r-3 drain.pdf

Upload: prashantlingayat

Post on 04-Jun-2018

219 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/13/2019 R-3 drain.pdf

    1/38

    JAWAHARLAL NEHRU PORT TRUSTPORT PLANNING AND DEVELOPMENT DEPARTMENT

    NAME OF WORK: Construction of Cross Drainage in R-3 road for road wideningin JNPT

    TENDER NO.: JNP/PPD/Mgr/R-3/F-30/E 33 /T- 30/2014,dated 21.01.2014.

    QUOTATION COPY NO.________

    ISSUED TO :-_____________________________________________

    _____________________________________________

    _____________________________________________

    ****************************************************************************************TENDERS WILL BE ISSUED BETWEEN 22.01.2014 TO 28.01.2014COST OF TENDER Rs. 2000/- ( NON REFUNDABLE ) COMPLETED TENDERS ARE TOBE DEPOSITED ON OR BEFORE 1500 HRS. OF 29.01.2014 AND WILL BE OPENED AT1530 HRS OF SAME DAY.****************************************************************************************Tender Document issued by:

    Chief ManagerPort planning & development department.Administration Building,Jawaharlal Nehru Port Trust

    Sheva, Navi Mumbai - 400

  • 8/13/2019 R-3 drain.pdf

    2/38

    JNP/PPD/Mgr/R-3/F 30/E 33 /T- 30 /2014 Date: / / 2014.

    To,

    __________________

    __________________

    __________________.

    Sub: Construction of Cross Drainage in R-3 road for road widening in JNPT

    Dear Sir,

    You have applied for issue of tender document for the subject work.

    1. Copy No. ______ of the tender document is enclosed.

    2 You are strongly advised to read the whole document carefully and submit

    your tender/ bid strictly meeting with the requirements spelt out in the tenderdocument.

    3. Please note that you must submit independent documentary evidence toestablish that "MINIMUM QUALIFYING CRITERIA" as spelt out in the tendernotice and tender document is fully met with irrespective of the fact that youmight have submitted similar evidence to JNP in respect of some other works.

    4. Please note that if your submission is found deficient with reference to therequirements spelt out in the tender document, it may be rejected.

    Thanking you,

    Yours faithfully,

    MANAGER (PPD)

  • 8/13/2019 R-3 drain.pdf

    3/38

    I N D E X

    Sub: Construction of Cross Drainage in R-3 road for road widening inJNPT

    Sr.No.

    Description. Page NO.

    1 Notice Inviting Tender 3-5

    2 Instructions to Tenderers and General conditions ofcontract (Part I & II)

    6-20

    3. Tender form 21-22

    4. Technical Specification (Material/Workmanship) 23-33

    5. Scope of work 34-34

    6. Bill of Quantities 35-36

    7. Drawing 37-38

  • 8/13/2019 R-3 drain.pdf

    4/38

    F:PPD:06-AJAWAHARLAL NEHRU PORT TRUST

    (PPD DEPARTMENT)

    NOTICE INVITING TENDER

    TENDER NO.: JNP/PPD/Mgr/R-3/F 30/E 33 /T- 30/2014 , dt. 21.01.2014

    Sealed tenders (In single cover) are invited by Jawaharlal Nehru Port Trust, Navi

    Mumbai from reputed fabricators for the work Construction of Cross Drainage in R-3road for road widening in JNPT."As detailed below

    1.Estimated cost of works : Rs. 7,19,815.00

    2.Date of Sale of Tender on : From: 22.01.2014 To 28.01.2014

    3.Date of receipt of Tender : 29.01.2014 upto 15:00 hrs.

    4.Date of opening of Tender : 29.01.2014 at 1530 hrs.

    5.Period Of Completion : 60 Days (excluding first seven days as mobilizationperiod)

    6. Validity of Tender : 90 days

    7.Earnest Money Deposit : Rs.7,500/- (Rupees Seven Thousand& Five Hundred

    only) (to be paid in the form of DD in favour of JNPT, onany Scheduled Bank having its branch at Mumbai.)

    Minimum Qualifying Criteria:

    The Firm/Company, as the case may be (hereinafter referred to as "The Tenderer"), shallhave following Minimum Eligible Qualification:

    1) Average annual financial turnover of the tenderer during last three financial years ending31.03.2012 shall be Rs. 2.15 lakhs

    2) The tenderer shall have successfully completed, Civil works during last 5 years ending

    last day of month previous to the one in which applications are invited should be eitherof the following :-

    a) Three works, each work costing not less than Rs. 2.87 lakhsOr

    b) Two works, each work costing not less than Rs. 3.59 lakhsOr

    c) One work costing not less than Rs. 5.75 lakhsThe blank tender document for the work can be purchased on payment of Rs. 2,000/-

    (Non refundable)in the form of Demand Draft in favour of Jawaharlal Nehru Port Trust, (Onany Nationalized/Scheduled Bank having its branch at Mumbai) on working days (1000 hrs to

  • 8/13/2019 R-3 drain.pdf

    5/38

    1700 hrs.) from the Office of the Chief Manager, (PPD), Jawaharlal Nehru Port Trust,Administration Building, Sheva, Navi Mumbai 400 707. The blank Tender Documents shallhave to be collected in person by the tenderer or his authorized agent. No tender document

    will be sent by post.

    The tender document can also be downloaded from JNP website www.jnport.gov.in.The cost of tender document can be submitted along with application or while submitting thebid in separate envelope. The downloading of document shall be carried out strictly asprovided on Website.

    The completed Tender can either be hand delivered or sent by Registered Post /Speed Post / Courier to reach the Chief Manager, (PPD), Jawaharlal Nehru Port Trust,Administration Building, Sheva, Navi Mumbai 400 707 on or before 15.00 hrs on

    29.01.2014.The submitted tenders shall be opened on the same day at 1530 hrs.

    NOTE:

    1) No tender document will be issued to any party unless he furnish PAN No.

    or proof of his having made an application for allotment of PAN No.

    2) In case, tender documents are downloaded from JNPs website by thetenderer, the tenderer is responsible to download Addendums/ Amendments/Errata/ replies to the queries of the tenderers etc. if any, issued by theemployer, from web site before the submission of the tender. Any shortfall in

    submissions of the said Addendums/ Amendments/ Errata/ replies to thequeries of the tenderers etc. along with the downloaded documents whilesubmitting the tender will not be considered. Incomplete tender documentsshall be rejected outright.

    3) The Technical and financial bids of the tenderer, who has downloaded thetender from JNP website shall not be considered for opening and rejected outrightly, if requisite tender fee is not submitted along with bid in separateenvelope.

    4) The tender submitted by bidder who have not collect the tender documentfrom JNPT or not downloaded from JNP website, will not be considered for

    evaluation and will be rejected outrightly.

    CHIEF MANAGER (PPD)

  • 8/13/2019 R-3 drain.pdf

    6/38

    2. INSTRUCTIONS TO TENDERERS AND GENERAL CONDITIONS OFCONTRACT: (Part-I)

    1. Sealed tenders are invited for the work of Construction of Cross Drainage in R-3 road for road widening in JNPT."

    2 SCOPE OF WORK :

    The scope of work covers the following:

    The proposed work is for construction of a cross drainage in the road R-3 as it isto be widened to north side.The work has to be carried out with best workmanship& as directed by Engineer-In-Charge. If the employer or his representative

    considers any work or material unfit for use, the same shall be removed by thecontractor.

    The works comprise supply of Labour, materials, tools and all such thingsrequired for proper execution of the works of this tender.

    3. QUALIFYING REQUIREMENTS :

    The Tenderer shall furnish satisfactory documentary evidence in support of hisfulfilling the qualifying requirements stipulated as below, along with his offer.The Firm/Company, as the case may be (hereinafter referred to as "The Tenderer"),shall have following Minimum Eligible Qualification:

    1. Average annual financial turnover of the tenderer during last three financial yearsending 31.03.2012 shall be Rs. 2.15 lakhs

    2) The tenderer shall have successfully completed, Civil works during last 5 years endinglast day of month previous to the one in which applications are invited should be eitherof the following :-

    a) Three works, each work costing not less than Rs. 2.87 lakhsOr

    b) Two works, each work costing not less than Rs. 3.59 lakhsOr

    c) One work costing not less than Rs. 5.75 lakhs

    Notwithstanding anything stated above, JNPT reserves the right to :

  • 8/13/2019 R-3 drain.pdf

    7/38

    3.1 Assess the Tenderer's capability and capacity to perform the contract.

    3.2 Relax qualifying requirements, should the circumstances warrant such review inthe overall interest of the port.

    4. TENDER SECURITY / E.M.D. :

    4.1 Tender must be accompanied by Tender Security as detailed in NoticeInviting Tender. in the form of Demand Draft drawn on any Nationalized/Scheduled Bank having its branch at Mumbai.

    4.2 Tender Security / E.M.D. of unsuccessful Tenderer will be returned aspromptly as possible.

    4.3 Any Tender not accompanied by an acceptable Tender Security / EarnestMoney Deposit will be rejected and such Tender will not be considered forevaluation.

    4.4 Tender security / Earnest Money deposit of the successful Tenderer will bereturned after successful completion of work.

    4.5 Tender security / Earnest Money deposit will be forfeited.

    4.5.1 If a Tenderer withdraws his tender during the period of tender validity.

    4.5.2 In case of successful Tenderers failure to complete the work.

    4.6 No interest will be payable by JNPT on the amount of tender security / EarnestMoney deposit.

    5. ISSUE OF TENDER DOCUMENTS :

    The Tender documents with detailed specifications and drawings along withterms & conditions may be obtained from the Office of Manager (PPD), JNPT atthe above address, during 10.00 hrs. to 17.00 hrs. on any working day from22.01.2014 to 28.01.2014on payment of Rs. 2000/-(Rupees One thousandonly) (Non refundable) by way of Crossed Demand Draft/Bankers' Chequedrawn in favour of `JAWAHARLAL NEHRU PORT TRUST' on anyNationalized/Scheduled bank having its branch at Mumbai and payable atMumbai against formal request in writing.

    5.1 Issue of tender documents will not automatically mean that tenderers arequalified for the work.

  • 8/13/2019 R-3 drain.pdf

    8/38

    5.2 Documents will be issued only to the tenderer or his authorized representative.

    5.3 Tender documents are not transferable and the cost of document is not refundableunder any circumstance.

    6. SITE VISIT :

    6.1 Interested Tenderers are advised to visit the site and obtain the correctinformation about the area where the tendered work has to be executed. Costof site visit shall be at the tenderer's own expenses.

    7. TENDER VALIDITY :

    The Tender shall be kept valid and open for acceptance for a minimum periodof 90 days from the date of Tender opening. For exceptional circumstancesprior to expiry of the original tender validity period, the JNPT may request theTenderer for specified extension in the period of validity. The Tendereragreeing to the request will not be permitted to modify his Tender.

    8. SUBMISSION OF TENDER :

    8.1 The `Original' set of Tender document duly signed on all the pages by the tendererin token of acceptance of JNPT's tender terms and conditions stipulated shall besubmitted with the tender.

    Failure to comply with the requirement of Tender submission will be at theTenderer's own risk. .

    8.2 The rates and amount submitted by the Tenderer shall be gross rates and amountand must include all payments on account of taxes, service taxes, levies, dutiesetc. payable to state of Maharashtra or Govt. of India or any Authority or BodyCorporate and all other incidental charges that the Tenderer may have to bearfor the execution of the work.

    8.3 The completed tender shall be put in envelope and to be sealed. The envelopeshall be addressed to the Chief Manager (PPD), , JNPT, Administration

    Building, Sheva, Navi Mumbai and shall bear the following:

    Name of work: Construction of Cross Drainage in R-3 road for road wideningin JNPT."

    8.5 The tenderers should ensure that their tender is received by the ChiefManager (PPD), Jawaharlal Nehru Port Trust, Administration Building, Sheva, NaviMumbai - 400 707 before the expiry of the specified time limit.

  • 8/13/2019 R-3 drain.pdf

    9/38

    9. CAPABILITY OF TENDERER : -Deleted

    Detailed list covering Plant and Machinery and other facilities available with theTenderer for carrying out the work should be enclosed along with tender.

    10. INCOME TAX AND SALES TAX REGISTRATION CERTIFICATE :Deleted

    The tender should be accompanied by the copy of latest (Valid) Income TaxClearance and Sales Tax Registration Certificate.

    11. EXPERIENCE OF TENDERER :

    Details of experience and copies of work orders executed for similar jobs fordifferent firms with similar specifications along with reference, order numberand date, names of the Contact persons, their addresses and telephonenumbers must be furnished with the offer.

    12. REPORTS ON THE FINANCIAL STANDING OF THE TENDERER :

    The tenderer shall furnish necessary reports on his financial standing for thelast three years, along with his offer.

    13. The tenderer must use metric units in the specifications and on all the drawings.

    14. LATE TENDER :

    Any Tender received by the JNPT after the deadline prescribed for submissionof Tender will not be considered for evaluation.

    15. OPENING OF TENDERS: COMMERCIAL BIDS

    Tenders, received upto 15:00 hrs on 29.01.2014 will be considered andopened on same day at 15:30 hrs. in the presence of Tenderers or theirauthorized representative who wish to attend the tender opening in theAdministration Building of JNPT, Sheva.

    16. Tenders not accompanied by the requisite Tender Security / E.M.D. in separatesealed cover super scribed with the name of Tender and due date oraccompanied with the Tender Security / E.M.D. of inadequate value will not beconsidered for evaluation.

    17. JNPT does not bind itself to accept the lowest tender. JNPT reserves the right toreject any or all tenders received and accept the whole or in part of the tenderwithout assigning any reason thereof.

  • 8/13/2019 R-3 drain.pdf

    10/38

    18. Tenderers shall be bound to supply and install the goods at the rate quoted bythem and accepted by JNPT, irrespective of the ordered quantity.

    19. ESCALATION :

    No escalation shall be payable in whatsoever form, material, fuel etc for thiscontract and the rate quoted shall be deemed to include this.

    20. For further information, if any, tenderers may contact Manager (PPD), JawaharlalNehru Port Trust, Sheva.

    Fax No. : 022-27244178

    Phone : 27244160.

    21. NOTIFICATION OF AWARD :

    21.1 Prior to the expiration of the period of Tender Validity prescribed in Clause-07.JNPT will notify the successful tenderer by Telex/fax confirmed in writing by theregistered letter that his tender has been accepted. This letter (Hereinaftercalled as Letter of Acceptance) shall name the sum which the Employer will payto the contractor in consideration of the carrying out the works by the contractoras prescribed by the Contract (hereinafter called the Contract price).

    21.2 No further correspondence will be entertained by the Employer from theunsuccessful Tenderers.

    21.3 Letter of Acceptance will constitute the formation of Contract.

    22. Performance Security: DELETED

    Within ten daysof the receipt of the notification of the award of contract fromthe Employer, the successful tenderer shall furnish to the Employer a securityin the form of a Bank Guarantee of a Scheduled Bank, having its branch atMumbai, for an amount equivalent to 10% of the contract award price as perdraft annexed hereto guaranteeing the performance of the contract. Theobtaining of such guarantee and the cost of guarantee to be so entered intoshall be at the expense in all respects of the contractor. The EMD ofsuccessful tenderer shall be released after submission of Performance BankGuarantee.

    23. INSURANCE:

  • 8/13/2019 R-3 drain.pdf

    11/38

    The successful tenderer should take Workmens Compensation Policy for thiswork and submit the same to the employer before commencement of work.

    24. INSPECTION :

    The employer shall have full liberty from time to time and at all times to inspect,examine and test the materials and workmanship and shall at any/every timereject any or all the materials or workmanship, which may seem to bedefective/or unfit or improper for the purpose of which they are applied orindicated to be applied or not in accordance with the description mentioned inor indicated by specifications or the drawings.

    25. POWER AND WATER SUPPLY:

    The contractor shall make his own arrangements for Power and water supply athis own cost and expenses.

    26. FUEL SUPPLY:

    The contractor shall at his own costs and expenses apply to and makearrangement for obtaining from the concerned authorities supply of petrol, oiletc, also permission for handling, transporting & storing them.

    27. LABOUR CAMP AREA:

    The contractor shall be allotted rent free area. The area allotted is low lyingarea. The contractor shall at his own cost and expenses fill the said area upto asuitable height including access thereto.

    28. PROTECTION AND CARE OF SERVICE LINES:

    The contractor must ensure that the essential services like electricity, cables,telephone cables, water supply lines or the road traffic is not disrupted oraffected during the execution of works. Any damages to such facilities shall berectified by the contractor at his own cost.

    29. ACCESS TO SITE:

    Since the handling of cargo through the Port cannot be stopped for the purposeof undertaking this work, the tenderer should be prepared to mobilize at shortnotice extra manpower to take up areas in different fronts. Likewise when theport is in operation there may be situations where work cannot be taken up incertain areas for which the tenderer will have to suitably suspend/re-adjust theprogramme. However, no claims shall be entertained arising out of the abovecontingency. Contractor shall obtain prior permission for his workers gate pass/

  • 8/13/2019 R-3 drain.pdf

    12/38

    for materials etc. as may be required to carry out the works inside the portcustom area from the Employer and shall follow the rules and regulations ofCISF /Employer which may be enforced from time to time for entry and exit.

    30. LABOUR:

    The contractor has to abide by the general directions and conditions of thecontract and the rules and regulations in respect of contractors labour, healthregulations or any such other requirements issued by the management,State/Central Government and any other statutory body, at any time during theexecution of the Contract.

    The contractor shall comply with all the Central State and Municipal laws andrules and shall be solely responsible for complying with the provisions of thecontract labour (regulations and abolition) Act 1970 and rules their under andthe other enactments that may be applicable including ESI Act, the payment ofwages Act, Provident Fund Act, the minimum wages Act, the factories Act, theworkmen compensation act or any other applicable legislation and theMunicipal by laws or other statutory rules and regulations whatsoever in force inso far as these are applicable. Any obligations finding or otherwise missedunder any statutory enactments, rules and regulations there under shall be thesole responsibility of the contractor.

    The contractor shall indemnify the Employer against all losses and claims inrespect of injuries or damages to any person or materials or physical damage

    to any property whatsoever, which may arise out of or in consequence of theexecution of the works of this contract.

    31. STRIKE / LOCK OUT BY CONTRACTORS EMPLOYEES :

    Non availability of labour or strike by the contractor's employees or lock outshall not be a ground or any excuse for not completing the works within thestipulated time nor shall be a ground or any excuse for extension of period ofcompletion of works.

    32. PLANT AND EQUIPMENT :

    Contractor shall at his own costs and expenses provide all labour, haulage,transportation of plant and equipments, all materials, stores, etc required forefficiently carrying out and completing the work to the satisfaction of theEmployer.

    33. MATERIALS :

  • 8/13/2019 R-3 drain.pdf

    13/38

    The Employer will not supply any construction materials of whatsoever natureand kind for the execution of the contract. The contractor shall at his own costsand expenses make his own arrangement for obtaining all materials required,for the execution of the work and ensure that the requisite materials areprocured in time.

    34. WORKMANSHIP :

    All the works shall be executed in the best and most substantial workman likemanner in accordance with particulars contained in or implied by the Scope ofwork, Specifications, Bill of Quantities and Schedules, Drawing or according tosuch other additional particulars, instructions.

    35. ADDITIONS AND ALTERNATIONS :

    The Employer shall have power and authority from time to time and at all timesto make amendments or additions or alternations or changes in the scope ofthe work, and specifications, drawings and bill of quantities and give suchfurther instructions and directions as may appear to the Employer necessaryand proper for the guidance of the Contractor and the good and efficientexecution of the works and the contractor shall receive, obey and be bound bythe same according to the true intent and meaning thereof as if the same hadbeen mentioned or referred to in the scope of the work, specifications, Bill ofQuantities and drawings. The Employer may also vary or alter the levels orpositions of any of the works contemplated /by approved specifications or may

    order any of the works contemplated thereby to be omitted, with or without thesubstitution of any other works in lieu thereof, or may order any work or anyportion of works executed or partially executed to be removed, changed oraltered, if required, and may order that other work shall be substituted in lieuthereof and any difference in the cost occasioned by any such diminution oralteration so ordered and directed shall be added to or deducted from theamount specified by the contractor and or where the rates are not specifiedthen a suitable rate backed up by rate analysis shall be submitted by thecontractor and agreed upon between the contractor and the employer. In theevent of disagreement, the Employer shall fix such rates or prices as shall intheir opinion, be reasonable and proper having regard to the circumstances.

    The contractor shall give to the Employer before the tenth day of every month,a statement in writing of any extra work which he may have performed duringthe preceding month, failing which any claim for which he may afterwards makefor payment on account of any such extra work will not be allowed.

    36. SAFETY PROVISIONS:

  • 8/13/2019 R-3 drain.pdf

    14/38

    All necessary personal safety equipments as considered adequate by theEmployer shall be available for use of persons employed at site. The contractorshall take adequate steps to ensure proper use of equipment by thoseconcerned. The working platforms and connecting ropes should be strongenough to take load of equipments, labourers and of material. When the work isbeing done where there is risk of falling, all necessary equipments shall beprovided and kept ready for use and all necessary steps taken for promptrescue of any person in danger and adequate provision made or prompt firstaid treatment of all injuries likely to happen during the course of work shall bemade. The cost of these provisions is deemed to have been included in thequoted rates.

    37. PROVISIONAL SUM :

    Provisional sum item of bill of quantities may be operated under instructions ofthe Engineer-in-charge for carrying out certain works or supply of goods andservices as ordered by the Engineer-in-charge.

    38. Variation Exceeding 10%:

    If on certified completion of the whole of the works, it shall be found that areduction or increase greater than 10 per cent of the sum named in the letter ofacceptance results from:

    a) The aggregate effect of all variation orders and

    b) All adjustments upon measurement of estimated quantities set out in theBill of Quantities, but not from any other cause the amount of the contractprice shall be adjusted by such sum as may be agreed between thecontractor and the Employer or failing agreement, fixed by the Employerhaving regard to all material, and relevant factors, including the contractor'ssite and general overhead costs of the Contract.

    39. MODE OF PAYMENT:

    39.1 Based on the joint measurements of the work done, the contractor shall

    submit his running bills every month. The contractor shall submit all bills intriplicate with necessary supporting documents and enclosures duly listed andidentified properly for arranging payment in time. Payment would be madewithin a period of one month after checking and certification of bill by theEngineer-in-charge of the work.

    The final bill shall be submitted by the contractor within three months from thedate of issue of certification of completion of works, no further claims shall bemade by the contractor after submission of the final bill and this shall be

  • 8/13/2019 R-3 drain.pdf

    15/38

    deemed to have been waived and extinguished. Payment of those items of thebill in respect of which there is no dispute ,and all items in dispute, for quantitiesand rates as approved by the Chief Manager (PPD) shall be made within threemonths.

    After the payment of final bill as aforesaid has been made the contractor may, ifhe so desires reconsider his position in respect of a disputed portion of final billand if he fails to do so within 90 days, his disputed claim shall be dealt with asprovided in the contract.

    39.2 No interest will be payable nor any claim for interest will be entertained by theEmployer with respect to any money or balance which may be in their handowing to any disputes between themselves and the contractor or with respect toany delay on the part of the Employer in making payments.

    39.3 Deduction of Income Tax shall be made from any amount payable to thecontractor as per the relevant provisions of income tax act.

    40. RETENTION MONEY:

    40.1 10% of the amount due on each running account bill will be deducted subject tothe maximum of 5 % of contract value.

    40.2 The amount as stated above will not bear any interest, the retention moneydeducted as per clause 39.1 will be refunded to the contractor after satisfactory

    completion of work.

    41. METHOD OF MEASUREMENT:

    Standard method: Unless stated or billed otherwise quantities shall bemeasured in accordance with the relevant parts of IS:1200 "Method ofMeasurement of building and civil works" and are not as they are finished andfixed in the works. The rates and prices shall be inclusive of whateverallowances as considered by the contractor to be necessary for waste workingarea etc.

    42. DEFAULT OF CONTRACTOR:

    If the contractor makes any default or on the happenings of anyone or more ofthe following events that is to say :

    i) If the contractor without reasonable cause abandons the contract or,

    ii) Suspends the carrying out of the works for 7 days after receiving writtennotice from the Employer without any lawful excuse or fails to make proper

  • 8/13/2019 R-3 drain.pdf

    16/38

    progress with works for 7 days after receiving written notice from theEmployer to employ more men or

    iii) Fails to proceed regularly and diligently with the work or

    iv) Fails to remove material from the site or pull down or substitute or repair anyworks for 7 days after receiving notice in writing by the Employercondemning or rejecting any materials or

    v) Fails to give the Employer proper facilities for inspection of the works or anypart thereof for three days after receiving notice in writing by the Employerdemanding the same or

    vi)The contractor has become insolvent or

    vii) The contractor gone into liquidation or passed the resolution for winding upor

    viii) Upon the contractor making an arrangement with or assigning in favour ofhis creditor or

    ix) Upon his assigning this contract to a sub contractor or

    x) Upon an execution being levied upon the contractor's goods or

    xi) Upon winding up order being passed by the Court of a Receiver or manageris appointed in respect of any of the property of the contractor or

    xii) Possession is taken by or on behalf of any holders of any debenturessecured by floating charges of any of the property of the contractor or

    xiii)Fails to complete all or any part of the works during the time specified forcompletion of the contract or such extended time as may be granted by theEmployer or

    xiv) On his omission or negligence or neglect or default or failure to comply withany of the conditions of the contract.

    xv) The Employer may after giving notice by Registered Post A/D specifying thedefault or defaults at the address given by the contractor, and or on thecontractor's failure to rectify or remedy such default for 14 days after receiptof such notice or shall at any time thereafter repeat such default theemployer may enter upon the site and the work and expel the contractorthere from and may either themselves complete the work or employ anyother contractor to complete the work and upon such entry the contract shall

  • 8/13/2019 R-3 drain.pdf

    17/38

    be determined save and except the rights and powers conferred upon theEmployer may use the materials and the plants/ machinery / equipmentlying on the site and belonging to the contractor for completion of thecontract. The value of the materials shall be determined jointly between theEmployer and the contractor or failing by the Employer alone if contractordeclines to joint inspection. The contractor shall not dispute such valuationand the same will be binding upon the contractor. No amount shall be dueand payable to the contractor for the use of any plants /machinaries/equipments in completion of the contract. In the event of theEmployer completing the work or employing any other contractor tocomplete the same the Employer shall be entitled to recover from thecontractor the amount expended by the Employer and such loss or damagethat they may have suffered as a result of the contractor's omission ornegligence or neglect or default or failure to execute the works or to comply

    with any of the conditions herein contained and the Employer shall recoverthe said amount from any amount that shall become due or thereafterbecome due to the contractor of from any amount lying with them or undertheir control.

    43. COMPLETION PERIOD :

    The work shall be completed within 60 days from the date of award of workexcluding first 7 (seven) days as mobilization period.

    44. EXTENSION OF TIME:If in the opinion of the Employer, the completion of the

    works shall be delayed by ordering by the Employer or any altered or modifiedor substituted or additional work, or by ordering by the Employer or any work tobe omitted, or by reasons of any exceptionally inclement weather or by forcemajeure or from any just cause not attributable to the act, negligence, or defaultor failure or omission of the contractor the employer shall extend the time inwriting for such period as in the Employer's absolute discretion is reasonable.Provided always that the contractor makes a written application to the Employerat or before the time when the cause of delay is occurring or is about to occuror in case of force majeure immediately thereafter and of which satisfactoryproof being furnished and unless the time is extended by the Employer(whether such application has been made by the contractor or not)the

    prescribed time shall not be extended not withstanding delays from theforegoing or any other cause or causes of whatsoever nature or kind. Subjectnevertheless to the provisions that any and every extension of time by theEmployer shall be deemed to be in full compensation and satisfaction or and inrespect of any and every actual or

    possible loss, damage or injuries sustained or sustainable by the contractor inrespect of the cause or causes giving rise to such extension and shall in likemanner exonerate the contractor from any claims or demands on the part of the

  • 8/13/2019 R-3 drain.pdf

    18/38

    Employer for the delay in respect of which any extension of the time shall havebeen made to but not otherwise, not for any delay continued beyond timementioned in writing authorising such extension.

    45. LIQUIDATED DAMAGES:

    In the event of contractor's failure to complete the work in the stipulated timelimit, the contractor shall pay to the Employer Rs. 1800/- per day as liquidateddamages to each day's delay in completing the work, including Sundays andHolidays subject to a limit of 5% of total contract value.

    46. SETTLEMENT OF DISPUTE :

    The whole of the work shall be under the direction of the Manager (Estate) ofJawaharlal Nehru Port Trust, whose decision shall be final, conclusive andbinding on all parties to the contract on all questions relating to theworkmanship, specifications, instructions etc., connected with the work.

    47. GUARANTEE AND MAINTENANCE PERIOD -

    The contractor shall maintain the whole of the work for a period of One yearfrom the date of issue of completion certificate of the works.

    48. Please refer Instructions to Tenderers and General Conditions of Contract Part- II`Conditions of Particular Application' for amendments to Instructions toTenderers and General Conditions of Contract Part - I

    INSTRUCTIONS TO TENDERERS AND GENERAL CONDITIONS OF CONTRACT:

    - (PART-II)

  • 8/13/2019 R-3 drain.pdf

    19/38

    Conditions of Particular Application :

    The Instructions to Tenderers and General Conditions of Contract Part- Imodified or added to by the following part - II conditions of particular applicationwhich shall be read and construed with the general condition as if they wereincorporated therewith.

    In so far as any of the conditions of particular application may conflict or beinconsistent with any of the General conditions, conditions of particularapplication Part - II shall prevail.

    A. Following clauses of Instructions to tenderer and General condition ofcontracts part I stands deleted.

    1. Clause No. 9 : Capability of Tenderer

    2. Clause No. 10: Income Tax and sales tax registration certificate:Delete theexisting clause and read as under:

    Tenderer should submit copy of PAN card or in case PAN is not available,tenderer should produce acknowledgment for having field application for PANwith GIR No.

    3. Clause No. 24: Inspection4. Clause No.25: Power and water supply5. Clause No. 26: Fuel supply6. Clause No. 27 : Labour camp area7. Clause No. 37 : Provisional sum.

    Clause 30 : Labour : Delete the existing clause and read as under:

    The tenderer shall engage JNP project affected /Local persons for the workand follow the rules, regulations, of central and state government in respect oflabour employment and welfare including health, safety, and insurance etc.

    LWO of JNPT will monitor the work to ensure that contractor follows rules andregulations. Any obligations finding or otherwise missed under any statutoryrequirements shall be the sole responsibility of the contractor.

    Clause no.39 Mode of payement : Delete the existing clause and read asunder:

  • 8/13/2019 R-3 drain.pdf

    20/38

    Quantities given in BOQ are approximate only. Payment shall be made as peractual work done based on the JOINT MEASUREMENTS. The contractor shallsubmit his bill on completion of the work. The bills shall be submitted intriplicate form duly signed by the contractor. The payment shall be madewithin period of 15 days after checking and certification of the bill by theEIC of the work. No further claim shall be made by the contractor aftersubmission of the final bill.

  • 8/13/2019 R-3 drain.pdf

    21/38

    3. TENDER FORM

    Name of work: Construction of Cross Drainage in R-3 road for road wideningin JNPT.."

    TENDER NO.: JNP/PPD/Mgr/R-3 /F 30/E 33/T- 30 /2014,dated 21.01.2014.(Tenderers are required to fill up all the blank space in this tender form :)

    Jawaharlal Nehru Port Trust.Administration Building,Sheva,Navi Mumbai - 400 707.

    Gentlemen,

    1. Having visited the site and examined the Instructions to tenderers,General conditions of Contract, Specifications, Schedules, Bill of Quantities and thetender drawings for the above named works, we offer to execute as per Instructionsto tenderers, General Conditions of Contract, Specifications, Bill of Quantities,schedules and the tender drawings and as per the terms of the instructions totenderers and / or conditions of contract for the sum of

    Rs.__________________________(Rupees__________________________

    __________________________________________________________only)

    or such other sum as may be ascertained, in accordance with the conditions.

    2. If our offer is accepted we undertake to commence the work as specified in thetender document on receipt of the acceptance letter and to execute the entirework within the stipulated period calculated from the date of issue of letter ofacceptance / dates shown in the letter of acceptance by the Employer.

    3. If our Tender is accepted we shall furnish a Bank Guarantee for 10 % of our offerfor the due performance of the contract.

    4. We undertake, to abide by our Tender for a period of 90 days from the last date forreceiving the same or such extension of time as may be accepted by us & same shallbe binding on us and you are entitled to accept the same at any time before theexpiration of the said period.

  • 8/13/2019 R-3 drain.pdf

    22/38

    5. Unless and until a formal agreement is prepared and executed, this Tender,together with your written acceptance thereof, shall constitute a binding contractbetween us.

    6. We understand that you are not bound to accept the lowest or any Tender you mayreceive.

    7.We also enclose herewith Demand Draft/ Banker's Cheque ofRs._______________(Rupees _______________________________________

    ________________________________ Only) in favour of JNPT as Earnest MoneyDeposit.

    Dated this -----------------------------------------day of ------------------------------- 2014

    Signature ------------------------------------------------------------------ in the capacity of

    -------------------------------------------------duly authorised to sign Tenders for and on

    behalf of --------------------------------------------------------------------------------

    Address -----------------------------------------------------------------------------------

    Witness -----------------------------------------------------------------------------------

    Address -----------------------------------------------------------------------------------

    Occupation : -----------------------------------------------------------------------------

    Signature ---------------------------------- in the capacity of -------------------------

    ----------------------------------------------------------------------------------------dulyauthorised to sign Tenders for and on behalf of --------------------------------

    Address : ---------------------------------------------------------------------------------

    Witness -----------------------------------------------------------------------------------

    Address -----------------------------------------------------------------------------------

    Occupation : -----------------------------------------------------------------------------

    *************

  • 8/13/2019 R-3 drain.pdf

    23/38

    4. Technical Specifications: Materials.

    4.1. General:

    4.1.1 All materials used in the works shall be of the best quality of their respectivekinds, obtained from sources and suppliers approved by the Engineer-In-Charge and shall conform to the latest issues of relevant Indian Standardsspecifications. Any materials not fully specified and for which no relevant IndianStandard may be available shall be the best of its kind and as approved by theEngineer-In-Charge.

    4.1.2 Samples of all materials to be used for the works shall be got approved fromEngineer-In-Charge before these are brought to site.

    4.1.3 While submitting the samples for approval the Contractor also supply informationregarding the name of the manufacturer and manufacturers specifications.

    4.1.4 No material shall be used in the works without priorapproval of the Engineer-In-Charge.

    4.1.5 All materials brought to site shall be stored and protected in such a manner thatthese remain in perfect condition until these are to be used in the works.Storage, protection and handling of material shall be as per relevant IndianStandards and where such standards are not available; it shall be as perinstructions of Engineer-In-Charge.

    4.1.6 The Contractor shall maintain complete record of allmaterials received on the site or in stores and working area and shall makecopies of such records available to the Engineer-In-Charge.

    4.1.7 All materials rejected by Engineer-In-Charge shall be removed from the siteimmediately and shall be replaced by the Contractor at his own cost.

    4.2 Sampling and testing:

    All materials used in the works shall be subjected to inspection and test.Samples of all materials propose to be employed in the permanent works shallbe submitted to the Employer for approval before they are brought to the site.

    The contractor for the approval of Engineer-in-Charge should submit a qualityassurance plan.

    Cost of all samples and tests, whether at the manufacturer's premises, atsources, at site or at any testing laboratory or institution as directed by theEmployer shall be deemed to be included in the rates quoted in the Bill ofquantities and no extra payment whatsoever shall be made on this account.

  • 8/13/2019 R-3 drain.pdf

    24/38

    4.3 Rejected Materials:

    If any materials brought to site are rejected by the Engineer in charge as resultof tests carried out at the site or visual observation any having been foundbelow the specification or standard the contractor shall forthwith remove thesame and replace them, at his own cost to the entire satisfaction of theEngineer-in-Charge.

    4.4 Excavation :

    All excavations shall be carried out in conformity with the directions laidhereunder and in a manner approved by the Employer. The work shall be sodone that the suitable materials available from excavation are satisfactorilyutilized as decided upon before hand.

    While planning for excavations, the contractor shall take adequate precautionscausing no damages of existing various cables or pipe lines etc. The damagesshall be made good at contractor's risk and cost.The excavations shall conform to the lines, grades sides slopes and levelsshown on the drawings or directed by the Employer. The contractor shall notexcavate outside the scope or below limits of excavation. Subject to thepermitted tolerances, any excess depth excavated below the specified levelsshall be made good at the cost of the contractor with suitable material of similarcharacteristics to that removed and compacted as given hereunder.

    All debris and loose material on the slopes of cuttings shall be removed. Noback filling shall be allowed to obtain required slopes excepting that whenboulders or soft materials are encountered in cut slopes, these shall beexcavated to approved depth on instructions of the employer and the resultingcavities filled with suitable material and thoroughly compacted in an approvedmanner.

    All the excavated materials disposed of as directed by the Employer asspecified. The rate of excavation shall include disposal, leveling in layers etc.

    4.5 Rock fill

    The rock fill embankment shall be in accordance with the lines, grade and crosssections and as shown on drawings or as directed by engineer-in-charge. Hard,durable and inert material should be used for rock fill. Size of the rock shouldnot exceed 300 mm and the percent finer than 125 mm should not exceed10%. Compacted thickness of each layer shall not exceed 500 mm. Thesurface voids of each layer shall be filled with broken fragments. The topsurface of the rock fill should be thoroughly blinded with granular material.

  • 8/13/2019 R-3 drain.pdf

    25/38

    4.6 Cement concrete M 15 :

    4.6.1 Concrete Aggregate:

    4.6.1.2 Aggregate shall comply with the requirement of IS : 383 "Coarse and fineaggregates from natural sources for concrete".

    4.6.1.3 Aggregate shall be hard, strong, durable, clean and free from any adherentcoatings or other deleterious matter and shall be obtained from an approvedsource. aggregates which are chemically reactive with alkalies of cement shallnot be used. Aggregates which are not clean shall be washed in clean freshwater to the satisfaction of the Engineer-in-charge.

    4.6.1.4 All aggregates shall be subject to inspection and testing. Sampling and testing

    shall be carried out in accordance with IS:2386 (part I to VIII) "Methods of Testfor Aggregates for Concrete". All costs and expenses incurred in complyingwith this requirement shall be borne by the Contractor. Before work is begunthe contractor shall inform the Engineer-in-charge about the sources(s) ofaggregates. The contractor, at his own cost, shall submit to the Engineer-in-charge representative samples of various aggregates from each source ofsupply for tests and approval. Only aggregates from sources of supply whichpass the requisite tests and are approved by the Engineer-in-charge maysubsequently be used in the works.

    4.6.1.5 The grading of the fines in concrete shall be within the limits of grading zones I

    and II as defined in IS:383 "Coarse and Fine Aggregate from Natural sourcesfor concrete" - Table IV. Fine aggregate for use in concrete shall be washed iforder by the Engineer-in-charge.

    4.6.1.6 Unless otherwise specified on the Drawings, all coarse aggregates inreinforced concrete shall be graded aggregates of 20mm nominal size anddown.

    4.6.1.7. Aggregates shall be stored at the site on clean, well drained areas which arenot liable to flooding. The various sizes and types of aggregates shall be wellseparated and the layout and siting of the storage areas shall be submitted to

    the Engineer-in-charge for approval prior to the starting of construction.

    4.6.1.8 Any aggregate brought to the site which is not approved by the Engineer-in-charge shall be immediately removed from the site by the contractor at his owncost.

    4.6.1.9. All aggregates shall be subject to inspection and testing, sampling and testingshall be carried out in accordance with IS:2386 (Part I to VII) Methods of Test

  • 8/13/2019 R-3 drain.pdf

    26/38

    for Aggregates for concrete. All costs and expenses incurred in complyingwith this requirement shall be borne by the Contractor.

    4.6.2 Cement (53 Grade):

    4.6.2.1 Generally, ordinary Portland Cement of 53 grade complying with therequirements of IS 12269 shall be used in all works. The cement which has setor partially set shall not be used.

    4.6.2.2 Each consignment of cement shall be accompanied by a certificate from themanufacturer showing that the cement offered has been tested and analyzed,and the such test and analysis comply in all respects with the Indian StandardSpecification.

    4.6.2.3 The contractor shall advise the Engineer-in-charge of receipt of each delivery,and shall forward to him the manufacturers certificate together with the invoicestating the quantity delivered, the name and address of the manufacturer.

    4.6.2.4 Each consignment of cement shall, after delivery to site, be subjected to all thetests and analyses required by IS:269. Samples shall be collected as directedby the Engineer-in-charge and the tests carried out at the field laboratory or anapproved laboratory in Mumbai. The cement from which the samples have beenexecuted shall not be used in any works before completion of the testing andanalysis and until it has been accepted as satisfactory by the Engineer-in-charge. The costs of all the tests on cement are deemed to be included in

    the rates entered in the Bill of Quantities for related items of the work. TheEngineer-in-charge may reject any cement if the results of such tests are notsatisfactory, notwithstanding the manufacturers certificate. All rejected cementshall be immediately remove from the site at the contractor's own cost.

    4.6.2.5 The contractor shall be responsible for keeping all the cement in sound andacceptable condition. Any cement which deteriorates while in the stock and isrejected as un-suitable by the Engineer-in-charge shall be removed from thesite and replaced by the Contractor at his own expense.

    4.6.2.6 In order to ensure due progress, the contractor shall at all times maintain on

    the site at least such stock of cement as the Engineer-in-charge may from timeto time consider necessary.

    4.6.2..7Cement in original bags with description of item, quantity, quality andmanufacturers name shall be unloaded undercover and stored in a perfectlywatertight and well ventilated building having a floor raised not less than 30cm. from the ground. An air space shall be left between the floor and thebottom layer of the bags. Each consignment shall be identified by a serialnumber and date of delivery. Cement shall be issued from the store in the

  • 8/13/2019 R-3 drain.pdf

    27/38

    delivery. Cement shall be issued from the store in the order in which it isreceived on site, commencing with the consignment which has been in thestore for the longest period of time. The age of cement at the time of delivery tothe site shall not be more than 2 (two) months and the cement shall be used inthe works within 3 (three) months thereafter.

    4.6.2.8 Cement in bulk shall be transported to the site in properly designed andapproved bulk carriers. The contractor shall provide suitable unloading andstorage facilities. The contractor shall submit full details of unloading, handlingand storage facilities for the approval of the Engineer-in-charge before anycement in bulk is received by the Contractor.

    4.6.3 Water:

    Clean fresh water only shall be used for mixing all concrete, grout and mortar.The water shall be free from any deleterious matter in solution or in suspensionand be obtained from an approved source. The quality of water shall conform toIS:456.

    The contractor shall make adequate arrangements to deliver and storesufficient water at the works for use.

    4.6.4 NP4 RCC pipes:

    Reinforced Cement Concrete pipes for proposed works shall be of NP4 & NP2

    type conforming to the requirement of IS 456-1988 with ISI mark.

    4.6.5 Reinforcement :

    4.6.5.1The steel reinforcing bars for concrete shall be high yield strength deformedbars conforming to IS :1786-1979 having tensile strength of Fe 415 N/mm2.

    4.6.5.2 The reinforcement binding wire shall conform to IS 280 : Mild Steel wire forGeneral Engineering Purpose with size 1 mm or over.

    4.7 Materials not specified:

    All materials not herein fully specified and which may be required for use in theworks shall be subject to the approval of the Engineer, without which they shallnot be used any where in the permanent works.

    NOTE: Ministry of Road Transport and Highways (MORTH) indicates thespecifications for Road and Bridge works published by MORTH (2001 - 4threvision) and/or corresponding revision thereto.

    **********

  • 8/13/2019 R-3 drain.pdf

    28/38

    5.0 Technical Specifications: Workmanship

    General:

    5.1 A high standard of workmanship in all trades will be required. The Contractor shallensure that only skilled and experienced tradesmen are employed.

    5.1.2 The contractor shall be responsible for supply, use and maintenance of allconstruction plant and equipment and he shall ensure that it is suitable for thework and is maintained in such manner as to ensure safe and efficient working.The Engineer-In-Charge may direct unsuitable plant to be removed from thesite and replace plant and to his satisfaction at the cost of the Contractor.

    5.1.3 The Contractors supervisory staff shall be fully experienced in the type of works

    being carried out under this contract.

    5.2 Excavation :

    All excavations shall be carried out in conformity with the directions laidhereunder and in a manner approved by the Employer. The work shall be sodone that the suitable materials available from excavation are satisfactorilyutilized as decided upon before hand.

    While planning for excavations, the contractor shall take adequate precautionscausing no damages of existing various cables or pipe lines etc. The damages

    shall be made good at contractor's risk and cost.

    The excavations shall conform to the lines, grades sides slopes and levelsshown on the drawings or directed by the Employer. The contractor shall notexcavate outside the scope or below limits of excavation. Subject to thepermitted tolerances, any excess depth excavated below the specified levelsshall be made good at the cost of the contractor with suitable material of similarcharacteristics to that removed and compacted as given hereunder.

    All debris and loose material on the slopes of cuttings shall be removed. Noback filling shall be allowed to obtain required slopes excepting that when

    boulders or soft materials are encountered in cut slopes, these shall beexcavated to approved depth on instructions of the employer and the resultingcavities filled with suitable material and thoroughly compacted in an approvedmanner.

  • 8/13/2019 R-3 drain.pdf

    29/38

    5.3 Rock Filling

    5.3.1 Scope:

    In normal circumstances, the embankment should not be constructed withrockfill material. However, where specifically permitted by the Engineer because ofimperative economic or technical reasons, construction of rockfill embankmentsshall be in accordance with the lines, grades and cross sections as shown indrawings or as directed by the Engineer.

    5.3.2 Material:

    The size of rock pieces used in rockfill embankments shall be such that theycan be deposited in layers so as to suit the conditions evaluated in the field

    compaction trials or as directed by the Engineer. The rockfill shall consist ofhard, durable and inert material, preferably maximum size not exceeding300mm and percent finer than 125 mm not exceeding 10%.

    Agrillaceous rocks (Clay, shales etc) unburnt colliery stock and chalk shall notbe used in rock fill.

    The rock fragments and blinding material required for filling the void shall alsosatisfy the above requirements.

    5.3.3 Spreading and compaction:

    The material shall be tipped, spread and levelled in layers extending to the fullwidth of embankment by a suitable dozer. Fragments of rock shall then bespread on the top of layer to the required extent and layer compacted byminimum of 5 passes of vibratory roller having static weight 8-10 tonnes. Thecompacted thickness of each layer shall not exceed 500mm. After compactionof each layer, the surface voids shall be filled with broken fragments. Nextlayer, where required, shall be placed in the same manner, above the earliercompacted layer.

    The top layer of rock fill, on which normal earth fill will rest shall be thoroughly

    blinded with suitable granular material to seal its surface.

    5.4 Cement concrete M 15 :

    5.4.1 A fully qualified, experienced concrete quality control Engineer shall beemployed by the Contractor and shall be available on site at all times whenconcreting is taking place. Prior to commencement of the works, the Contractorshall be submit for the approval of the Engineer-In-Charge details ofqualifications and experience of the personnel to be engaged in the work ofconcrete and quality control. Operators for mechanical vibrators and mixers

  • 8/13/2019 R-3 drain.pdf

    30/38

    and foremen in charge of placing of concrete shall be fully experienced for theirclass of work.

    The class of concrete shall be in accordance with the following table :

    Class Characteristic Compressive Strength N/Sq.mm

    7 days 28 daysM-15 10 15

    The Contractor has to submit a detailed Mix design of concrete with theapproved source of material. At least three trial mixes shall be carried outbased on this mix design in presence of representative of Engineer In Chargeat least 45 days prior to the commencement of work.

    The detailed mix design shall comprise of the following:

    The proportion of cement, coarse aggregate, fine aggregate and water.

    The sieve analysis of aggregates which he proposes to use in the works.

    Full details of preliminary tests carried out for concrete, and on the ingredient.

    The quantities, quality and gradations of the ingredient shall fall within thelimits prescribed in relevant IS and shall have the required characteristics

    strength as per IS 456.

    The Engineer In Charge shall approve the mix design based on the 28 dayscompressive strength.

    No deviation from declared proportion will be allowed unless and until theEngineer-In-Charge shall give his written authorization for the adoption ofrevised proportions for any class of concrete, this provision shall also apply toany revised proportions so authorized. If any revision is approved by Engineer-in-Charge, same shall be applicable from the date of issue of written approval.

    The Contractors concrete plant and material stores shall be made accessible tothe Engineer-In-Charge at all the times for inspection and taking samples. TheContractor shall facilitate in all possible ways the inspection and testing ofsamples by the Engineer In-Charge. The cost of labour for testing and thecost of testing shall be borne by the contractor.

    Test cubes shall be made in accordance with IS: 516 Method of test for thestrength of concrete. Test cubes shall be cured and stored as provided in IS:516.

  • 8/13/2019 R-3 drain.pdf

    31/38

    Not less than nine test cubes shall be taken from each section of works oneach day. When in continuous operation the concrete pour exceeds 50 cu.m.of each above mentioned section, nine test cubes shall be taken for every 50cu.m.

    All sampling and testing of concrete shall be carried out in accordance with IS :1199 Method of sampling and analysis of concrete unless otherwisespecifically provided in the specification.

    Three out of each batch of nine cubes will be tested for crushing strength andweight at seven days and the remainder at 28 days.

    The cost of all sampling materials, test cubes and all preliminary testing andworks tests including transportation whatsoever shall be borne by the

    Contractor.

    5.6.2 The concrete mix shall be from concrete mix batching plant or any otherapproved Ready mix concrete plant.

    5.4.2 The concrete shall be transported from the batching plant to its place of worksby transit mixer as rapidly as possible and in such a manner there shall be noseparation or loss of its ingredients. No addition of water at the placinglocation shall be permitted. No concrete shall be permitted to the used in theworks after initial set has taken place. The use of concrete distributing

    chutes at an angle of more than 40 degrees from the horizontal will notbe permitted without the sanction of the Engineer-In-Charge. Authorization topour concrete shall be obtained from the Engineer-In-Charge. In no caseshall concrete be dropped or thrown from a height of more than 2 meters.

    5.4.3 The Contractor shall agitate the placed the concrete thoroughly into placeby means of a sufficient number of approved mechanical vibrators ofadequate power and having a frequency of not less than 6000 impulses perminute. Concrete once vibrated shall not be vibrated again. The Contractorshall ensure that the concrete is thoroughly worked around thereinforcement and against external shutters so that all entrained air is

    expelled and the concrete surface when exposed, is found good andfree from air pockets, honeycombing or other defects. Re-tamping ofconcrete or mortar which has partially hardened shall not be permitted.

    5.5 Reinforcement:5.5.1 The following clauses shall be read in conjunction with the section pertaining

    to concrete described earlier as well as IS:456, "Code of practice for plain andreinforced concrete".

  • 8/13/2019 R-3 drain.pdf

    32/38

    5.5.2 Bar bending schedule shall be prepared by the contractor and shall besubmitted to the Engineer-in-charge in quadruplicate for approval at least twoweeks before the bars are to be bent. The Engineer-in-charge will check andreturn one copy for the Contractors use, with amendments if any. The cost ofpreparing schedules will be deemed to be included in the rates forreinforcement in the Bill of Quantities. Any approval given by the Engineer-in-charge shall in no case, relieve the Contractor from being responsible for theaccuracy and correctness of bar bending schedules

    5.5.3 Bends, cranks or other labour on reinforcement shall be carefully formed inexact accordance with the Drawings or bar bending schedules, otherwise allbars shall be truly straight. Bends shall be made cold round a former havinga diameter four times the diameter of the bars.

    Stirrups and binders shall be bent to the radius of the bars against which theyare to be bent. Bending shall be in accordance with IS : 2502 "Code ofpractice for bending and fixing of bars for concrete reinforcement". Heating ofbars will not be allowed. Bars incorrectly bent shall be used only if means forstraightening and re-bending have been approved by the Engineer-in-charge.No reinforcement bar shall be bent when in position without the Engineersapproval whether or not it is partly embedded in hard concrete. Bar bendingschedules shall be prepared as per IS:2502.

    5.5.4 All bars shall be bound tightly together, where they cross, with black annealedsteel wire 1mm or over in diameter. The free ends of the binding wire shall be

    inwards.

    5.5.5 The number, size and form of all reinforcement shall be in exact accordancewith the drawings. The reinforcement shall be placed, fixed and maintained inthe forms within a tolerance of 5mm during the placing and compaction of theconcrete. Horizontal bars shall be suspended or supported with concreteblocks to prevent them from sagging. Such spacer blocks shall havedimensions exceeding 75mm and shall be pre-cast from concrete of the sameclass as the concrete in which they are to be embedded except that thelargest size of aggregate shall be 10mm. Each block shall be cured for 10days or more. Each block shall be secured to the reinforcement with wire or

    spring clip embedded on the center of the block so that it shall not be incontact with the shuttering or subsequently cause rust marks on the concrete.Where necessary spacer bars, supporting steels and distance pieces shall besupplied and fixed by the contractor to maintain the reinforcement rigidly inthe correct position and to the satisfaction of the Engineer-in-charge. Any tiesor stirrups connecting the bars shall be tied so that the bars are properlybraced, inside of their curved parts in actual contact with the bars round whichthey are intended to fit. The cost of providing tying wire as well as stools and

  • 8/13/2019 R-3 drain.pdf

    33/38

    chairs and concrete spacer blocks shall be deemed to be covered in the ratesfor reinforcement steel.

    5.5.6 Where splicing and/or overlapping in reinforcement are required, the bars shallbe provided with such splices or overlaps as are shown on the drawings ordirected by the Engineer-in-charge.

    5.5.7 Butt welding of reinforcing steel bars shall only be used where specified orshown on the Drawing unless permission in writing has previously been givenby the Engineer-in-charge. Where butt welding is carried out the ends of thebars shall be prepared with single 45 degree V and a backing plate shall beused. The minimum root face will be one quarter of the bar diameter.

    5.5.8 Minimum cover to reinforcement shall be equal to that specified or shown on

    the drawings. Where two bars cross the outer one shall have the minimumcover, unless specified otherwise.

    5.5.9 All steel reinforcement before the concrete is deposited shall be cleaned, freefrom dust, loose scales, oil, rust, grease or any other deleterious material.Particular care shall be taken to avoid contamination of reinforcement withmould oil.

    5.5.10 No concrete shall be deposited until all reinforcement has been inspected andapproved by the Engineer-in-charge. There shall be in attendance on eachconcreting gang a competent steel fixer who shall ensure that the

    reinforcement and other embedded fittings are kept in position before placingand compacting of the concrete.

    5.6 NP4 RCC pipes:

    5.6.1 Workmanship not specified:

    Workmanship for the items not specified should be as per relevant IS codesand shall be got approved from the Engineer-in-charge.

    NOTE: Ministry of Road Transport and Highways (MORTH) indicates the

    specifications for Road and Bridge works published by MORTH (2001- 4threvision) and/or corresponding revision thereto.

    ************

  • 8/13/2019 R-3 drain.pdf

    34/38

  • 8/13/2019 R-3 drain.pdf

    35/38

    7. BILL OF QUANTITIESName of Work : Construction of Cross Drainage in R-3 road for road widening

    in JNPTTENDER NO.: JNP/PPD/Mgr/R-3 /F 30/E 33/T- 30 /2014,dated 21.01.2014.

    ItemNo.

    Brief item Description Quantity UnitRatein Rs.

    Amountin Rs.

    1 Excavation for roadways in soil usingmanual/mechanical means includingdressing sectioning to the requiredgrade camber side slopes andloading in a truck and carrying out cutearth to embankment site with all lift& lead up to 1000 meter & spreadingfor embankment or stackingdisposing as directed by Engineer incharge.

    293 Cum

    2 Dismantling carefully the existingstructure of stone masonry in cementor lime mortar, including sorting outserviceable material & stackingdismantled material within 50 meterlead as directed etc.

    23 Cum

    3 Providing Rubble filling oftrap/granite/quartzite gneiss stonesof approved quality in foundationincluding hand packing filling gravelof sand in the voids etc. complete.

    168 Cum

    4 Providing and laying in situ cementconcrete in proportion M-15 of trapmetal for foundation and bedding,including bailing out water manually,formwork, compacting and curing.

    26 Cum

    5 Providing & casting in situ cementconcrete M25 of metal for RCCbeam as per detailed designs anddrawings, or as directed by engineerin charge including centering, formwork, compacting roughening thesurface if special finish is to beprovided and curing etc complete(Excluding steel reinforcement).

    28 Cum

  • 8/13/2019 R-3 drain.pdf

    36/38

    6 Providing and laying cement concretepipe of IS 458-1988 of NP/3 class1200mmdia in proper line and level &slope including fixing collar withcement mortar in 1:2 etc complete asdirected by Engineer In-Charge.i) 1200 mm dia pipe

    30 Rmt

    7 Providing and fixing in position TMT -500steel bar reinforcement of variousdiameter for RCC pile caps, footings,foundations, slab, beams, column,canopies, staircases, newels, chajjas,lintels, pardies, coping, fins, arches,etc. as per detailed design, drawing,and Schedules, including cutting,bending, hooking the bars, bindingwith wire or tack welding andsupporting as required etc complete.

    0.9 Mt

    Total Rs.

    Total Amount in words =_______________________________________________

    DATE : SIGNATURE OF THECONTRACTORWITH SEAL

  • 8/13/2019 R-3 drain.pdf

    37/38

    DRAWING

  • 8/13/2019 R-3 drain.pdf

    38/38