Ana səhifə

Standard Bid Document (for works less than Rs 5 crores)


Yüklə 474.5 Kb.
səhifə6/7
tarix26.06.2016
ölçüsü474.5 Kb.
1   2   3   4   5   6   7

13. (A) No party shall be allowed to be represented by a lawyer during any investigation. enquiry, appeal. or any other proceedings under these regulations.

14. Inspection of Register :- The contractor shall allow inspection of the wage book and wage slip to any of the workers or to his agent at a convenient time and place after due notice is received, or the labour Welfare Officer or any other person authorized by the Punjab (1) Government on this behalf.

15. Submission of return :- The contractor shall submit periodical return as may be specified from time to time.

16. Amendments:- The Punjab (1) Government may from time to time add or amend these regulations and question as to the application of interpretation or effect of these regulations the decision of the labour Commissioner to Punjab (1) Government or any other person authorized by the Punjab (1) Government on that behalf shall be final.

ADDITIONAL CONDITIONS

AND

DRAWINGS

. ADDITIONAL CONDITIONS

1. The work shall be executed strictly in accordance with Punjab PWD/MOST /BIS specification (latest edition correct up to date) to the entire satisfaction of the incharge coupled with provision that the various item of work will be carried out as per the specifications given in the NIT. In case the specification given in the NIT are at variance with Punjab PWD/MOST /BIS specification. The specification stipulated in the NIT will take precedence over Punjab PWD/MOST/BIS specifications.

Further in case there is any contradiction in the Punjab PWD/MOST specifications in that event, the MOST specifications will take precedence over Punjab PWD Specifications. The decision of the Engineer-in-charge in such matter shall be final. PWD/MOST specification where ever mentioned in the DNIT shall mean PWD/MOST specification for roads and bridges work (latest editions corrected up to date.
2. Should the tendered withdraw or modify his tender within ninety days from the date of opening of tenders or before allotment, which ever is earlier; his earnest money will be forfeited. In case the contractor does not start the work within a reasonable time after allotment, the Engineer-in-charge will be at liberty to de-bar the contractor for a particular period in addition of forfeiture of Earnest Money.
3. Amount of the work may be increased or decreased and any item omitted or substituted according to the requirement of the Board by Engineer-in-charge and no claim on this account will be entertained.
4. The Executive Engineer in-charge reserves the option to take away any item of work or any part there of at any time during the currency of contract & re-allot it to any other agency with due notice to the contractor without liability of any kind or payment of any compensation.
5. Any material left at site one month after completion of work shall become the property of the Board and no payment shall be made to the contractor for the material.
6. The contractor has to make his own arrangement for water, bricks, Cement, Steel. R.C.C pipes, woodwork and every other item required directly or indirectly for completion of work/except those provided at page 38 of DNIT.

7. No claim shall be entertained on account of increase in freight, price of labour and material due to any cause what so ever.

8. Actual quantities of completed/Accepted work will be paid for.
9. In case of emergency the contractor shall be required to pay his labour every day & if this is not done, the Board will make the requisite payment & recover the same from the contractor.
10. The rates given in the attached schedule of rates are inclusive of octroi incidental charges, terminal tax, sales tax / Vat, royalty and other local taxes and any/ all other charges.


  1. Material like bitumen cement, steel and Hume pipes etc. are to be arranged by the contractor himself and payment for the work involves these items shall be based on documentary evidences based on invoices from the approved agencies as per chart given below:-.

Bitumen:- Bitumen of grade VG-10 or VG-30 as per IRC-73 -2006 will be supplied by the

contractor after procuring from the IOC/HPCL/BPCL

Cement : PPC cement of Vikram/ Shree/J.K/Ambuja/Birla/ACC make and any such standard brand duly ISI marked with the approval of the concerned Engineer-in-charge.

Steel : F.E. 415 grade CTD or TMT bars of RINL / TATA / SAIL / TISCO and any such standard brand duly ISI marked with the approval of the concerned Engineer-in-charge.

Hume Pipes : NP-3 with ISI marked with the approval of Engineer-in-charge.

Any other item: With the approval of Engineer-in-charge.

The department will be at liberty to take samples from such material and get tested from the approved laboratory at the cost of the contractor and material shall be allowed to be consumed only if these tests conducted are in order.
12. The contractor/society will arrange his own tools and plants and will make his own arrangement For water required for works i.e. for watering earth before rolling etc., at his own cost. Nothing extra shall be paid for this purpose.

13. The contractor shall not be entitled to any payment on account of work done till he signs the agreement and the competent authority accept the same.

14. No carriage or incidental charges will be borne by Board for moving of material beyond the place where the contractor has agreed to take delivery there of.

15. No claim what so ever shall be entertained for any loss or damaged caused by rains, flood or any other act of God.

16. The contractor shall provide at his cost and expenses all labour, materials etc., necessary for checking up of any portion of the work whenever required by the Engineer-in-charge or his staff and nothing etc. shall be paid for any /all labour or materials required. The rate to be quoted shall include the cost of all such works.

17. Over writing in tender is strictly forbidden & tender containing any doubtful figures shall be rejected. Correction if any, should properly be signed by the tendering contractor.

18. The contractor shall be responsible for housing, sanitation; medical treatment of the labour employed on the work and shall carry out all the rules framed on the subject.

19. In the event of his failure to provide any or all the above amenities the same shall be provided by the Board and the cost thereof shall be recovered from the contractor. Any dispute regarding the above points shall be settled by the Engineer in-charge whose decision shall be final.
20. The material shall be supplied strictly according to the grading given in the nomenclature of DNIT. The deduction of rates for the over gauge and round material as fixed vide Govt. letter No. 10/29/988/BR (3) 2844 dated 2/8/1998 and as amended by Mandi Board Endst No.3615-16 dated 24.3.08for stone metal shall be determined as under :

A) Over gauge material up to 15% should be accepted subject to the deduction of rates as under:

i) Over gauge up to 2%, no deduction of rates shall be made.

ii) Over gauge between 2% to 10% deduction @ Rs. 20/- per cum will be made

on the entire quantity of material.

iii) Over gauge between 10% to 15% deduction @ Rs. 50/- per cum will be

made on the entire quantity of material.

These deductions shall apply to the whole supply of material and if over guage material is beyond 15% , either it will be rejected or the entire over gauge be got broken to proper size by the supplier at his own cost.

B) For Classification of round material, pieces of stone metal having more than 50% round surface shall be taken as round. The percentage of round material to the quantity shall be determined and deduction of rate will be made as under.

i) Round up to 2% no deduction of rate shall be made.

ii) Round between 2% to 5% deduction @ Rs. 50/- per cum will be made

on the entire quantity of material.

iii) Round between 5% to 10% deduction @ Rs. 75/- per cum will be made

on the entire quantity of material.

These deductions shall apply to the whole supply of material and for material over gauge beyond 10% , either it will be rejected or the entire over gauge be got broken to proper size by the supplier at his own cost.

21. For concrete work of 1:1.1/2:3 to 1:3:6 coarse sand with required FM 2.50 to 3.50 will be used.

22. Income Tax & Sale Tax/Vat shall be deducted as fixed by the Govt. from time to time from the running bills/payment of the contractor.

23. All arrangements for traffic during construction / maintenance shall be considered as part of the work and contractors responsibility, nothing shall be payable to him on this account.

24. The contractor shall maintain in good condition at his own cost the damages caused to the existing structures such as parapets of Culverts / Bridges, Kilometer Stones, Boundary Pillars, Sign Boards, Electric Poles, Water drains etc.

25. Any item got executed at site which is not included in the DNIT is payable to the contractor as under:

i) If it is CSR item it will be paid @ CSR+SP minus % of over all saving on tender

ii) If it is N.S. item it will be paid as per AOR approved by the competent Authority.

26. The longitudinal and cross sections of proposed earthwork should be checked and accepted by the tendered before starting the work.

27. All required quality control tests will be performed and recorded in the test record register as advised in MOST specifications latest edition by the Engineer of the contractor and this register will be presented to the Divisional Officer duly checked by Sub-Divisional Officer concerned before any payment is made to the contractor/society. The Frequency of tests should be as per given below.

Frequency of Quality Control Tests (For Road Works)

Quality control tests and their frequency for graded premix carpet and Bituminous Macadam are given below. Normally field and laboratory tests shall be carried out in the laboratory set up by contractor at plant site.
S.No. Test Test method Frequency

1. Aggregate impact value IS 2386 (Part 4) 1 test per 250 cum

2. Flakiness index IS 2386 (Part 1) 1 test per 250 cum

3. Stripping of aggregate IS 6341 1971 1 test per source

4 water absortion IS 2386 (Part- 3) 1 test per source

5 Grading of Aggregate IS 2386 (Part-1 ) 1 test per 50 cum

6 Sound ness test IS 2386(part-5) 1 test per source

7 Temperature of binder at Regularly

application

8 Binder content 2 test per day

9 Thickness Regularly

10 Density of compacted layer 1 test per 1000sqm area

or per day.

11 For any other tests As per PWD/BIS specifications
28. .

29. Before tendering, the contractor is advised in his own interest to visit the site and acquaint himself about the site conditions. No claim will be entertained later on any account whatsoever.

30. Bitumen wherever required to be used for the work shall be heated in boiler only and not on open fire. Spraying of bitumen wherever necessary should be done only with mechanical sprayer. Premixing of bitumen and stone aggregates shall be done in electronic sprayer. Premixing of bitumen and stone aggregates shall be done in electronic hot mix plant only.

31. Deleted

32. Deleted

33. The Department can correct the unit rate and description of any item recorded wrongly in the DNIT at any time in the currency of work according to common schedule of rates.

34. Validity of tender shall be 90 days.

35. The work of CD structure and road furniture shall be carried out according to the standard Drawings/design approved by Punjab Mandi Board, the rate for CD structure and Road furniture shall be tendered for the complete job work. If the work done against the any item of job work is less than the drawing/design , the payment shall be reduced proportionally the DNIT rates & allotted rates. All CD works should be complete before laying the stone metal.

36. The contractor shall have to use road roller of the Department, if available and recovery of its rent shall be effected @ CSR+SP rates.

37. If at anytime, it is proved that work is below specifications or inferior, the contractor shall be equally responsible with the departmental officials/ officers and action to debar the contractor shall be initiated.

38. Shifting of machinery by the contractor during currency of work shall be his own liability.

39. Old material lying at the site of work will be recovered @ CSR + SP prevailing from the contractor.

40. Tenders received telegraphically will not be accepted.

41. If there comes a holiday on the date of receipt opening of tenders the same shall be received & opened on the next working day at the same time.

42. The firms/ contractor/ society must have obtained EPF account number from the EPF department. Necessary documents i.e. assessment orders & receipted challan will be checked before issue of tenders.

43. Original documents of Constitution of the firm/ valid enlistment are required to be produced by the contractors/firm/society who intends to get the tender.

44. Only authorized signatories of the firms/ contractors/ societies can apply for tender with proof of their being authorized signatory.

45. Tender should give his complete address for correspondence/ permanent address.

46. Engineer-in-charge reserves the right to cancel any or all tenders without assigning any reason.

47. Drawings & estimates can be seen in the office of the Engineer-in-charge during working hours on any working day.

48. The agency will submit time schedule/Bar-chart for completion of work allotted to him in stipulated period and get it approved from the Engineer-in-charge and will strictly observe instructions imparted to him by the Engineer-in-charge.

49. No work will be carried out from 7.00 PM to 7.00 A.M. and on Gazetted holiday without obtaining sanction in writing from the Engineer-in-charge.

50. The term Engineer-in-charge means :-

a) For Civil work Executive Engineer(C)

b) For Public Health Work Executive Engineer (PH)

c) For Electrical work Executive Engineer (Electrical)

51. Earnest money shall be received only in the shape of deposit-at-call in favour of Engineer-in-charge by designation, payable at any local scheduled bank.

52. Deleted

53. The BM/PC/seal coat shall be allowed to be laid from the HMP who has been given NOC by Punjab Pollution Control Board

54. For the works costing more than 10 lac tender shall be issued to those contractor/firms who have completed single work of amount equal to half the amount of this work and total works executed equal to the amount of this tender during the last three years. However this condition is not applicable for premix carpet bitumen macadam works from hot mix plant. Also this condition will not be applicable for the works costing less than 10 lac

55. If during the Execution of work, it is found that over-loading of material is carried by the agencies then the carriage rates are to be reduced by 50% and the recovery will be made from the bill of the agency.

56. Laboratory will be established by the contractor at his own cost on a road falling in the center of the roads covered in an agreement. Contractor will intimate the location of laboratory in writing to Engineer-in –charge before taking up work in hand.

    1. Technician will be provided by the contractor for each agreement. In case of failure, Technician will be arranged by the department at the cost of the agency & Rs.10000/- per month will be deducted from the bill of the contractor and paid to the Technician. Decision of Engineer-in –charge in this respect will be final.

58. Where WBM surface is not properly prepared by the contractor and quantity of premix gets laid over & above the specified norms, payment will be made to the HMP contractor and same will be deducted from the bill of the WBM contractor and no compromise will be made with the quality and getting a good riding surface as per specifications.

59. Deleted

  1. Vibratory road roller will be used by the contractor for compaction of earth work, Granular Sub Base (GSB), Bitumen macadam and for consolidation of wet mix macadam as per order of Engineer-in-charge.

  2. Action will be taken for categories of works found defective on checking as per given below

CATEGORIES OF WORKS FOUND DEFECTIVE ON CHECKING

Category





Applicable for Bituminous items

Action to be taken

Applicable for non Bituminous items

Loss of bitumen content after allowed tolerance of + 0.3% & loss in weight of Premix.

Average Density of BM/DBM/ SDBC/BC

DBM/SDBC/BC (allowed not less than 98%)

BM (allowed not less than 95%

Project cost upto Rs.2.00 crores

Project cost above Rs.2.00 crores

1

2

3

4

5

6

7

Minor

>0% upto 1.0%


>0% upto 0.5%


>0% upto 4.0%


>96% upto 98.0%


>93% upto 95.0%



Only recovery of loss from agency executing the work.

Major

>1.0% upto 2.0%


>0.5% upto 1.0%


>4.0% upto 8.0%


>94% upto 96.0%


>91.0% upto 93%



  1. Recovery of loss from agency executing the work.

Serious

>2.0% upto 5.0%


>1.0% upto 5.0%


>8.0% upto 12.0%


>92.0% upto 94.0%


>89,0% upto 91.0%



  1. Recovery of loss from agency executing the work at penal rate.

  2. Debarring the agency from further tendering in the Department for six months.

Rejected

>5.0%

>5.0%

>12.0%

>92.0%

>89.0%


1) Recovery of loss from agency executing the work on account of rejected work at penal rate.

2) Debarring the agency from further tendering in the Department for one year.


Note :- 1. The calculated figures for above table shall be rounded of upto two decimal points.



  1. The above table is applicable for checking as under :

A) During the execution of work .

B) Complaint cases.

c) Within 3 months of the completion of work or before the on set of rainy season

whichever is earlier.

3. If the shortfall or loss against an individual item is more than 12% then the same shall

be rejected.

4 If any underlying item/layer is rejected as per above table, then all the layers lying

above this layer will also be rejected.


62. Loss in weight of premix , action to be taken as below:-

Category

Loss of bitumen content after allowed tolerance of 0.3%& loss in weight of premix

Action to be taken

1

2

3

Minor

>0% upto 4.00%

Only recovery of loss from agency executing the work.

Major

>4.0% upto 8.00%

  1. Recovery of loss from agency executing the work.

Serious

>8.0% upto 12.00%

  1. Recovery of loss from agency executing the work at penal rate

  2. Debarring the agency from further tendering in the Department for six months.

Rejected

> 12.00%

1) Recovery of loss from agency executing the work on account of rejected work at penal rate.

2) Debarring the agency from further tendering in the Department for one year.


1   2   3   4   5   6   7


Verilənlər bazası müəlliflik hüququ ilə müdafiə olunur ©atelim.com 2016
rəhbərliyinə müraciət