) OF THE

WORKMAN'S COMPENSATION ACT 1923

CLAUSE 21 : In every case in which by virtue of the provisions of sections 12 sub-section (1) of the Workman's Compensation Act, 1923 Mandi Samiti is obliged to pay compensation to a workman employed by the contractor in execution of the works, the Mandi Samiti will recover from the contractor the amount of compensation so paid and without prejudice to the rights of the Mandi Samiti under section (1) sub-section(2) of the said Act, Mandi Samiti shall be at liberty

to recover the amount or any part thereof by deducting it from security deposit or from any sum due by Mandi Samiti to the contractor whether under this contract or otherwise Mandi Samiti may not bound to contest any claim made against them under section 12 sub-section (1) of the said Act, except on the written request of the contractor and upon his giving to Mandi Samiti full security for all cases for which Mandi Samiti might become liable in consequence of contesting such claim.

LABOUR

CLAUSE 22 : The contractor should get himself registered under Contract Labour Regulation and Abolition Act, 1970 including its amendments after getting certificate form principal employer, who will be the Engineer-in-Charge. Model rules relating to layout, water supply and sanitation in labour camps are enclosed in Annexure–“O”. Provisions of National Building Code and MoRT&H Specifications for Road and Bridge Works in regard to construction and safety shall also be equally enforceable.

LABOUR BELOW THE AGE OF 12 YEARS

CLAUSE 23 : No labour below the age of 12 years shall be employed on the work.

FAIR WAGE

CLAUSE 24 : The contractor shall pay not less than fair wage to labours engaged by him on the work in accordance with the norms set out in Annexure – “P”

Explanation :

(a) "Fair wage" means wage whether for time or piece-work notified at the time of inviting tenders for the work and where such wages have not been so notified, the wages prescribed by the Collector of the district in which the work is done.

(b) The contractor shall not withstanding the provisions of any contract to the contrary cause to be paid a fair wage to labourers indirectly engaged on the work, including any labour engaged by his sub-contractors in connection with the said work, as if the labourers indirectly engaged on the work or as if the labourers had been immediately employed by him.

(c) In respect of labour directly or indirectly employed on the work for the performance of the contractor's part of this agreement the contractor shall comply with or cause to be complied with the Labour Act in force.

(d) The Executive Engineer, shall have right to deduct, from the moneys due to the contractor any sum required or estimated to be required for making good the loss suffered by a worker/ workers by reason of non-fulfillment of the conditions of the contract for the benefit of the workers, non payment of wages or deduction made from his or their wages, which are not justified by the terms of the contract or non-observance of the regulations.

(e) The contractor shall be primarily liable for all payments to be made under and for the observance of the regulations aforesaid without prejudice to his right to claim indemnity from his sub- contractors.

(f) The regulations aforesaid shall be deemed to be a part of this contract and any breach thereof shall be deemed to be breach of this contract.

WORK NOT TO BE SUBLET

CLAUSE 25 : The contract may be rescinded and security deposit forfeited for subletting, bribing or if contractor become insolvent:-

The contract shall not be assigned or sublet without the written approval of the Executive Engineer and if the contractor shall assign or sublet his contract, or attempt to do so, or become insolvent, commence any insolvency proceeding or make any composition with his creditors, or attempt to do so or if any bribe, gratuity, gift, loan, perquisite reward or advantage pecuniary or otherwise, shall either directly or indirectly be given promised or offered by the contractor, or any of his servants or agent to any public officer or person in the employment of Mandi Samiti in any way relating to his office or employment or if any such officer or person shall become in any way directly or indirectly interested in the contract, the Executive Engineer may thereupon by notice in writing rescind the contract, and the security deposit of the contractor shall there upon stand forfeited and be absolutely at the disposal of Mandi Samiti and the same consequences shall ensure as if the contract had been rescinded under clause 3 hereof and in addition the contractor shall not be entitled to recover or be paid for any work therefor actually performed under the contract.

If the contractor gets item/items of work executed on a task rate basis with or without material this shall not amount to sub-letting of the contract.

SUM PAYABLE BY WAY OF COMPENSATION TO BE CONSIDERED AS

REASONABLE COMPENSATION WITHOUT REFERENCE TO ACTUAL LOSS

CLAUSE 26 : All sums payable by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the use of Mandi Samiti without reference to the actual loss or damage sustained and whether or not any damage shall have been sustained.

CHANGES IN THE CONSTITUTION OF FIRM

CLAUSE 27 : In the case of a tender by partners any change in the constitution of the firm

shall be, forthwith, notified by the contractor to the Engineer-in-Charge for his

information.

WORK TO BE EXECUTED UNDER THE DIRECTIONS OF EXECUTIVE ENGINEER

CLAUSE 28 : All works to be executed under the contract shall be executed under the directions and subject to the approval in all respects of the Executive Engineer who shall be entitled to direct at what point or points and in what manner they are to be commenced and from time to time carried on.

ARBITRATION CLAUSE

CLAUSE 29 : Except as otherwise provided in this contract all questions and disputes relating to the meaning of the specifications, designs, drawings and instructions herein before mentioned and as to things whatsoever, in any way arising out of or relating to the contract designs, drawings, specifications, estimates, concerning the works or the execution or failure to execute the same, whether arising during the progress of the works or after the completion or abandonment thereof shall be referred to Chief Engineer in writing for his decision within a period of 30 days of such occurrence. Thereupon the Chief Engineer shall give his written instructions and/or decisions within a period of 60 days of such request. This period can be extended by mutual consent of the parties.

Upon receipt of written instructions or decisions, the parties shall promptly proceed without delay to comply such instructions or decisions. If the Chief Engineer. fails to give his instructions or decisions in writing within a period of 60 days or mutually agreed time after being requested or if the parties are aggrieved against the decisions of the Chief Engineer the parties may within 30 days prefer an appeal to the Managing Director who shall afford an opportunity to the parties of being heard and to offer evidence in support of his appeal. The Managing Director. will give his decision within 90 days. If any party is not satisfied with the decision of the Managing Director he can refer such disputes for arbitration to M.P. Arbitration Tribunal.

If the amount of dispute is more than Rs. 50,000=00, such dispute shall be referred for arbitration to M.P. Arbitration Tribunal constituted under the Madhya Pradesh Madhyastham Adhikaran Adhiniyam 1983.

LUMP SUM IN ESTIMATE

CLAUSE 30 : When the estimate on which a tender is made includes lump sum in respect of the work the contractor shall be entitled to payment in respect of the items of work involved or the part of the work in question at the same rates as are payable under this contract for such item, or if the part of work in question is not, in the opinion of the Engineer-in-Charge capable of measurement, the Engineer-in-Charge may at his discretion pay the lump sum amount entered in the estimate and the certificate of Engineer-in-Charge shall be final and conclusive against the contractor with regard to any sum payable to him under the provisions of this clause.

ACTION WHERE NO SPECIFICATION

CLAUSE 31 : In the case of any class of work for which there is no such specification as is mentioned in Clause 12 such work shall be carried out in accordance with the

specifications approved by the Chief Engineer for application to works in the district and in the event of there being no such specification then in such case the work shall be carried out in all respects in accordance with the instructions and requirements of the Engineer-in-Charge.

CONTRACTOR'S PERCENTAGE WHETHER

APPLIED TO NET OR GROSS AMOUNT OF BILL

CLAUSE 32 : The percentage referred to in rule 3 of the tender will be deducted from/added to the gross amount of the bill for work done after deduction of the cost of material supplied by the Mandi Samiti.

CLAIMS FOR QUANTITIES ENTERED IN THE TENDER OR ESTIMATE

CLAUSE 33 : Quantities shown in the tender are approximate and no claim shall be entertained for quantities of work executed being either more or less than those entered in the tender or estimate.

CLAIM FOR COMPENSATION FOR DELAY IN STARTING THE WORK

CLAUSE 34 : No compensation shall be allowed for any delay caused in the starting of the work on account of acquisition of land or in the case of clearance works on account of any delay in according sanction to estimate.

EMPLOYMENT OF SCARCITY LABOUR

CLAUSE 35 : If State Government declare a state of scarcity or famine to exist in any village situated within sixteen kilometers of the work, the contractor shall employ upon such parts of the work, as are suitable for unskilled labour, any person certified to him by the Engineer-in-Charge, or by any person to whom the Executive Engineer may have delegated this duty in writing, to be in need of relief and shall be bound to pay such persons wages not below the minimum which Government may have fixed in this behalf. Any dispute which may arise in connection with the implementation of this clause shall be decided by the Executive Engineer whose decision shall be final and binding on the contractor.

REFUND OF QUARRY FEES AND ROYALTIES

CLAUSE 36 : All taxes, quarry fees, royalties, octroi duties and ground rent for stacking material imposed by the Central / State Govt. or the local statutory bodies, shall be deemed to be included in the rates provided in the relevant SOR and shall be borne by the contractor. No refund on the above account shall be allowed for any item of work allotted by the Mandi Samiti to the contractor irrespective of the notes and provisions of the SOR.

Payment of final bill of the Contractor shall not be released till “No Dues Certificate from the competent authority relating to payment of royalty is submitted by the Contractor or as may be ordained or prescribed by the Government from time to time.

TECHNICAL EXAMINATION

CLAUSE 37 : The Mandi Samiti shall have the right to cause, Audit and Technical Examination of the works and the final bills of the contractor including all supporting voucher abstract, etc. to be made as per payments of the final bill and if as a result of such Audit and Technical Examination, the sum is found to have been overpaid in respect of any work done by the contractor under the contract or any work claimed by him to have been done under contract and found not to have been executed, the contractor shall be liable to refund the amount of over payment and it shall be lawful for the Mandi Samiti to recover the same form the security deposit of the contractor or from any dues payable to the contractor from the Mandi Samiti account. If it is found that the contractor was paid lesser than what was due to him under the contract in respect of any work executed by him under it the amount of such under payment shall be duly paid by the Mandi Samiti to the contractor.

In case of any audit examination and recovery consequent on the same the contractor shall be given an opportunity to explain his case and the decision of the Chief Engineer shall be final.

DEATH OR PERMANENT INVALIDITY OF CONTRACTOR

CLAUSE 38 : If the contractor is an individual or proprietary concern or partnership concern, dies during the currency of the contract or becomes permanently incapacitated where the surviving partners are only minor the contact shall be closed without levying any damages / compensation as provided in clause 3 of the contract agreement.

However, if competent authority is satisfied about the competence of his survivors then the competent authority shall enter into a fresh agreement for the remaining work strictly on the same terms and conditions, under which the contract was awarded.

PENALTY FOR BREACH OF CONTRACT

CLAUSE 39 : On the breach of any term or condition of this contract by the contractor the Mandi Samiti shall be entitled to forfeit the security deposit or the balance thereof, that may at that time be remaining and to realize and retain the same as damages and compensation for the said breach, but without prejudice to the right of the Chief Engineer to recover further sum as damage from any sums due or which may become due to the contractor by Mandi Samiti or otherwise howsoever.

NOTICE TO THE CONTRACTOR TO START WORK

Your contract for .............……………………………………………………………………….… (Name of Work) has been accepted by …………………………….on behalf of the Krishi Upaj Mandi Samiti…………………. on the ........................... day of ..................... 20 .................. and you are hereby ordered to commence the work.

SECRETARY

KRISHI UPAJ MANDI SAMITI ……………………..………………. District ..……………...………… ……

The notice to the contractor to start work from the ........................…... day of……………20….. was issued vide this office memorandum No. .................…….... dated the ................. day of …………...20………..

SECRETARY

KRISHI UPAJ MANDI SAMITI ……………………..……………….

District ..……………...…………

COMPLETION CERTIFICATE

In pursuance of clause 6 of the agreement dated ....……………............ between the contractor Shri / M/s ............................................................. and the Krishi Upaj Mandi Samiti………………….. it is hereby certified that the said contractor has duly completed the execution of the work undertaken by him there under on the ............................... day of ...............................20… .

EXECUTIVE ENGINEER

M.P. STATE AGRICULTURAL MARKETING BOARD REGIONAL OFFICE …………….…

SCHEDULE

Material to be supplied by the Mandi Samiti under clause 11 for the work to be executed at the rates to be charged for -

Particulars

( 1)

Rates at which material will be charged to the contactor

(2)

Place of delivery

(3)

Note- The tenderer while submitting the tender should see that the rates in the above schedule

have been filled in by the Mandi Samiti.

ANNEXURE – ‘A’

(Referred to in Clause 3.2 of NIT)

TECHNICAL QUALIFICATION OF TENDERER FOR PRE QUALIFI CATION

1.1 Constitution or legal status of Tenderer :-…………………………………………. (Attach copy)

Place of Registration : :-…………………………………………. Principal Place of Business : :-…………………………………………. Power of Attorney of Signatory of Tender :-…………………………………………. (Attach) Class of contractor :-…………………………………………. (Attach Photo Copy of Registration)

1.2 Total value of civil engineering construction works executed and payment received in the last three years

Attach certificate of Chartered Accountant for Turn Over of more than Rs. 40.00 lakh.

1.3 Works performed of a similar nature in any one year of the last three years.

Description of Work

Work Order

Number and date

Name of Employer/

Department

Value of contract (Rs. In lakh)

Date of issue of

work order

Stipulated period of

completion

Actual date of

completion

Gross Payment Recived

1 2 3 4 5 6 7 8

Attach certificate(s) from the Engineer(s)-in-Char ge 1.4 Information on tender capacity of tenderer (works for which tenders have been

submitted and works which are yet to be completed) as on the date of this tender:-

(A) Existing commitments and on-going works:-

Description of work

Work Order

Number and date

Name and Address of Employer

Value of Contact

(Rs. in lakh)

Stipulated period of

completion

Value of work remaining to be completed (Rs. in lakh)

Anticipated date of

completion

1 2 3 4 5 6 7

Attach certificate(s) from the Engineer(s)-in-Charg e.

Year

Total value of works executed

(turn over) (Rs. In lakh)

Payment received

(Rs. In lakh)

20.…. 20….. 20.…. 20….. 20.…. 20…..

(B) In case of work of more than Rs. 2.00 (two) crore minimum required quantities physically executed of major items of work in any of the last 3 years shall not be less than 50% of the respective quantities of major items of work shown in the schedule of items of this work.

Major Item of work

Minimum Required Quantities

Name of work

Quantity Physically Executed

Quantity Execution

Year

Name of Department

1 2 3 4 5 6

Attach certificate(s) from the Engineer(s) –in –cha rge.

1.5 Construction equipments essential for carrying out the works are given in Annexure ‘E’ & ‘K’. The tenderer should list all the information required below.

Name of

equipment Requirement Available / To be procured Remarks

(From whom to be purchased)

No. Capacity Owned / leased / to

be procured

No. Capacity Age / condition

1 2 3 4 5 6 7 8

1.6 Qualification and experience of key personnel proposed for deployment as per

Annexure ‘J’ and ‘N’ for execution of the Contract. Attach biographical data.

Position Name Qualification Years of experience

Years of experience in the proposed position

1 2 3 4 5

1.7 Financial reports for the last three years: balance sheets, profit and loss statements,

auditors’ report (in case of company / corporation), etc. List them below and attach copies. (applicable for the work costing more than Rs. 2.00 crore).

1.8 Information on litigation history in which the tenderer is involved.

Description of Work Name and Address of Employer

Cause of dispute Amount involved Remarks showing present status

1 2 3 4 5

1.9 Information regarding action taken against the tenderer under Clause – 3 of contract in the last three years.

Description of

Work Name and Address of Employer

Contract Number

Amount of Contract

Value of work left incomplete

Remarks if any

1 2 3 4 5 6

1.10 Work Programme and Methodology of Construction:- The tenderer should attach

descriptions, drawings and charts as considered necessary for execution of the work. He should also furnish programme of construction for execution of work within stipulated time schedule together with methodology of construction for each item of work.

1.11 Attach photo copy of documents as required in Claus e 4.5 of Detailed Notice

Inviting Tenders. 1.12 General: - The tenderer shall be disqualified if it is found that he has made

misleading or false representation in the form, statements and attachments submitted with the tender documents. Every page of the submitted documents should be self attested by the tenderer. An affidavit (Notarized) on Non–Judicial stamp of Rs.100/- (or as applicable) should also be submitted along with the documents in which it must be clearly stated that the enclosed papers and information are true in all respect.

ANNEXURE – ‘B’

(Referred to in Clause 5.1 of NIT)

Brief Specifications for the Construction ………………………………

…………………………………………………………………….…….(Name of work)

ANNEXURE – ‘C’

(Referred to in Clause 5.1 of NIT)

Schedule of Items to be Executed for the Constructi on………………………… ………………………………………………………………………….(Name of work)

S.No. Chapter Number of

SOR

S.No. of SOR

Particulars of item of work as per SOR

Unit Quantity Rate

1 2 3 4 5 6 7

ANNEXURE- ‘D’

(Referred to in Clause 5.4.1 (b) & 5.5.2 of NIT)

List of Approved Water Supply and Sanitary Fittings / Electrical Accessories

ANNEXURE – ‘E’ (Referred to in Clause 3.4 & 5.4.1 (c) of NIT)

Requirement of Construction Equipments for Building Works

S.No. Name of Equipment

Quantity

(i) Concrete mixer machine with hopper of one cement bag mix capacity with one standby.

(ii) Pin vibrator preferably electrically operated.

(iii) Platform vibrator.

(iv) Small vibrator earth master for floor filling compaction etc. if necessary.

(v) Pumps with leads etc. for water and curing .

(vi) Other necessary equipments with reference to nature of work.

Note :- The tenderer shall produce the documentary evidence in support of his owning or having confirmed access of the required equipments in good condition for the work.

ANNEXURE – ‘F’ (Referred to in Clause 5.4.1 (c) of NIT)

Requirement of Instruments on Work Site

S.No. Name of Instrument

Quantity

1. Steel tape -3m

2. Vernier calipers

3. Micrometer screw 25mm gauge

4. A good quality plumb bob

5. Spirit level minimum 30 cm long with 3 bubbles for horizontal / vertical

6. Wire gauge (circular type) disc

7. Long nylon thread

8. Rebound hammer for testing concrete

9. Dynamic penetrometer

10. Magnifying glass

11. Screw driver 30cm long

12. Ball pin hammer 100 gms

13. Plastic bags for taking samples

14. Moisture meter for timber

15. Earth resistance tests for electrical works

16. Megger for electrical works

ANNEXURE – ‘G’ (Referred to in Clause 5.4.2 (a) of NIT)

Testing of Material and Methodology

1. The material of the construction shall be got tested by the contractor as specified in relevant IS Codes/MoRT&H Specifications. Mandatory tests and frequency thereof is prescribed in Annexure ‘H’ & ‘M’. These tests shall have to be carried out by contractor invariably at his cost under guidance of the Engineer-in-Charge.

2. The equipments in good working condition required for the work shall have to be possessed or arranged by the contractor. No extra payment shall be admissible for use of equipment.

3. Steel centering and shuttering material for building and bridge works shall have to be used. The quality of centering and shuttering shall be approved by the Engineer-in- Charge. The Contractor shall have to ensure arrangement of minimum number of sets required for staging and shuttering as required for works and as directed by the Engineer-in-charge.

4. Watering and Curing.

Pumps in good working condition with leads for curing purposes of the work shall have to be as per directions of the Engineer-in-charge to ensure continuous curing required for the work.

5. Rates include the element of testing of samples of various material brought by the Contractor for use on the work. Frequency of such tests to be carried out shall not be less than the prescribed frequency. Contractor shall also have to establish a field testing laboratory at the site to be approved by the Engineer-in-Charge. The list of the equipments required for field testing laboratory is given in Annexure ‘I’ & ‘L’. The tests shall have to be conducted by the Contractor under the supervision of the Engineer-in-Charge or his authorized representative. A record of such tests shall be submitted to the Executive Engineer MPSAMB along with running account bills. The original register shall also be submitted along with the final bill. Failure to conduct any of the test or not upto the prescribed frequencies would invite following consequences:-

The Executive Engineer MPSAMB may accept the work despite the aforesaid shortcomings, subject to reduction of rate if the test results are not upto the prescribed norms and recovery of Rs.300/- for each test not conducted.

The work shall not be accepted if the reduction in the rate is more than ten percent and the work is not found safe.

6. Steel Reinforcement:

(a) Mild steel and medium tensile steel bars shall conform to IS: 432(Part-l);

(b) Hot rolled deformed bars shall conform to 1S:1139;

(c) Cold twisted bars shall conform to IS:1786;

(d) Hard drawn steel wire fabric shall conform to IS: 1566;

(e) Rolled steel made from structural steel shall conform to IS:226.

All reinforcement shall be free from loose mill scales, loose rust and coats of paints, oil, mud or other coatings which may destroy or reduce bond.

Only such steel as is obtained from main producers e.g. SAIL, lISCO, TISCO or such rolling mills as are having license from the BIS to manufacture steel for reinforcement shall be allowed to be used in the work.

The Contractor shall have to produce Test Certificate in the proforma prescribed/approved by BIS from the manufacturer for every batch of steel brought to the site of work Before commencement of use of steel, from any batch, brought to site of work by the Contractor, the Engineer-in-charge shall arrange to get samples tested for nominal mass, tensile strength, bend test and rebound test from any laboratory of his choice at the cost of contractor. The selection of test specimens and frequency shall be as per relevant IS Codes of steel to be used.

7. Where contract provides for cement to be arranged by the contractor himself only IS marked cement of relevant IS standard specifications shall be allowed to be used in the work subject to the following tests. The arrangement of necessary equipments for testing shall have to be made by the contractor himself at a site to be decided by the Engineer-in-charge. All the expenses shall be borne by the contractor. Any lot of cement brought to site by the contractor would be permitted to be used in the work under the supervision of the Engineer-in-charge or his authorized representative only after testing as prescribed hereinafter. The record of the tests shall be maintained in the register referred to in subsequent para.

Type of test required Frequency required

a) Test for initial and final setting time as per IS: 3536-1966

1 test for 10 Tonne or part thereof

b) Test for determination of compressive strength of cement as per IS: 3536-1966

1 test for 50 Tonne or part thereof

A duplicate register as per format hereunder shall be maintained at the site of work. Certified copy of the entries for each month shall be submitted to the Engineer-in-charge by the contractor. The original register shall also be submitted to the Engineer-in-charge on completion of the work by the contractor.

S.No Date of Receipt

No. of

Bags

Name and address of firm from

which purchased

Signature of Contractor or his authorized representative

Signature of Engineer-in-

Charge or his authorized

representative

Result of test for

initial and final

setting time

Result of test for

compressive strength of

cement

Remarks

1 2 3 4 5 6 7 8 9

Nominal mix would be adopted for cement concrete M-7.5, M-10 & M-15. Design mix shall have to be adopted for concrete of higher strength.

Register showing the daily consumption of cement shall also be maintained at the site of work by the Sub Engineer to ascertain the consumption as per prescribed norms.

8. Site Order Book :- A “Site Order Book” in the following format shall be maintained at site in the custody of Sub Engineer of Krishi Upaj Mandi Samiti. The Engineer-in-charge or his authorized representative or any authorized inspecting officer may record his instructions in this book, which shall be noted by the contractor or his authorized representative for compliance.

Date of Inspection

Inspection Note Compliance report Dated initials of Official-in-Charge of work

1 2 3 4

Note : At the end of inspection note the Inspecting Office r shall put his signature and designation .

9. Register of Hindrances :- Wherever any hindrance comes to the notice of Engineer-in-Charge, he should, at once, make a note of such hindrance in the “Register of Hindrances” kept at site in the following format. He should also make a report to the Executive Engineer of the occurrence of hindrance immediately. Signatures of contractor should be obtained in prescribed column of the register at the time of occurrence of hindrance and its removal. This register shall be consulted at the time of consideration of time extension case.

S.No. Description of hindrance

Reasons of

hindrance

Whether hindrance attributable

to contractor or Mandi

Samiti

Date of Dated Signature

Occurrence Removal Engineer-in-Charge

Contractor

1 2 3 4 5 6 7 8

ANNEXURE – ‘H’

(Referred to in Clause 5.4.2 (a) of NIT) List of Mandatory Tests and Minimum Frequency there of for Building Works

Material Test Relevant IS Code

Field /

Laboratory Test

Minimum quantity

of material/

work

Minimum Frequency

Sand Silt content IS: 2386 Part-I

Field 20 cum For every 20 cum or part thereof or more frequently as decided by the Engineer-in-charge

Stone Aggregate

a) Percentage of soft or deleterious material

b) Particle size distribution

c) 10% fine value d) Aggregate

impact value of Los Angles abrasion value

IS: 2386 Part-II IS: 2386 Part-I IS: 2386 Part-IV IS: 2386 Part IV

Generally visual inspection Laboratory test where required by the Engineer-in-charge or so specified Laboratory Laboratory

---------- 45cum 45cum 45 cum

a) As required by the Engineer-in-charge b) For every 45cum or part thereof or more frequently as decided by the Engineer-in-charge c) &(d) Initial test and subsequent test as and when required by the Engineer-in-charge

Cement concrete / reinforced Cement concrete not less than M15

Slump test IS : 1199 Field 15cum For every 15cum or part thereof or more frequently as decided by the Engineer-in-charge

Reinforced cement concrete

Cube strength IS: 456 Field 15 cum in slab

5 cum in columns

For every 15cum or part thereof or more frequently as decided by the Engineer-in-charge

Steel arranged by the contractor

a) Tensile strength

b) Bend test

IS: 1608

IS: 1599

Laboratory

Laboratory

20 tonne

20 tonne

For every 20 tonne or part thereof

Cement arranged by the contractor

a) Test for initial and final setting times

IS: 4031-1988

Field

10 tonne

For every 10 tonne or part thereof

Material Test Relevant IS Code

Field /

Laboratory Test

Minimum quantity

of material/

work

Minimum Frequency

b) Test for determination of compressive strength of cement

IS : 4031- 1988

Field 50 tonne For every 50 tonne or part thereof

Bricks a) Dimension b) Water absorption & efflorescence

c) Compressive strength

IS: 1077 IS: 3495 IS: 3495

Laboratory Laboratory Laboratory

100 out of 50000 100 out of 50000 100 out of 50,000

For every lot of 50,000 bricks or part thereof

Brick Tiles a) Compressive strength

b) Water absorption

IS: 3495 IS: 3495

Laboratory Laboratory

50000 50000

For every 50000 or part thereof One test for source manufacture

Marble Moisture absorption

and hardness test

IS: 1130 Laboratory Cost of marble work Rs. 50000/-

For every Rs. 50000/- or part thereof if required by the Engineer-in-charge

Timber Moisture contents IS: 11215 by moisture meter field/ laboratory test. In case of dispute as required by the Engineer-in-charge

1cum For every one cum or part thereof

Flush door a) Emerson test

b) Knife test

c) Adhesion

IS: 2191 & 22021

Laboratory 20 shutters Testing of shutters at the discretion of the Engineer-in-charge. However, a certificate from the manufacture shall be taken for the quality of the product required. Necessary testing may be done as per IS code

Aluminum door or windows fittings

Thickness of Anodic coating,

IS: 1948

Laboratory

If the cost of fittings exceed Rs. 5000/-

For every Rs. 5000 or part thereof or as required by the Engineer-in-charge

Material Test Relevant IS Code

Field /

Laboratory Test

Minimum quantity

of material/

work

Minimum Frequency

Mortis lock testing of spring ------ Laboratory 50 nos For every 100 or part thereof

Terrazzo tiles a) Transverse strength

b) Water absorption

c) Abrasion test

IS: 1237 Laboratory 2000 tiles For every 2000 tiles or part thereof

White glazed a) Water absorption

b) Crazing test

c) Impact strength test

IS: 1237 Laboratory 3000 tiles For every 3000 tiles or part thereof

ANNEXURE – ‘I’ (Referred to in Clause 5.4.2 (b) of NIT)

Requirement of Equipments for Testing Laboratory at the Site for Building Works

S.No. Name of Equipment Quantity

1. Balance

i) 7 Kg. to. 10 kg capacity, Semi self indicating type- Accuracy to 10 gm.

ii) 500 gm. capacity, semi self indicating type- Accuracy 1 gm.

iii) Pan balance-5 kg, capacity-Accuracy 10gm.

2. Ovens Electrically operated, thermostatically controlled upto 110 Degree Centigrade Sensitivity 1 degree Celsius.

3. Sieves: as per IS:460-1962

i) IS Sieves - 450mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50mm, 40mm, 25mm, 20 mm, 12.5 mm, 10mm, 6.3 mm, 1.75mm complete with lid and pan.

ii) IS Sieve - 200 mm internal dia (brass frame) consisting of 2.36 mm, 1 mm, 500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.

4. Sieve shaker capable for shaking of 200 mm and 300 mm dia sieve manually operated with timing switch assembly.

5. Equipment for slump test - slump cone, steel plate tamping rod, steel scale, scoop.

6. Dial gauge 25 mm travel- 0.01 mm /division least count - 2 nos.

7. 100 tonnes compression testing machine electrical -cum-manually operated.

8. Graduated measuring cylinders 200 ml capacity - 3 nos.

9. Enamel trays (for efflorescence test of bricks)

i) 300mmx25Omm x 40mm -2 nos.

ii) Circular places of 250 mm dia - 4 nos

ANNEXURE – ‘J’ (Referred to in Clause 3.4, 5.4.2 (d) & 7.15 (a) of NIT)

REQUIREMENT OF TECHNICAL PERSONNEL WITH QUALIFICAT ION AND

EXPERIENCE FOR BUILDING WORKS

A. Supervision of Work Position Minimum

qualification Number Minimum Experience

(in years) in similar position For work

costing less than Rs. 25

lakh

For work costing more than Rs. 25

lakh Graduate Engineer

B.E. Civil ---- 1 3

Field Engineer Diploma in Civil Engineering

1 ---- 2

B. Testing Laboratory at the Site of Work : Position Minimum

qualification Number Minimum Experience

(in years) in similar position For work

costing more than Rs. 25

Lakh

For work costing more

than Rs. 2 crore

Lab Technician Diploma in Civil Engineering

1 2 5

Lab Assistant ITI Certificate 1 2 2

ANNEXURE – ‘K’ (Referred to in Clause 3.4 & 5.6.2 (a) of NIT)

Requirement of Construction Equipments for Road Wor ks S.No. Name of Equ ipment Quantity 1. Flexible Pavement

(i) Drum type hot mix plant with appropriate capacity. (ii) Paver Finisher (3.5 to 5m wide). (iii) Diesel Road Roller. (iv) Smooth Wheeled Tandem Roller. (v) Vibratory Roller. (vi) Truck (vii) Tractor (viii) Truck/Tractor driven Water Tanker with sprinkler. (ix) Tipper 10 tons and above capacity. (x) Bitumen pressure distributor. (xi) Other necessary equipments with reference to nature of work.

2. Plain Cement Concrete (Rigid) Pavement (i) Vibratory Roller. (ii) Batching and mixing plant with automatic control. (iii) Fixed form or slip form paver with electronic sensor. (iv) Two tilting type drum mixers of at least 0.2 cu.m capacity (v) Vibrating screeds of appropriate length. (vi) A couple of needle vibrators with one stand by. (vii) Wooden tamper 100 mm x 100 mm size with mild steel shoe. (viii) Concrete saw cutler. (ix) Hand held sprayer. (x) Texturing brooms/steel or fibre brush. (xi) Straight edges of 3 m length and a master straight edge. (xii) Graduated wedge. (xiii) Appropriate tools for sealing joints as per IRC:57. (xiv) Fixed side forms measuring at least 100-150 m length. (xv) Stop-end and start-end made of steel or wooden section. (xvi) Appropriate number of wheel barrows and iron pans. (xvii) Adequate number of spades, shovels and racks. (xviii) Drilling equipment. (xix) Pump. (xx) Epoxy gun (xxi) Two sets of bulk head made of iron sheet in two halves with half

diameter circular holes in each half. (xxii) Other necessary equipments with reference to nature of work.

3. Water Bound Macadam (i) Truck/Tractor driven Water Tanker with sprinkler.. (ii) Tandem / Vibratory Roller. (iii) Camber Plate (3.5 to 5 m wide). (iv) Other necessary equipments with reference to nature of work.

4. Wet Mix Macadam (i) Pug Mill / Pan type Mixer of Batching Plant. (ii) Vibratory Roller. (iii) Paver Finisher (3.5 to 5m wide) / Motor Grader (iv) Other necessary equipments with reference to nature of work.

Note :- (i) The tenderer shall produce the documentary evidence in support of his owning or having confirmed access of the required equipments in good condition for the work. (ii) Actual requirement is subject to review with reference to size of package for completing the same in given time.

ANNEXURE – ‘L’ (Referred to in Clause 5.6.2 (a) of NIT)

Requirement of Equipments for Field Testing Laborat ory for Road Works

S.No. Name of Equipment Quantity

1. Balance -

(i) 7 kg to 10 kg capacity, semi self indicating type- Accuracy 10 gm.

(ii) 500 gm, capacity, semi self indicating type, Accuracy 1 gm.

(iii) Chemical balance, 100gm capacity- Accuracy 0.1 gm.

(iv) Pan balance -5kg, capacity, Accuracy 10gm.

(v) Platform scale 300 kg capacity.

2. Ovens - electrically operated, thermostatically controlled.

Upto 200 Degree Centigrade for determination of loss on heating of bitumen.

3. Sieves as per IS:460-1962.

i) IS Sieves -450mm of internal dia of sizes 100 mm, 80mm. 63mm 50mm. 40mm, 25mm, 20 mm, 12.5 mm, 10mm. 6.3 mm, 1.75 mm, complete with lid and pan.

ii) IS: Sieves- 200 mm internal dia (brass frame) consisting of 2.36 mm, 1mm, 500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.

4. Sieve shaker capable for shaking of 200mm and 300mm dia sieve, electrically operated with timer

5. Dial Gauge 25mm travel - 0.01 mm/division least count.

6. Load frame - 5 tonnes capacity electrically operated with speed control.

7. Aggregate impact test apparatus as per IS: 2386 - Part IV -1963

8. Compaction apparatus(Proctor) as per IS: 2720 -Part -VII- 1974

9. Modified ASHO compaction apparatus as per IS: 2720 -Part-lll-1974

10. Sand Pouring cylinder with control funnel and tube complete as per IS: 2720 - Part- X X V Ill - 1974

11. Sampling tins with rods 100 mm dia x 50 mm height 1/2 kg capacity and miscellaneous items like moisture tins etc.

12. Constant temperature both for accommodating bitumen test, specimen electrically operated and thermostatically controlled

13. Penetrometer with automatic time controller and with adjustable weight accessories and needles as per IS:1958

14. Oxhlet extraction apparatus complete with extraction thimbles etc.

15. Laboratory meter about 0.02 cum capacity electrically operated with heating jacket.

16. Hubbard Field stability test apparatus complete.

17. Marshall compaction APPARATUS AS PER ASTM 1559-62T and complete with electrically operated leading unit compaction pedestal bearing head assembly dial micrometer and bracket for flow measurement, load transformer bar, specimen mould (4 inch dia) with base plate, columns, mould (4 inch dia) with base plate collars, specimen extractor, compaction hammer 4.53 kg x 457mm tall

18. Distant reading thermometers.

19. Graduated cylinder 100 ml. capacity

20. Enamel Tray.

21. Moisture Meter

ANNEXURE – ‘M’

(Referred to in Clause 5.6.2 (a) of NIT)

List of Mandatory Tests and Minimum Frequency there of for Road Works

S. No.

Type of Construction Test Minimum Frequency

1. Borrow Material (i) Sand Content [IS: 2720 (Part-4)]

(ii) Plasticity Test [IS: 2720 (Part-5)]

(iii) Density Test [IS:2720 (Part 8)]

(iv) Deleterious Content Test [IS: 2720 (Part-27)]

(v) Moisture Content Test [IS: 2720 (Part-2)]

(vi) CBR Test on material to be incorporated in the subgrade on soaked / unsoaked samples [IS:2720 (Part-16)]

2 tests per 3000 cubic metres of soil. 2 tests per 3000 cub. metres of each type of soil. 2 tests per 3000 cubic metres of each type of soil. As and when required by the Engineer-in-Charge. One test per 250 cubic metres of soil. One test per 3000 cu. m. atleast or closer as and when required by the Engineer-in-Charge.

2. Earthwork and Sub-Grade

(i) Placement moisture content (IS:2720 Part 2)

(ii) Degree of compaction

(IS:2720 Part 28) (iii) CBR of subgrade on

remoulded samples (IS:2720 Part 16)

1 test in 250 cu.m for each layer, subject to a maximum of 4 tests per day. One set of the tests per 2000m area comprising 5 to 6 measurements. As required

3.

Granular for Sub-Bases and Bases

(i) Gradation (ii) Atterberg limits (iii) Moisture content prior to

compaction (iv) Density of compacted layer (v) Deleterious constituents (vi) C.B.R.

One Test per 200 m3

One Test per 200 m3

One Test per 250 m2 One Test per 500 m3 As required As required

4. Water Bound Macadam

(i) Aggregate Impact Value

(ii) Grading (iii) Flakiness Index and

Elongation Index (iv) Atterberg limits of binding

material (v) Atterberg limits of portion of

aggregate passing 425 micron sieve.

One test per 200 m3 aggregate. One test per 100 m3

One test per 200 m3

aggregate. One test per 25 m3 of binding material. One test per 100 cubic metre of aggregate.

5. Wet Mix Macadam (i) Aggregate Impact Value

(ii) Grading

(iii) Flakiness and Elongation Index

(iv) Atterberg limits of portion of aggregate passing 425 micron sieve

(v) Density of compacted layer.

One test per 200 m3 of aggregate. One test per 100 m3 of aggregate. One test per 200 m3 of aggregate. One test per 100 m3 of aggregate. One test per 500 m2

6. Bituminous works Prime Coat/Tack Coat

(i) Quality of binder Number of samples per lot and tests as per IS:73, IS:217 and

(ii) Binder temperature for application

(iii) Rate of spread of Binder

IS:8887 as applicable. At regular close intervals. One test per 500 m2 and not less than two tests per day.

7. Seal Coat / Surface Dressing

(i) Quality of Binder

(ii) Aggregate Impact Value/ Los Angeles Abrasion Value

(iii) Flakiness Index and Elongation Index

(iv) Stripping value of aggregates (Immersion Tray Test)

(v) Water absorption of aggregates

(vi) Water sensitivity of mix

(vii) Grading of aggregates

(viii) Soundness (Magnesium and Sodium Sulphate)

(ix) Polished stone value (x) Temperature of binder at

application (xi) Rate of spread of materials

(xii) Percentage of fractured faces

Same as mentioned under serial No. 6 One test per 50 m3 of aggregate

---- do ----- Initially one set of 3 representative specimens for each source of supply. Subsequently when warranted by changes in the quality of aggregates

---- do -----

Initially one set of 3 representative specimens for each source of supply. Subsequently when warranted by changes in the quality of aggregates (if required) One test per 25 m3 of aggregate. Initially, one determination by each method for each source of supply, then as warranted by change in the quality of the aggregates. As required At regular close intervals One test per 500 m2 of work, and not less than two tests per day When gravel is used, one test per 50 m3 of aggregate

8. Open-graded Premix Surfacing/Close – graded Premix Surfacing

(i) Quality of binder (ii) Aggregate Impact

Value/Los Angeles Abrasion Value

(iii) Flakiness Index and Elongation Index

(iv) Stripping Value (v) Water absorption of

aggregates (vi) Water sensitivity of mix (vii) Grading of aggregates

(viii) Soundness (Magnesium and Sodium Sulphate)

Same as mentioned under Serial No. 6 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7

(ix) Polished stone value (x) Temperature of binder at

application (xi) Binder content (xii) Rate of spread of mixed

material (xiii) Percentage of fractured

faces

As required At regular close intervals One test per 500 m3 and not less than two tests per day. Regular control through checks of layer thickness. Same as mentioned under Serial No. 7

9. Bituminous Macadam (i) Quality of binder (ii) Aggregate Impact

Value/Los Angeles Abrasion Value

(iii) Flakiness Index and Elongation Index

(iv) Stripping Value (v) Water sensitivity of mix (vi) Grading of aggregates (vii) Water absorption of

aggregates (viii) Soundness (Magnesium

and Sodium Sulphate) (ix) Percentage of fractured

faces (x) Binder content and

aggregate grading (xi) Control of temperature of

binder and aggregate for mixing and of the mix at the time of laying and rolling

(xii) Rate of spread of mixed material

(xiii) Density of compacted layer

Same as mentioned under Serial No. 6 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Two tests per day per plant both on the individual constituents and mixed aggregates from the dryer Same as mentioned under in Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Periodic, subject to minimum of two tests per day per plant At regular close intervals Regular control through checks of layer thickness. One test per 250 m2 of area

10. Bituminous Penetration Macadam/Built-up Spray-Grout

(i) Quality of binder (ii) Aggregate Impact

Value/Los Angeles Abrasion Value

(iii) Flakiness Index and Elongation Index

(iv) Stripping value (v) Water absorption of

aggregates (vi) Water sensitivity of mix (vii) Aggregate grading (viii) Soundness (Magnesium

and Sodium Sulphate) (ix) Percentage of fractured

faces

Same as mentioned under Serial No. 6 One test per 200 m3 of aggregate

------ do ------

Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 One test per 100 m3 of aggregate Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7

(x) Temperature of binder at application

(xi) Rate of spread of binder

At regular close intervals Same as mentioned under Serial No. 6

11. Dense Bituminous Macadam/Semi Dense Bituminous Concrete/Bituminous Concrete

(i) Quality of binder (ii) Aggregate Impact

Value/Los Angeles Abrasion Value

(iii) Flakiness Index and Elongation Index

(iv) Stripping Value (v) Soundness (Magnesium

and Sodium Sulphate) (vi) Water absorption of

aggregates (vii) Sand equivalent test (viii) Plasticity Index (ix) Polished stone value (x) Percentage of fractured

faces (xi) Mix grading (xii) Stability of Mix (xiii) Water sensitivity of mix (xiv) Swell test on the mix (xv) Control of temperature of

binder in boiler, aggregate in the dryer and mix at the time of laying and rolling

(xvi) Control of binder content and grading of the mix

(xvii) Rate of spread of mixed

material (xviii) Density of compacted

layer

Same as mentioned under Serial No. 6 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 Same as mentioned under Serial No. 7 As required As required As required, for Semi Dense Bituminous Concrete / Bituminous Concrete Same as mentioned under Serial No. 7 One set of tests on individual constituents and mixed aggregate from the dryer for each 400 tonnes of mix subject to a minimum of two tests per plant per day. For each 400 tonnes of mix produced, a set of 3 Marshall specimens to be prepared and tested for stability, flow value, density and void content subject to a minimum of two sets being tested per plant per day Same as mentioned under Serial No. 7 As required for the Bituminous Concrete At regular close intervals. One test for each 400 tonnes of mix subject to a minimum of two tests per day per plant Regular control through checks on the weight of mixed material and layer thickness. One test per 250 m2 area

12. Paving Qu ality Concrete Levels Alignment and Texture

(i) Level tolerance (ii) Width of pavement and

position of paving edges. (iii) Pavement thickness (iv) Alignment of joints, widths,

depths of dowel grooves.

Clause 902.3 Clause 902.2 Clause 902.3 and 903.5.2.3 To be checked @one Joint per 400 m length or a day’s work

(v) Surface regularity both transversely and longitudinally.

(vi) Alignment of dowel bars and their accuracy / tie bars.

(vii) Texture depth

whichever is more. Once a day or one day’s work, without disturbing the curing operation. To be checked in trial length as per Clause 602.10.5.2 and once on every 2 km. Clause 602.9.8

13. Cement Physical and chemical tests, IS:269, IS : 455, IS : 1489, IS:8112, IS : 12269

One for each source of supply and occasionally when called for in case of long/improper storage. Besides, the contractor also will submit daily test data on cement released by the Manufacturer.

14. Coarse and Fine Aggregates

(i) Gradation IS : 2386 (Pt.1) (ii) Deleterious constituents IS :

2386 (Pt. 2) (iii) Water absorption IS :

2386 (Pt.3)

One test for every day’s work of each fraction of coarse aggregate and fine aggregate, initially may be relaxed later at the discretion of the Engineer-in Charge

-------do-------

Regularly as required subject to a minimum of one test a day for coarse aggregate & two tests a day for fine aggregate. This data shall be used for correcting the water demand of the mix on daily basis

15. Coarse Aggregate (i) Los Angeles Abrasion value or Aggregate Impact test IS: 2386 (Pt.4)

(ii) Soundness IS: 2386 (Pt.5) (iii) Alkali aggregate reactivity IS

: 2386 (Pt.7)

Once for each source of supply and subsequently on monthly basis. Before approving the aggregates and every month subsequently

-------do----

16. Water Chemical Tests IS:456 Once for approval of source of supply, subsequently only in case of doubt.

17. Concrete (i) Strength of concrete IS:516 (ii) Core strength on hardened

concrete IS : 516 (iii) Workability of fresh

concrete-Slump Test IS:1199

(iv) Thickness determination

2 cubes and 2 beams per 150 m3 or part thereof (one for 7 day and other for 28 day strength) or minimum 6 cubes and 6 beams per day’s work whichever is more. As per the requirement of the Engineer-in-Charge only in case of doubt. Once test per each dumper load at both Batching plant site and paving site initially when work starts. Subsequently sampling may be done from alternate dumper. Form the level data of concrete pavement surface and sub-base at grid points of 5/6.25

(v) Thickness measurement for

trial length (vi) Verification of level of string

line in the case of slip form paving and steel forms in the case of fixed form paving

mx3.5m. 3 cores per trial length String line or steel forms shall be checked for level at an interval of 5.0m or 6.25m. The level tolerance allowed shall be ± 2mm. These shall be got approved 1-2 hours before the commencement of the concreting activity.

ANNEXURE – ‘N’ (Referred to in Clause 3.4, 5.6.2 (b) & 7.15 (a) of NIT)

Requirement of Technical Personnel with Qualificati on and Experience for Road Works

A. Supervision of Work Position Minimum

qualification Number Minimum

Experience (in years) in

similar position For work

costing less than Rs. 2

crore

For work costing upto Rs. 5 crore

For work costing

more than Rs. 5 crore

Graduate Engineer B.E. Civil ---- 1 1 5

Graduate Engineer B.E. Civil 1 ---- 1 3

Field Engineer Diploma in Civil Engineering

1 1 1 2

B. Field Testing Laboratory Position Minimum

qualification Number Minimum Experience

(in years) in similar position For work

costing more than Rs. 25

lakh

For work costing more

than Rs. 2 crore

Lab Technician Diploma in Civil Engineering

1 2 5

Lab Assistant ITI Certificate 1 2 2

ANNEXURE – ‘O’ (Referred to in Clause 7.4 of NIT)

Model Rules Relating to Layout, Water Supply and Sanitation in Labour Camps

These model rules are intended primarily for labour camps which are not of a permanent nature. They lay down the minimum desirable standards which should be adhered to in permanent or semi-permanent labour camps and should not obviously be lower than those for temporary camps.

1. Location: The camp should be located in elevated and well drained ground in the locality.

2. Labour huts to be constructed for one family of 5 persons each. The layout to be shown in the prescribed sketch.

3. Hutting ; The huts to be built of local materials. Each hut should provide at least 20 square meters of living space.

4. Sanitary facilities: Latrine and urinals shall be provided at least 15 meters away from the nearest quarters separately for men and women and specially so marked on the following scale.

5. Latrine: Pit provided at the rate of 10 users or two families per seat. Separate urinals as required for the privacy can also be used for this purpose.

6. Drinking Water: Adequate arrangements shall be made for the supply of drinking water. If practicable filtered and chlorinated supplies shall be arranged. When supply is from intermittent sources overhead storage tank shall be provided with a capacity of five liters a person per day. Where the supply is to be made from a well it shall conform to the sanitary standards laid down in the report of the Rural Sanitation Committee. The well should be at least 30 meters away from any latrine or other source of pollution. If possible hand pump should be installed for drawing the water from well. The well should be effectively disinfected once in every month and the quality of the water should be got tested at the Public Health Institution between each work of disinfecting.

7. Bathing and Washing: Separate bathing and washing place shall be provided for men and women for every 25 persons in the camp. There shall be a gap and space of 2 square meters for washing and bathing. Proper drainage for the waste water should be provided.

8. Waste Disposal : Dustbin shall be provided at suitable places in the camp and the residents shall be directed to throw all rubbish into these dustbins. The dustbins shall be provided with cover. The contents shall be removed every day and disposed off by drenching.

9. Medical Facilities:

(A) Every camp where 1000 or more persons reside shall be provided with whole time doctor and dispensary. If there are women in the camp, a whole time nurse shall be employed.

(B) Every camp, where more than 250 persons reside, shall be provided with a dispensary and a part time nurse / midwife.

(C) It there are less than 250 persons in any camp a first aid kit shall be maintained in-charge of whole time person trained in first aid.

All the medical facilities mentioned above shall be for all the residents in the camp including dependants of the worker, if any, free of cost.

10. Sanitary Staff: For each labour camp there should be a qualified sanitary inspector and sweepers should be provided in the following scales

(A) For camp with strength of 200 persons four sweepers.

(B) For camps with strength over 200 persons but not exceeding 500 persons one sweeper for every 75 persons above the first 200 for which 3 sweepers shall be provided.

(C) For Camps with strength over 500 persons one sweeper for every 100 persons above the first 500 for which 6 sweepers shall be provided.

ANNEXURE – ‘P’

(Referred to in Clause 7.5 of NIT)

Contractor Labour Regulations

The contractor shall pay not less than lair wages to labourers engaged by him in the work.

Explanation:

(a) “Fair wages” means wages whether for time or piece work as notified on the date of inviting tenders.

(b) The contractor shall, notwithstanding the provisions of any contract to the contrary cause to be paid a fair wage to labourers indirectly engaged on the work including any labour engaged by his sub contractor in connection with the said work as if labourers had been immediately employed by him.

(c) In respect of all labour directly or indirectly employed on the works for the performance of his contract the contractor shall comply with or cause to be complied with the Labour Act in force.

(d) The Mandi Samiti shall have the right to deduct from the money due to the contractor any sum required estimated to be required for making good the loss suffered by a worker by reason of non-fulfillment of the conditions of the contract for the benefit of the workers non-payment of wages or of deductions made from their wages which are not justified by their terms of the contract or non-observance of regulation.

(e) The contractor shall be primarily liable for all payments to be made under and for the observance of the regulations aforesaid without prejudice to his right to claim indemnity from his sub contractor.

(f) The regulations aforesaid shall be deemed to be part of this contract and any breach thereof shall be deemed to be a breach of this contract.

(g) The contractor shall obtain a valid license under the Contractor Labour Regulation and Abolition Act, 1970 in force and rules made there-under by the competent authority from time to time before commencement of work and continue to have valid licenses until the completion of the work.

Any failure to fulfill this requirement shall attract the penal provisions of this contract arising out of the non-execution of the work assigned to the contractor.