You are on page 1of 38

JAWAHARLAL NEHRU PORT TRUST PORT PLANNING AND DEVELOPMENT DEPARTMENT

NAME OF WORK: Construction of Cross Drainage in R-3 road for road widening in 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 28.01.2014 COST OF TENDER Rs. 2000/- ( NON REFUNDABLE ) COMPLETED TENDERS ARE TO BE DEPOSITED ON OR BEFORE 1500 HRS. OF 29.01.2014 AND WILL BE OPENED AT 1530 HRS OF SAME DAY. **************************************************************************************** Tender Document issued by:

Chief Manager Port planning & development department. Administration Building, Jawaharlal Nehru Port Trust Sheva, Navi Mumbai - 400

JNP/PPD/Mgr/R-3/F 30/E 33 /T- 30 /2014 To, __________________ __________________ __________________.

Date:

/ 2014.

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 tender document. 3. Please note that you must submit independent documentary evidence to establish that "MINIMUM QUALIFYING CRITERIA" as spelt out in the tender notice and tender document is fully met with irrespective of the fact that you might 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 the requirements spelt out in the tender document, it may be rejected. Thanking you, Yours faithfully,

MANAGER (PPD)

INDEX

Sub: Construction of Cross Drainage in R-3 road for road widening in JNPT
Sr. No. Description. Page NO.

Notice Inviting Tender

3-5

Instructions to Tenderers and General conditions of contract (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

F:PPD:06-A JAWAHARLAL 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-3 road for road widening in JNPT."As detailed below 1.Estimated cost of works : Rs. 7,19,815.00 From: 22.01.2014 To 28.01.2014 29.01.2014 upto 15:00 hrs. 29.01.2014 at 1530 hrs. 60 Days (excluding first seven days as mobilization period) 90 days

2.Date of Sale of Tender on : 3.Date of receipt of Tender :

4.Date of opening of Tender : 5.Period Of Completion 6. Validity of Tender 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, on any Scheduled Bank having its branch at Mumbai.)

Minimum Qualifying Criteria:


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 years ending 31.03.2012 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 either of the following :a)

Three works, each work costing not less than Rs. 2.87 lakhs Or b) Two works, each work costing not less than Rs. 3.59 lakhs Or c) One work costing not less than Rs. 5.75 lakhs The 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, (On any Nationalized/Scheduled Bank having its branch at Mumbai) on working days (1000 hrs to

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 shall have 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 the bid in separate envelope. The downloading of document shall be carried out strictly as provided 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 the tenderer, the tenderer is responsible to download Addendums/ Amendments/ Errata/ replies to the queries of the tenderers etc. if any, issued by the employer, from web site before the submission of the tender. Any shortfall in submissions of the said Addendums/ Amendments/ Errata/ replies to the queries of the tenderers etc. along with the downloaded documents while submitting the tender will not be considered. Incomplete tender documents shall be rejected outright. 3) The Technical and financial bids of the tenderer, who has downloaded the tender from JNP website shall not be considered for opening and rejected out rightly, if requisite tender fee is not submitted along with bid in separate envelope. 4) The tender submitted by bidder who have not collect the tender document from JNPT or not downloaded from JNP website, will not be considered for evaluation and will be rejected outrightly.

CHIEF MANAGER (PPD)

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


1. Sealed tenders are invited for the work of Construction of Cross Drainage in R3 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 is to 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 the contractor. The works comprise supply of Labour, materials, tools and all such things required for proper execution of the works of this tender. 3. QUALIFYING REQUIREMENTS : The Tenderer shall furnish satisfactory documentary evidence in support of his fulfilling 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 years ending 31.03.2012 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 either of the following :a) Three works, each work costing not less than Rs. 2.87 lakhs Or b) Two works, each work costing not less than Rs. 3.59 lakhs Or c) One work costing not less than Rs. 5.75 lakhs

Notwithstanding anything stated above, JNPT reserves the right to :

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

3.2 Relax qualifying requirements, should the circumstances warrant such review in the overall interest of the port. 4. TENDER SECURITY / E.M.D. : 4.1 Tender must be accompanied by Tender Security as detailed in Notice Inviting 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 as promptly as possible. 4.3 Any Tender not accompanied by an acceptable Tender Security / Earnest Money Deposit will be rejected and such Tender will not be considered for evaluation. 4.4 Tender security / Earnest Money deposit of the successful Tenderer will be returned 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 / Earnest Money deposit. 5. ISSUE OF TENDER DOCUMENTS : The Tender documents with detailed specifications and drawings along with terms & conditions may be obtained from the Office of Manager (PPD), JNPT at the above address, during 10.00 hrs. to 17.00 hrs. on any working day from 22.01.2014 to 28.01.2014 on payment of Rs. 2000/- (Rupees One thousand only) (Non refundable) by way of Crossed Demand Draft/Bankers' Cheque drawn in favour of `JAWAHARLAL NEHRU PORT TRUST' on any Nationalized/Scheduled bank having its branch at Mumbai and payable at Mumbai against formal request in writing. 5.1 Issue of tender documents will not automatically mean that tenderers are qualified for the work.

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 refundable under any circumstance. 6. SITE VISIT : 6.1 Interested Tenderers are advised to visit the site and obtain the correct information about the area where the tendered work has to be executed. Cost of 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 period of 90 days from the date of Tender opening. For exceptional circumstances prior to expiry of the original tender validity period, the JNPT may request the Tenderer for specified extension in the period of validity. The Tenderer agreeing 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 tenderer in token of acceptance of JNPT's tender terms and conditions stipulated shall be submitted with the tender. Failure to comply with the requirement of Tender submission will Tenderer's own risk. . be at the

8.2 The rates and amount submitted by the Tenderer shall be gross rates and amount and must include all payments on account of taxes, service taxes, levies, duties etc. payable to state of Maharashtra or Govt. of India or any Authority or Body Corporate and all other incidental charges that the Tenderer may have to bear for the execution of the work. 8.3 The completed tender shall be put in envelope and to be sealed. The envelope shall 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 widening in JNPT." 8.5 The tenderers should ensure that their tender is received by the Chief Manager (PPD), Jawaharlal Nehru Port Trust, Administration Building, Sheva, Navi Mumbai - 400 707 before the expiry of the specified time limit.

9.

CAPABILITY OF TENDERER : -Deleted Detailed list covering Plant and Machinery and other facilities available with the Tenderer 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 Tax Clearance and Sales Tax Registration Certificate. 11. EXPERIENCE OF TENDERER : Details of experience and copies of work orders executed for similar jobs for different firms with similar specifications along with reference, order number and date, names of the Contact persons, their addresses and telephone numbers 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 the last 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 submission of 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 and opened on same day at 15:30 hrs. in the presence of Tenderers or their authorized representative who wish to attend the tender opening in the Administration Building of JNPT, Sheva. 16. Tenders not accompanied by the requisite Tender Security / E.M.D. in separate sealed cover super scribed with the name of Tender and due date or accompanied with the Tender Security / E.M.D. of inadequate value will not be considered for evaluation. 17. JNPT does not bind itself to accept the lowest tender. JNPT reserves the right to reject any or all tenders received and accept the whole or in part of the tender without assigning any reason thereof.

18. Tenderers shall be bound to supply and install the goods at the rate quoted by them and accepted by JNPT, irrespective of the ordered quantity. 19. ESCALATION : No escalation shall be payable in whatsoever form, material, fuel etc for this contract and the rate quoted shall be deemed to include this. 20. For further information, if any, tenderers may contact Manager (PPD), Jawaharlal Nehru 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 the registered letter that his tender has been accepted. This letter (Hereinafter called as Letter of Acceptance) shall name the sum which the Employer will pay to the contractor in consideration of the carrying out the works by the contractor as prescribed by the Contract (hereinafter called the Contract price). 21.2 No further correspondence will be entertained by the Employer from the unsuccessful Tenderers. 21.3 Letter of Acceptance will constitute the formation of Contract. 22. Performance Security: DELETED

Within ten days of the receipt of the notification of the award of contract from the Employer, the successful tenderer shall furnish to the Employer a security in the form of a Bank Guarantee of a Scheduled Bank, having its branch at Mumbai, for an amount equivalent to 10% of the contract award price as per draft annexed hereto guaranteeing the performance of the contract. The obtaining of such guarantee and the cost of guarantee to be so entered into shall be at the expense in all respects of the contractor. The EMD of successful tenderer shall be released after submission of Performance Bank Guarantee. 23. INSURANCE:

The successful tenderer should take Workmens Compensation Policy for this work 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 time reject any or all the materials or workmanship, which may seem to be defective/or unfit or improper for the purpose of which they are applied or indicated to be applied or not in accordance with the description mentioned in or indicated by specifications or the drawings. 25. POWER AND WATER SUPPLY: The contractor shall make his own arrangements for Power and water supply at his own cost and expenses. 26. FUEL SUPPLY: The contractor shall at his own costs and expenses apply to and make arrangement for obtaining from the concerned authorities supply of petrol, oil etc, also permission for handling, transporting & storing them. 27. LABOUR CAMP AREA: The contractor shall be allotted rent free area. The area allotted is low lying area. The contractor shall at his own cost and expenses fill the said area upto a suitable 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 or affected during the execution of works. Any damages to such facilities shall be rectified by the contractor at his own cost. 29. ACCESS TO SITE: Since the handling of cargo through the Port cannot be stopped for the purpose of undertaking this work, the tenderer should be prepared to mobilize at short notice extra manpower to take up areas in different fronts. Likewise when the port is in operation there may be situations where work cannot be taken up in certain areas for which the tenderer will have to suitably suspend/re-adjust the programme. However, no claims shall be entertained arising out of the above contingency. Contractor shall obtain prior permission for his workers gate pass/

for materials etc. as may be required to carry out the works inside the port custom area from the Employer and shall follow the rules and regulations of CISF /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 the contract and the rules and regulations in respect of contractors labour, health regulations or any such other requirements issued by the management, State/Central Government and any other statutory body, at any time during the execution of the Contract. The contractor shall comply with all the Central State and Municipal laws and rules and shall be solely responsible for complying with the provisions of the contract labour (regulations and abolition) Act 1970 and rules their under and the other enactments that may be applicable including ESI Act, the payment of wages Act, Provident Fund Act, the minimum wages Act, the factories Act, the workmen compensation act or any other applicable legislation and the Municipal by laws or other statutory rules and regulations whatsoever in force in so far as these are applicable. Any obligations finding or otherwise missed under any statutory enactments, rules and regulations there under shall be the sole responsibility of the contractor. The contractor shall indemnify the Employer against all losses and claims in respect 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 the execution 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 out shall not be a ground or any excuse for not completing the works within the stipulated time nor shall be a ground or any excuse for extension of period of completion 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 for efficiently carrying out and completing the work to the satisfaction of the Employer.

33. MATERIALS :

The Employer will not supply any construction materials of whatsoever nature and kind for the execution of the contract. The contractor shall at his own costs and expenses make his own arrangement for obtaining all materials required, for the execution of the work and ensure that the requisite materials are procured in time. 34. WORKMANSHIP : All the works shall be executed in the best and most substantial workman like manner in accordance with particulars contained in or implied by the Scope of work, Specifications, Bill of Quantities and Schedules, Drawing or according to such other additional particulars, instructions. 35. ADDITIONS AND ALTERNATIONS : The Employer shall have power and authority from time to time and at all times to make amendments or additions or alternations or changes in the scope of the work, and specifications, drawings and bill of quantities and give such further instructions and directions as may appear to the Employer necessary and proper for the guidance of the Contractor and the good and efficient execution of the works and the contractor shall receive, obey and be bound by the same according to the true intent and meaning thereof as if the same had been mentioned or referred to in the scope of the work, specifications, Bill of Quantities and drawings. The Employer may also vary or alter the levels or positions of any of the works contemplated /by approved specifications or may order any of the works contemplated thereby to be omitted, with or without the substitution of any other works in lieu thereof, or may order any work or any portion of works executed or partially executed to be removed, changed or altered, if required, and may order that other work shall be substituted in lieu thereof and any difference in the cost occasioned by any such diminution or alteration so ordered and directed shall be added to or deducted from the amount specified by the contractor and or where the rates are not specified then a suitable rate backed up by rate analysis shall be submitted by the contractor and agreed upon between the contractor and the employer. In the event of disagreement, the Employer shall fix such rates or prices as shall in their 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 during the preceding month, failing which any claim for which he may afterwards make for payment on account of any such extra work will not be allowed.

36. SAFETY PROVISIONS:

All necessary personal safety equipments as considered adequate by the Employer shall be available for use of persons employed at site. The contractor shall take adequate steps to ensure proper use of equipment by those concerned. The working platforms and connecting ropes should be strong enough to take load of equipments, labourers and of material. When the work is being done where there is risk of falling, all necessary equipments shall be provided and kept ready for use and all necessary steps taken for prompt rescue of any person in danger and adequate provision made or prompt first aid treatment of all injuries likely to happen during the course of work shall be made. The cost of these provisions is deemed to have been included in the quoted rates. 37. PROVISIONAL SUM : Provisional sum item of bill of quantities may be operated under instructions of the Engineer-in-charge for carrying out certain works or supply of goods and services 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 a reduction or increase greater than 10 per cent of the sum named in the letter of acceptance results from: a) The aggregate effect of all variation orders and b) All adjustments upon measurement of estimated quantities set out in the Bill of Quantities, but not from any other cause the amount of the contract price shall be adjusted by such sum as may be agreed between the contractor and the Employer or failing agreement, fixed by the Employer having regard to all material, and relevant factors, including the contractor's site 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 in triplicate with necessary supporting documents and enclosures duly listed and identified properly for arranging payment in time. Payment would be made within a period of one month after checking and certification of bill by the Engineer-in-charge of the work. The final bill shall be submitted by the contractor within three months from the date of issue of certification of completion of works, no further claims shall be made by the contractor after submission of the final bill and this shall be

deemed to have been waived and extinguished. Payment of those items of the bill in respect of which there is no dispute ,and all items in dispute, for quantities and rates as approved by the Chief Manager (PPD) shall be made within three months. After the payment of final bill as aforesaid has been made the contractor may, if he so desires reconsider his position in respect of a disputed portion of final bill and if he fails to do so within 90 days, his disputed claim shall be dealt with as provided in the contract. 39.2 No interest will be payable nor any claim for interest will be entertained by the Employer with respect to any money or balance which may be in their hand owing to any disputes between themselves and the contractor or with respect to any delay on the part of the Employer in making payments. 39.3 Deduction of Income Tax shall be made from any amount payable to the contractor 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 to the maximum of 5 % of contract value. 40.2 The amount as stated above will not bear any interest, the retention money deducted 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 be measured in accordance with the relevant parts of IS:1200 "Method of Measurement of building and civil works" and are not as they are finished and fixed in the works. The rates and prices shall be inclusive of whatever allowances as considered by the contractor to be necessary for waste working area etc. 42. DEFAULT OF CONTRACTOR: If the contractor makes any default or on the happenings of anyone or more of the 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 written notice from the Employer without any lawful excuse or fails to make proper

progress with works for 7 days after receiving written notice from the Employer 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 any works for 7 days after receiving notice in writing by the Employer condemning or rejecting any materials or v) Fails to give the Employer proper facilities for inspection of the works or any part thereof for three days after receiving notice in writing by the Employer demanding the same or vi)The contractor has become insolvent or vii) The contractor gone into liquidation or passed the resolution for winding up or viii) Upon the contractor making an arrangement with or assigning in favour of his 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 manager is 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 debentures secured 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 for completion of the contract or such extended time as may be granted by the Employer or xiv) On his omission or negligence or neglect or default or failure to comply with any of the conditions of the contract. xv) The Employer may after giving notice by Registered Post A/D specifying the default or defaults at the address given by the contractor, and or on the contractor's failure to rectify or remedy such default for 14 days after receipt of such notice or shall at any time thereafter repeat such default the employer may enter upon the site and the work and expel the contractor there from and may either themselves complete the work or employ any other contractor to complete the work and upon such entry the contract shall

be determined save and except the rights and powers conferred upon the Employer may use the materials and the plants/ machinery / equipment lying on the site and belonging to the contractor for completion of the contract. The value of the materials shall be determined jointly between the Employer and the contractor or failing by the Employer alone if contractor declines to joint inspection. The contractor shall not dispute such valuation and the same will be binding upon the contractor. No amount shall be due and payable to the contractor for the use of any plants / machinaries/equipments in completion of the contract. In the event of the Employer completing the work or employing any other contractor to complete the same the Employer shall be entitled to recover from the contractor the amount expended by the Employer and such loss or damage that they may have suffered as a result of the contractor's omission or negligence or neglect or default or failure to execute the works or to comply with any of the conditions herein contained and the Employer shall recover the said amount from any amount that shall become due or thereafter become due to the contractor of from any amount lying with them or under their control. 43. COMPLETION PERIOD : The work shall be completed within 60 days from the date of award of work excluding 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 modified or substituted or additional work, or by ordering by the Employer or any work to be omitted, or by reasons of any exceptionally inclement weather or by force majeure or from any just cause not attributable to the act, negligence, or default or failure or omission of the contractor the employer shall extend the time in writing for such period as in the Employer's absolute discretion is reasonable. Provided always that the contractor makes a written application to the Employer at or before the time when the cause of delay is occurring or is about to occur or in case of force majeure immediately thereafter and of which satisfactory proof 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 the foregoing or any other cause or causes of whatsoever nature or kind. Subject nevertheless to the provisions that any and every extension of time by the Employer shall be deemed to be in full compensation and satisfaction or and in respect of any and every actual or possible loss, damage or injuries sustained or sustainable by the contractor in respect of the cause or causes giving rise to such extension and shall in like manner exonerate the contractor from any claims or demands on the part of the

Employer for the delay in respect of which any extension of the time shall have been made to but not otherwise, not for any delay continued beyond time mentioned in writing authorising such extension. 45. LIQUIDATED DAMAGES: In the event of contractor's failure to complete the work in the stipulated time limit, the contractor shall pay to the Employer Rs. 1800/- per day as liquidated damages to each day's delay in completing the work, including Sundays and Holidays 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) of Jawaharlal Nehru Port Trust, whose decision shall be final, conclusive and binding on all parties to the contract on all questions relating to the workmanship, 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 year from 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 to Tenderers and General Conditions of Contract Part - I

INSTRUCTIONS TO TENDERERS AND GENERAL CONDITIONS OF CONTRACT: - (PART-II)

Conditions of Particular Application :


The Instructions to Tenderers and General Conditions of Contract Part- I modified or added to by the following part - II conditions of particular application which shall be read and construed with the general condition as if they were incorporated therewith. In so far as any of the conditions of particular application may conflict or be inconsistent with any of the General conditions, conditions of particular application Part - II shall prevail. A. Following clauses of Instructions to tenderer and General condition of contracts part I stands deleted. 1. Clause No. 9 : Capability of Tenderer

2. Clause No. 10: Income Tax and sales tax registration certificate: Delete the existing 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 PAN with GIR No. 3. 4. 5. 6. 7. Clause No. 24: Inspection Clause No.25: Power and water supply Clause No. 26: Fuel supply Clause No. 27 : Labour camp area 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 work and follow the rules, regulations, of central and state government in respect of labour employment and welfare including health, safety, and insurance etc. LWO of JNPT will monitor the work to ensure that contractor follows rules and regulations. Any obligations finding or otherwise missed under any statutory requirements shall be the sole responsibility of the contractor.

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

Quantities given in BOQ are approximate only. Payment shall be made as per actual work done based on the JOINT MEASUREMENTS. The contractor shall submit his bill on completion of the work. The bills shall be submitted in triplicate form duly signed by the contractor. The payment shall be made within period of 15 days after checking and certification of the bill by the EIC of the work. No further claim shall be made by the contractor after submission of the final bill.

3.

TENDER FORM

Name of work : Construction of Cross Drainage in R-3 road for road widening in 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 the tender drawings for the above named works, we offer to execute as per Instructions to tenderers, General Conditions of Contract, Specifications, Bill of Quantities, schedules and the tender drawings and as per the terms of the instructions to tenderers 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 the tender document on receipt of the acceptance letter and to execute the entire work within the stipulated period calculated from the date of issue of letter of acceptance / 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 offer for the due performance of the contract. 4. We undertake, to abide by our Tender for a period of 90 days from the last date for receiving the same or such extension of time as may be accepted by us & same shall be binding on us and you are entitled to accept the same at any time before the expiration of the said period.

5. Unless and until a formal agreement is prepared and executed, this Tender, together with your written acceptance thereof, shall constitute a binding contract between us. 6. We understand that you are not bound to accept the lowest or any Tender you may receive. 7.We also enclose herewith Demand Draft/ Banker's Cheque Rs._______________(Rupees _______________________________________ of

________________________________ Only) in favour of JNPT as Earnest Money Deposit. 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 ----------------------------------------------------------------------------------------------------------------duly authorised to sign Tenders for and on behalf of -------------------------------Address : --------------------------------------------------------------------------------Witness ----------------------------------------------------------------------------------Address ----------------------------------------------------------------------------------Occupation : ----------------------------------------------------------------------------*************

4. 4.1.

Technical Specifications: Materials. General:

4.1.1 All materials used in the works shall be of the best quality of their respective kinds, obtained from sources and suppliers approved by the Engineer-InCharge and shall conform to the latest issues of relevant Indian Standards specifications. Any materials not fully specified and for which no relevant Indian Standard may be available shall be the best of its kind and as approved by the Engineer-In-Charge. 4.1.2 Samples of all materials to be used for the works shall be got approved from Engineer-In-Charge before these are brought to site. 4.1.3 While submitting the samples for approval the Contractor also supply information regarding the name of the manufacturer and manufacturers specifications. 4.1.4 No material shall be used in the works without prior approval of the Engineer-In-Charge. 4.1.5 All materials brought to site shall be stored and protected in such a manner that these remain in perfect condition until these are to be used in the works. Storage, protection and handling of material shall be as per relevant Indian Standards and where such standards are not available; it shall be as per instructions of Engineer-In-Charge. 4.1.6 The Contractor shall maintain complete record of all materials received on the site or in stores and working area and shall make copies of such records available to the Engineer-In-Charge. 4.1.7 All materials rejected by Engineer-In-Charge shall be removed from the site immediately 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 shall be 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 quality assurance plan. Cost of all samples and tests, whether at the manufacturer's premises, at sources, at site or at any testing laboratory or institution as directed by the Employer shall be deemed to be included in the rates quoted in the Bill of quantities and no extra payment whatsoever shall be made on this account.

4.3

Rejected Materials: If any materials brought to site are rejected by the Engineer in charge as result of tests carried out at the site or visual observation any having been found below the specification or standard the contractor shall forthwith remove the same and replace them, at his own cost to the entire satisfaction of the Engineer-in-Charge.

4.4

Excavation : All excavations shall be carried out in conformity with the directions laid hereunder and in a manner approved by the Employer. The work shall be so done that the suitable materials available from excavation are satisfactorily utilized as decided upon before hand. While planning for excavations, the contractor shall take adequate precautions causing 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 levels shown on the drawings or directed by the Employer. The contractor shall not excavate outside the scope or below limits of excavation. Subject to the permitted tolerances, any excess depth excavated below the specified levels shall be made good at the cost of the contractor with suitable material of similar characteristics to that removed and compacted as given hereunder. All debris and loose material on the slopes of cuttings shall be removed. No back filling shall be allowed to obtain required slopes excepting that when boulders or soft materials are encountered in cut slopes, these shall be excavated to approved depth on instructions of the employer and the resulting cavities filled with suitable material and thoroughly compacted in an approved manner. All the excavated materials disposed of as directed by the Employer as specified. 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 cross sections 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 should not exceed 300 mm and the percent finer than 125 mm should not exceed 10%. Compacted thickness of each layer shall not exceed 500 mm. The surface voids of each layer shall be filled with broken fragments. The top surface of the rock fill should be thoroughly blinded with granular material.

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 fine aggregates from natural sources for concrete". 4.6.1.3 Aggregate shall be hard, strong, durable, clean and free from any adherent coatings or other deleterious matter and shall be obtained from an approved source. aggregates which are chemically reactive with alkalies of cement shall not be used. Aggregates which are not clean shall be washed in clean fresh water 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 Test for Aggregates for Concrete". All costs and expenses incurred in complying with this requirement shall be borne by the Contractor. Before work is begun the contractor shall inform the Engineer-in-charge about the sources(s) of aggregates. The contractor, at his own cost, shall submit to the Engineer-incharge representative samples of various aggregates from each source of supply for tests and approval. Only aggregates from sources of supply which pass the requisite tests and are approved by the Engineer-in-charge may subsequently 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 sources for concrete" - Table IV. Fine aggregate for use in concrete shall be washed if order by the Engineer-in-charge. 4.6.1.6 Unless otherwise specified on the Drawings, all coarse aggregates in reinforced concrete shall be graded aggregates of 20mm nominal size and down.

4.6.1.7. Aggregates shall be stored at the site on clean, well drained areas which are not liable to flooding. The various sizes and types of aggregates shall be well separated 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-incharge shall be immediately removed from the site by the contractor at his own cost. 4.6.1.9. All aggregates shall be subject to inspection and testing, sampling and testing shall be carried out in accordance with IS:2386 (Part I to VII) Methods of Test

for Aggregates for concrete. All costs and expenses incurred in complying with 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 the requirements of IS 12269 shall be used in all works. The cement which has set or partially set shall not be used. 4.6.2.2 Each consignment of cement shall be accompanied by a certificate from the manufacturer showing that the cement offered has been tested and analyzed, and the such test and analysis comply in all respects with the Indian Standard Specification. 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 invoice stating 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 the tests and analyses required by IS:269. Samples shall be collected as directed by the Engineer-in-charge and the tests carried out at the field laboratory or an approved laboratory in Mumbai. The cement from which the samples have been executed shall not be used in any works before completion of the testing and analysis and until it has been accepted as satisfactory by the Engineer-incharge. 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. The Engineer-in-charge may reject any cement if the results of such tests are not satisfactory, notwithstanding the manufacturers certificate. All rejected cement shall 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 and acceptable condition. Any cement which deteriorates while in the stock and is rejected as un-suitable by the Engineer-in-charge shall be removed from the site 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 time to time consider necessary. 4.6.2..7Cement in original bags with description of item, quantity, quality and manufacturers name shall be unloaded undercover and stored in a perfectly watertight and well ventilated building having a floor raised not less than 30 cm. from the ground. An air space shall be left between the floor and the bottom layer of the bags. Each consignment shall be identified by a serial number and date of delivery. Cement shall be issued from the store in the

delivery. Cement shall be issued from the store in the order in which it is received on site, commencing with the consignment which has been in the store for the longest period of time. The age of cement at the time of delivery to the site shall not be more than 2 (two) months and the cement shall be used in the works within 3 (three) months thereafter. 4.6.2.8 Cement in bulk shall be transported to the site in properly designed and approved bulk carriers. The contractor shall provide suitable unloading and storage facilities. The contractor shall submit full details of unloading, handling and storage facilities for the approval of the Engineer-in-charge before any cement 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 suspension and be obtained from an approved source. The quality of water shall conform to IS:456. The contractor shall make adequate arrangements to deliver and store sufficient 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 deformed bars 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 for General 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 the works shall be subject to the approval of the Engineer, without which they shall not be used any where in the permanent works. NOTE: Ministry of Road Transport and Highways (MORTH) indicates the specifications for Road and Bridge works published by MORTH (2001 - 4th revision) and/or corresponding revision thereto. **********

5.0

Technical Specifications: Workmanship General:

5.1 A high standard of workmanship in all trades will be required. The Contractor shall ensure that only skilled and experienced tradesmen are employed. 5.1.2 The contractor shall be responsible for supply, use and maintenance of all construction plant and equipment and he shall ensure that it is suitable for the work 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 the site 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 laid hereunder and in a manner approved by the Employer. The work shall be so done that the suitable materials available from excavation are satisfactorily utilized as decided upon before hand. While planning for excavations, the contractor shall take adequate precautions causing 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 levels shown on the drawings or directed by the Employer. The contractor shall not excavate outside the scope or below limits of excavation. Subject to the permitted tolerances, any excess depth excavated below the specified levels shall be made good at the cost of the contractor with suitable material of similar characteristics to that removed and compacted as given hereunder. All debris and loose material on the slopes of cuttings shall be removed. No back filling shall be allowed to obtain required slopes excepting that when boulders or soft materials are encountered in cut slopes, these shall be excavated to approved depth on instructions of the employer and the resulting cavities filled with suitable material and thoroughly compacted in an approved manner.

5.3 Rock Filling 5.3.1 Scope: In normal circumstances, the embankment should not be constructed with rockfill material. However, where specifically permitted by the Engineer because of imperative economic or technical reasons, construction of rockfill embankments shall be in accordance with the lines, grades and cross sections as shown in drawings or as directed by the Engineer. 5.3.2 Material: The size of rock pieces used in rockfill embankments shall be such that they can 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 of hard, durable and inert material, preferably maximum size not exceeding 300mm and percent finer than 125 mm not exceeding 10%. Agrillaceous rocks (Clay, shales etc) unburnt colliery stock and chalk shall not be used in rock fill. The rock fragments and blinding material required for filling the void shall also satisfy the above requirements. 5.3.3 Spreading and compaction: The material shall be tipped, spread and levelled in layers extending to the full width of embankment by a suitable dozer. Fragments of rock shall then be spread on the top of layer to the required extent and layer compacted by minimum of 5 passes of vibratory roller having static weight 8-10 tonnes. The compacted thickness of each layer shall not exceed 500mm. After compaction of each layer, the surface voids shall be filled with broken fragments. Next layer, where required, shall be placed in the same manner, above the earlier compacted 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 be employed by the Contractor and shall be available on site at all times when concreting is taking place. Prior to commencement of the works, the Contractor shall be submit for the approval of the Engineer-In-Charge details of qualifications and experience of the personnel to be engaged in the work of concrete and quality control. Operators for mechanical vibrators and mixers

and foremen in charge of placing of concrete shall be fully experienced for their class of work. The class of concrete shall be in accordance with the following table : Class M-15 Characteristic Compressive Strength N/Sq.mm 7 days 10 28 days 15

The Contractor has to submit a detailed Mix design of concrete with the approved source of material. At least three trial mixes shall be carried out based on this mix design in presence of representative of Engineer In Charge at 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 the limits 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 days compressive strength. No deviation from declared proportion will be allowed unless and until the Engineer-In-Charge shall give his written authorization for the adoption of revised proportions for any class of concrete, this provision shall also apply to any revised proportions so authorized. If any revision is approved by Engineerin-Charge, same shall be applicable from the date of issue of written approval. The Contractors concrete plant and material stores shall be made accessible to the Engineer-In-Charge at all the times for inspection and taking samples. The Contractor shall facilitate in all possible ways the inspection and testing of samples by the Engineer In-Charge. The cost of labour for testing and the cost of testing shall be borne by the contractor. Test cubes shall be made in accordance with IS: 516 Method of test for the strength of concrete. Test cubes shall be cured and stored as provided in IS: 516.

Not less than nine test cubes shall be taken from each section of works on each 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 50 cu.m. All sampling and testing of concrete shall be carried out in accordance with IS : 1199 Method of sampling and analysis of concrete unless otherwise specifically provided in the specification. Three out of each batch of nine cubes will be tested for crushing strength and weight at seven days and the remainder at 28 days. The cost of all sampling materials, test cubes and all preliminary testing and works 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 other approved Ready mix concrete plant. 5.4.2 The concrete shall be transported from the batching plant to its place of works by transit mixer as rapidly as possible and in such a manner there shall be no separation or loss of its ingredients. No addition of water at the placing location shall be permitted. No concrete shall be permitted to the used in the works after initial set has taken place. The use of concrete distributing chutes at an angle of more than 40 degrees from the horizontal will not be permitted without the sanction of the Engineer-In-Charge. Authorization to pour concrete shall be obtained from the Engineer-In-Charge. In no case shall concrete be dropped or thrown from a height of more than 2 meters. The Contractor shall agitate the placed the concrete thoroughly into place by means of a sufficient number of approved mechanical vibrators of adequate power and having a frequency of not less than 6000 impulses per minute. Concrete once vibrated shall not be vibrated again. The Contractor shall ensure that the concrete is thoroughly worked around the reinforcement and against external shutters so that all entrained air is expelled and the concrete surface when exposed, is found good and free from air pockets, honeycombing or other defects. Re-tamping of concrete or mortar which has partially hardened shall not be permitted. Reinforcement: 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 and reinforced concrete".

5.4.3

5.5 5.5.1

5.5.2

Bar bending schedule shall be prepared by the contractor and shall be submitted to the Engineer-in-charge in quadruplicate for approval at least two weeks before the bars are to be bent. The Engineer-in-charge will check and return one copy for the Contractors use, with amendments if any. The cost of preparing schedules will be deemed to be included in the rates for reinforcement in the Bill of Quantities. Any approval given by the Engineer-incharge shall in no case, relieve the Contractor from being responsible for the accuracy and correctness of bar bending schedules Bends, cranks or other labour on reinforcement shall be carefully formed in exact accordance with the Drawings or bar bending schedules, otherwise all bars shall be truly straight. Bends shall be made cold round a former having a diameter four times the diameter of the bars. Stirrups and binders shall be bent to the radius of the bars against which they are to be bent. Bending shall be in accordance with IS : 2502 "Code of practice for bending and fixing of bars for concrete reinforcement". Heating of bars will not be allowed. Bars incorrectly bent shall be used only if means for straightening and re-bending have been approved by the Engineer-in-charge. No reinforcement bar shall be bent when in position without the Engineers approval whether or not it is partly embedded in hard concrete. Bar bending schedules shall be prepared as per IS:2502.

5.5.3

5.5.4

All bars shall be bound tightly together, where they cross, with black annealed steel wire 1mm or over in diameter. The free ends of the binding wire shall be inwards. The number, size and form of all reinforcement shall be in exact accordance with the drawings. The reinforcement shall be placed, fixed and maintained in the forms within a tolerance of 5mm during the placing and compaction of the concrete. Horizontal bars shall be suspended or supported with concrete blocks to prevent them from sagging. Such spacer blocks shall have dimensions exceeding 75mm and shall be pre-cast from concrete of the same class as the concrete in which they are to be embedded except that the largest size of aggregate shall be 10mm. Each block shall be cured for 10 days 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 in contact with the shuttering or subsequently cause rust marks on the concrete. Where necessary spacer bars, supporting steels and distance pieces shall be supplied and fixed by the contractor to maintain the reinforcement rigidly in the correct position and to the satisfaction of the Engineer-in-charge. Any ties or stirrups connecting the bars shall be tied so that the bars are properly braced, inside of their curved parts in actual contact with the bars round which they are intended to fit. The cost of providing tying wire as well as stools and

5.5.5

chairs and concrete spacer blocks shall be deemed to be covered in the rates for reinforcement steel. 5.5.6 Where splicing and/or overlapping in reinforcement are required, the bars shall be provided with such splices or overlaps as are shown on the drawings or directed by the Engineer-in-charge. 5.5.7 Butt welding of reinforcing steel bars shall only be used where specified or shown on the Drawing unless permission in writing has previously been given by the Engineer-in-charge. Where butt welding is carried out the ends of the bars shall be prepared with single 45 degree V and a backing plate shall be used. The minimum root face will be one quarter of the bar diameter. 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 minimum cover, unless specified otherwise. All steel reinforcement before the concrete is deposited shall be cleaned, free from dust, loose scales, oil, rust, grease or any other deleterious material. Particular care shall be taken to avoid contamination of reinforcement with mould oil.

5.5.8

5.5.9

5.5.10 No concrete shall be deposited until all reinforcement has been inspected and approved by the Engineer-in-charge. There shall be in attendance on each concreting gang a competent steel fixer who shall ensure that the reinforcement and other embedded fittings are kept in position before placing and compacting of the concrete. 5.6 5.6.1 NP4 RCC pipes: Workmanship not specified: Workmanship for the items not specified should be as per relevant IS codes and 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- 4th revision) and/or corresponding revision thereto. ************

6.

SCOPE OF WORK :

The scope of work covers the following: 1. The proposed work is consisting of construction of RCC cross drain on R-3 road. The work has to be carried out with best workmanship & as directed by EngineerIn-Charge. If the employer or his representative considers any work or material unfit for use, the same shall be removed by the contractor. 2. Since the major part of the work involved civil work, contractor has to take proper precautions while construction of RCC drain and follow all safety precautions. 3. Interim Payment shall be made only after completion of Rs 4 lac work for RA Bill satisfactory. 4. Required materials, scaffolding, tackles, equipments for construction of RCC cross drain shall be provided by the contractor. Site should be cleaned after completion of job. 5. Safety provisions: The contractor shall take adequate precautions to ensure safety of the personnel and the equipments. The cost for this is deemed to be included in the quoted rates.

***********

7. BILL OF QUANTITIES Name of Work : Construction of Cross Drainage in R-3 road for road widening
in JNPT TENDER NO.: JNP/PPD/Mgr/R-3 /F 30/E 33/T- 30 /2014,dated 21.01.2014.
Item No. 1 Brief item Description Quantity Unit Rate in Rs. Amount in Rs.

Excavation for roadways in soil using manual/mechanical means including dressing sectioning to the required grade camber side slopes and loading in a truck and carrying out cut earth to embankment site with all lift & lead up to 1000 meter & spreading for embankment or stacking disposing as directed by Engineer in charge. Dismantling carefully the existing structure of stone masonry in cement or lime mortar, including sorting out serviceable material & stacking dismantled material within 50 meter lead as directed etc. Providing Rubble filling of trap/granite/quartzite gneiss stones of approved quality in foundation including hand packing filling gravel of sand in the voids etc. complete. Providing and laying in situ cement concrete in proportion M-15 of trap metal for foundation and bedding, including bailing out water manually, formwork, compacting and curing. Providing & casting in situ cement concrete M25 of metal for RCC beam as per detailed designs and drawings, or as directed by engineer in charge including centering, form work, compacting roughening the surface if special finish is to be provided and curing etc complete( Excluding steel reinforcement).

293

Cum

23

Cum

168

Cum

26

Cum

28

Cum

Providing and laying cement concrete pipe of IS 458-1988 of NP/3 class 1200mmdia in proper line and level & slope including fixing collar with cement mortar in 1:2 etc complete as directed by Engineer In-Charge. i) 1200 mm dia pipe Providing and fixing in position TMT 500 steel bar reinforcement of various diameter 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, binding with wire or tack welding and supporting as required etc complete.

30

Rmt

0.9

Mt

Total Rs.

Total Amount in words =_______________________________________________

DATE :

SIGNATURE OF THECONTRACTOR WITH SEAL

DRAWING

You might also like