Вы находитесь на странице: 1из 216

CONSTRUCTION OF NEW JETTY ON SOUTH SIDE OF USL JETTY

AT PORT NAVLAKHI.
(Part A, B & C- jetty, approach & Back up area.)

Volume -1

Technical Cum Prequalification Bid

Estimated Cost :- Rs. 159,68,69,480.11

Downloading of tender documents (Start Date) : 22/09/2017 from 11.00 hrs.


On line submission of tender (End Date) : 16/10/2017 up to 18.00 hrs.

Office of the
Executive Engineer (Civil)
Construction Division,
Gujarat Maritime Board
Char godown, Near VC Fatak,
Morbi.
Pin code No 363641
Phone No 02822-234465
Fax No 02822-234465

1
Construction of new jetty on south side of USL jetty at port Navlakhi.
(Part A, B & C- jetty, approach & Back up area.)
Index
Page No.
Chapter Contents From To
01 Notice Inviting On-line Tender 4 7

02 Instructions to Persons Tendering 8 12

03 Pre-Qualification Documents 13 32

04 General Site Information 33 37

General Condition Of Contract (Civil &


05 38 67
Electrical)
06 Special Condition Of Contract 68 72

07 Form B-2 73 136

08 General Specifications 137 164

09 Material Specifications 165 182

10 Item Specifications 183 215

11 Test Schedule 216 216

12 Drawing 217

2
ABBREVIATIONS APPEARING IN THE TENDER ARE AS UNDER
SL.NO ABBREVIATIONS FULL FORM
1 DoF Department of Fisheries
2 GMB GUJARAT MARITIME BOARD
3 R&B Roads & Building Department
4 PWD Public Works Department
5 ISS Indian Standard Specifications
6 RCC Reinforced cement Concrete
7 PCC Plain Cement Concrete
8 IRC Indian Road Congress
9 CPM Critical Path Method
10 BOQ Bill of Quantities
11 BIS Bureau of Indian Standards
12 Hrs Hours
13 EMD Earnest Money Deposited
14 DD Demand Draft
15 FDR Fixed Deposit Receipt
16 Rs. Rupees
17 Lacs Lakhs
18 Cr. Crores
19 PQ Prequalification Criteria
20 AAI Airport Authority of India
21 FTD Fish Terminal Division
22 GTS General Theological Seminary
23 CEFEES Centre for Fire, Explosive and Environment Safety
24 PMC Project Management Consultant
25 TPI Third Party Inspection
26 QA Quality Assurance
27 QAP Quality Assurance Plan
28 VAT Value Added Tax
29 B.G Bank Guarantee
30 MORT & H Ministry of Road Transport & Highways
31 OPC Ordinary Port Land Cement
32 C/S Cycles per second
33 PVC Polyvinyl chloride
34 Amp Ampere
35 AC Alternating Current
36 Dia Diameter
37 Al Aluminium
38 q Quintal
39 t Tonne
40 Rmt/M Running Meter

Signature of the Contractor Executive Engineer (Civil)

3
CHAPTER No-1
NOTICE INVITING ON-LINE TENDER
Executive Engineer (Civil)
Construction Division,
Gujarat Maritime Board
Char godown, Near VC Fatak,
Morbi.
Pin code No 363641
Phone No 02822-234465
Fax No 02822-234465
TENDER NOTICE-01 OF 2017-18
On behalf of Chairman, Gujarat Maritime Board Executive Engineer (Civil) ,Construction Division,
Morbi invites online tender for the work of " Construction of new jetty on south side of USL jetty
at port Navlakhi. (Part A, B & C- jetty, approach & Back up area.)'' from AA Class in PWD of
GoG or equivalent class in any Government of other states of India/GoI having experience in similar
works.
[

[A] Details of Tender


Sr. Name of work. Estimated EMD in Rs. Tender fee Period of
No. Tender Rs. completion
Value(Rs) of work
1 Construction of 159,68,69,480.11 1,59,68,700=00 18000.00 24
new jetty on south (Non (Twenty
side of USL jetty refundable) four months
at port Navlakhi. incl of
(Part A, B & C- Moonsoon)
jetty, approach &
Back up area.)

[B] Schedule for e-tendering is fixed as under:

Eligibility :
Further Details of this tender are as under :
1 Particulars: Construction of new jetty on south side of USL jetty at port Navlakhi.
(Part A, B & C- jetty, approach & Back up area.)
2 Downloading of tender documents (Start Date): From 22/09/2017 from 11.00 hrs.
3 Pre-bid Meeting at Office of Superintending Engineer (Civil), GUJARAT
MARITIME BOARD, Jamnagar : on 04/10/2017 at 12.00 hrs.
4 Last date for downloading of tender documents : 16/10/2017 up to 18.00 hr
5 Last date of Online submission of bids: on 16/10/2017 up to 18.00 hrs.
6 Last date of submission of Hard Copy of DD for tender fee, FDR for EMD and
other documents as per 11(a) to (d) and 2.1 of chapter 2 and section 1 sr. no. 9.0
(I to X) of B-2 form : 7 Days from the date of submission of tender online i.e 17/10
/2017 to 25/10/2017 upto 18.00 hrs. by Regd AD / speed post only.
7 Online opening of Technical bid: 30/10/2017 from 12.30 hrs onwards, if possible.
8 Opening of Price Bid : All the technical qualified bidders will be informed about
date of opening of Price bid.
4
Down loading Tender Document:
Bid documents will be available on web site up to Date shown above.
Bidders wishes to participate in this tender will have to register on web site
https://www.nprocure.com
9 Digital Certificate:
Bidders who wish to participate in online tenders will have to procure / should have
legally valid Digital Certificate (Class III) as per Information Technology Act-2000
using which they can sign their electronic bids. Bidders can procure the same from
any of the license certifying Authority of India or can contact (n)code solutions-a
division of GNFC Ltd, who are licensed Certifying Authority by Govt. of India.
All bids should be digitally signed, for details regarding digital signature certificate
and related training involved the below mentioned address should be contacted:
(n)code Solutions-A division of GNFC Ltd.,
(n)Procure Cell,
403, GNFC Infotower, Bodakdev, Ahmedabad- 380054 ( India )
Airtel:+91-79-40007501,40007512,40007516, 40007517, 40007525
Reliance : +91-79-30181689
Fax : +91-79-26857321, 40007533
E-mail : nprocure@ncode.in
TOLL FREE NUMBER: 1800-233-7944 (EXT:501, 512, 516, 517, 525)
Website : www.nprocure.com
Bidders who already have a valid Digital certificate need not procure a new
Digital certificate.
10 On line Submission of Tender.
Bidders can prepare & edit their offers number of times before tender
submission date & time. After tender submission date & time, bidder cannot edit their
offer submitted in any case. No written or online request in this regard shall be
granted.
Tenderer shall submit their offer i.e. Tender in Electronic format on above mentioned
website & Date shown above after Digitally signing the same.
Tenderers from any other state, who wishes to participate i.e the tenderers other than
Gujarat state has to be registered as Class “AA” contractors in R&B/WRD of Gujarat
State or equivalent class in any government of other states of India.
Offers submitted without digitally signed will not be accepted.
Offers in physical form will not be accepted in any case.
11 Submission of Tender Fees, Bid Security and other Documents:
Tender fee Rs. 18000.00 (Rupees Eighteen thousand only) by Demand Draft in favour
of " Executive Engineer (Civil),GUJARAT MARITIME BOARD”, payable at Morbi
from any Nationalized/ Scheduled Bank only.
Bid Security i.e. EMD: Rs. 1,59,68,700=00 (Rupees One Crore Fifty Nine Lakhs
Sixty Eight Thousand Seven Hundred only) in the form of FDR in favour of "
Executive Engineer (Civil), GUJARAT MARITIME BOARD”, payable at Morbi
from Nationalized / Scheduled bank shall be submitted with validity up to 180 days.
Other Documents required to be submitted:
a. Registration in Class “AA” contractors in R&B/WRD of Gujarat State or

5
equivalent class in any government of other states of India having experience of
Marine/harbour works .
b. Current Bank Solvency as per form B-2
c. Pan Card Details
d. Company Bank Details ( Account no, IFSC Code and Bank Address )
e. PF registeration
The Bidder shall furnish as part of its bid, a EMD of Rs. 1,59,68,700=00 (Rupees One
Crore Fifty Nine Lakhs Sixty Eight Thousand Seven Hundred only) in the form of
FDR issued by one of the nationalized / scheduled banks as per Finance Department,
Government of Gujartat Resolution No : EMD/10/2014/570/DMO, Dtd – 01/04/2016
in India drawn in favour of " Executive Engineer (Civil), GUJARAT MARITIME
BOARD”, payable at Morbi (the EMD), must be submitted in physical form 17/10
/2017 to 25/10/2017 up to 18:00 hrs by RPAD / Speed post along with the proposal.
Proposals not accompanied by EMD shall be rejected outright as nonresponsive.
The Authority shall not be liable to pay any interest on the EMD and the same shall be
interest free.
Exemption Certificate will not be accepted as EMD.
The EMD of the unsuccessful bidders would be returned back within one month of
issuance of LOA to the successful bidder. The EMD of the successful bidder would be
returned within one month of submission of FDR of security deposit in accordance
with the provisions thereof.
Executive Engineer (Civil),
Construction Division,Morbi,Gujarat Maritime Board
Dist Morbi .Pin code No 363641
Phone No 02822-234465.Fax No 02822-234465
By Registered post / Speed Post only
Tender fee, EMD and other documents received later than the time specified above
will not be accepted in any case and the bid of that bidder shall be considered
non-responsive.
Bidder has to submit the document as said above in 11 and also as per Form-B-2,
Section-1 of “Information and Instruction for tenderers” Para-9 including
formats provided in chapter 3 & all documents are to be submitted online in
electronic format, and as well as physical form. Any document can be asked
subsequently, If required for detail verification. No other condition in any form
shall be considered at all, at the time of evaluation of the tender i.e. the bidder shall
have to submit unconditional offer without differing from any of the tender condition.
12 Opening of Technical Bid
Opening of bid documents will be held on 30/10/2017 from 12.30 hrs onwards in the
office of Superintending Engineer (Civil), Civil Circle, Gujarat Maritime Board, Saru
section Road, Jamnagar. Pin : 360575.
Phone No :- +91-0286-2243561. Fax No :- +91-0286-2253664.
E-mail :-jyanti_patel@yahoo.com
Intending bidders or their representative who wish to remain present at GUJARAT
MARITIME BOARD premises at the time of tender opening can do so.
The offline technical evaluation of the tenders received on or before last date of

6
submission would be done and results will be intimated to tenderer.
After successful completion of Technical Evaluation, price bid of only those bidders
would be opened online who are found to be qualified.
13 Contacting Officer:
Further details/clarification if any required will be available from office Executive
Engineer (Civil),Construction Division, Morbi, Gujarat Maritime Board, Dist Morbi,
Pin code No 363641.Phone No 02822-234465.Fax No 02822-234465. & office of
Superintending Engineer (cIvil), Civil Circle, Gujarat Maritime Board, Saru section
Road, Jamnagar. Pin : 361006. Phone No :- +91-0288-2713465. Fax No :- +91-0288-
2711123.
E-mail :-jyanti_patel@yahoo.com
In case bidder needs any clarification/assistance or if training required for
participating in online tender, they can contact at following office:-
(n)code Solutions-A division of GNFC Ltd.,
(n)Procure Cell,
403, GNFC Infotower, Bodakdev, Ahmedabad- 380054 ( India )
Airtel:+91-79-40007501,40007512,40007516, 40007517, 40007525
Reliance : +91-79-30181689
Fax : +91-79-26857321, 40007533
E-mail : nprocure@ncode.in
TOLL FREE NUMBER: 1800-233-7944 (EXT:501, 512, 516, 517, 525)
Website : www.nprocure.com
14 General instructions:
The fee for on line tender document will not be refunded under any
circumstances.
EMD in the form specified in tender document shall only be accepted.
Tenders without Tender document fee in the form of DD, Earnest Money
Deposit (EMD) in the form of FDR and which do not fulfil all or any of the
conditions or submitted incomplete in any respect shall be considered non
responsive.
Conditional tender shall not be accepted.
This tender notice shall form a part of tender document.
The tenderers are advised to read carefully the "Instruction for Tenderer"
contained in the tender documents.
The Internet site address for E-Tender is https://www.gmbports.org and that of
corporate web site is https://www.gmb.nprocure.com
The GUJARAT MARITIME BOARD reserves the rights to reject any or all tenders
without assigning any reason thereof.

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board
7
CHAPTER-2

Construction of new jetty on south side of USL jetty at port Navlakhi. (Part
A, B & C- jetty, approach & Back up area.)

INSTRUCTIONS TO PERSONS TENDERING

2.1 The tender shall accompany with following documents online as well as in physical
form.
a) List of all documents sent with the tender.
b) Covering letter of the tenderer, detailing various considerations in the tender and
giving attested signature in triplicate and detailed address of the tenderer/ his
representative, who shall have the power to negotiate on behalf of the tenderer.
c) DD for tender fee and FDR for Earnest Money Deposit as mentioned in the
tender documents in B-2 Form.
d) Information regarding qualification of bidders
e) Information in the Annexure-I to VI shall be furnished as mentioned on
printed under B-2 Form.
Note: It may be clearly understood that no foreign exchange will be available for
machinery, plants or materials etc. as may be required and used in the work.
f) Copies of other certificates, if any.
g) Detailed method of working and program (CPM Chart) proposed to be used for
execution and completion of the work as per prevailing site conditions within the
stipulated time limit in the tender document.
h) All documents as per Prequalification Criteria mentioned in Chapter 3.
i) Any other information called for by the GMB.
2.2 In the event of the tender being submitted by a firm, it must be signed by each
partner thereof and in the event of the absence of any partner, it shall be signed on
his behalf by a person holding a power of attorney authorizing him to do when shall
be produced on demand. All signatures shall be dated.
2.3 Tenders submitted on behalf of Companies registered under the Indian Companies
Act, for the time being in force, shall be accompanied, by certified true of
Resolution, extracts of Articles of Association, special or general power of attorney
etc. in favors of the person who may have signed the tender for the company.
2.4 The tender shall contain the name, residence and place of business of person or
persons filling the tender. The tenderer should compulsorily furnish his latest
address(es) including the latest addresses of his partners and place(s) of filling his/
their income tax return(s) along with the tenders in the Performa Annexure-I
enclosed. Any change if occurs, in such address, during the tenure of contract, the
latest address (es) should invariable and forthwith be intimated by the contractor to
the concerned Engineer-in-charge.
2.5 The tenderer shall not be permitted to tender for the work, in which his near
relative is working in that division as an Executive Engineer, Deputy Executive
Engineer, Assistant Engineer, Additional Assistant Engineer, Overseer, Divisional
Accountant, Storekeeper Manager of Atithi/Vishram Grah on the day which the
8
tender is submitted and on that particular day the Superintending Engineer
controlling that division should also not be his near relative of the tenderer.
Note: By the term near relative it is meant wife, husband, parents, children,
grand children, brothers, uncles, aunts and cousins.
2.6 Entering of Rates in the Price Bid - Schedule B:
The bidders shall read instructions regarding "Quoting of Rates” as mentioned
under sr. No.7 of SECTION-1 of B-2 Form (Chapter-7). In this regard, following
general instructions may be followed.
2.6.1 The word ‘Rs.’, ‘Rupees’, ‘Re.’ or ‘Rupee’, as the case may be shall always be
written before the rate in figures and in words, in such a manner that there is no
space left after the words ‘Rs.’ or ‘Re.’ or ‘Rupees’ or ‘Rupee’, as the case may be and
the next figures or words, to permit any interpolation of figures or words.
2.6.2 Should the rate of an item be in whole rupees, the word ‘Only’ shall immediately be
written after the figures or words denotation the rate in such manner so as
to preclude interpolation of any figure or word including Paise.
2.6.3 The tenderer should particularly note the units shown in price bid/ bill of quantities
against each item for which the rates are to be given. No change in the units shall
be allowed and no change in the rate of any or the items shall be subsequently
allowed on the ground that the rate was based on erroneous units.
2.6.4 At the end of Schedule-B in the Price Bid, there is an entry for making percentage
reduction in the rates quoted by the tenderer, if the bidder desires to make such
a reduction. No percentage addition in the rates is permitted. In case the
tenderer does not wish to make a percentage reduction, the word ‘Nil” shall be
mentioned in the in the gap.
2.7 All pages of the tender documents, conditions, specifications and drawings etc.
shall be initiated on the lower left hand corner and signed where required in the
tender papers by the tenderer or a person holding power of attorney to sign on
behalf of the bidder.
2.8 The tenderer shall be presumed to have carefully examined the drawing, conditions
of contract and specifications of the work, and all other documents comprising the
tender. The bidder shall also be deemed to have prior inspection of the site of the
proposed work, its surrounding to satisfy independently by own observations and
inquires as to:
1) The nature, extent and practicability of all works.
2) The conditions likely to encounter in executing the works, all communications
and access to the site whether by water or by land, source of materials, sweet water,
power etc.
3) Available accommodation as regard to land and buildings that may be required
for temporary purpose in connection with construction, completion and maintenance
of the works.
4) Work yard, sites depots, dumps, etc. and acquisition of such additional sites
and areas as any be necessary for temporary purpose while executing the work.
5) All relevant geological, marine and meteorological data of the site viz. soil
strata, foundation, character of the ground, sea bed, sub soil, water level, depth of
water, tidal variation, waves, winds and sea currents etc. during the different seasons.
6) Availability of skilled and unskilled labours etc.

9
7) Risk of injury or damage involved in execution of the work to the property
adjacent to the site or to the occupiers, owners or users of such property, or to
the laborers on the job and all risk contingencies and other points which may affect
the execution of work.
In general, the bidder shall be presumed to have fully acquainted with all
necessary information and date etc. pertaining to and needed for the successful
execution of the work irrespective of whether such information and data are
available in the tender documents or not.
2.9 The data given by the Gujarat Maritime Board under this tender document are
given in good faith and the GMB accepts no responsibility for its accuracy.
No claim whatsoever of the successful bidder / contractor for additional payment(s)
shall be allowed on the ground of any misunderstanding or misapprehension in respect
of any such matter or otherwise or on the ground of any allegation that incorrect
information was to given by the GMB or due to failure on the part of the tenderer to
obtain correct information. The bidder shall not be relieved from any risks or
obligations imposed on or undertaken by him under the contract, under the plea that
any matter which may in fact affected the execution of the work could not
foreseen.
2.10 The work will be awarded to responsible bidder capable of performing the class of
work contemplated.
2.11 Contract will be awarded to the contractor who is registered as AA Class
contractors in R&B /WRD of Gujarat State or equivalent class in any government of
other states of India having experience of Marine/harbour works .
2.12 No tender shall be deemed for consideration unless it is completed in all
respects.
2.13 The competent authority of Gujarat Maritime Board (GMB), Gandhinagar shall
have the right to revise or to amend the contract documents prior to the date of
receipt and opening of the tender aforesaid. Such revision or amendment of
extensions, if any, shall be communicated to all concerned in the form of a letter or
by notice in the press as may be considered necessary.
2.14 The tenders will be opened at the place and time mentioned in the tender
notice by the duly authorized officer, in the presence of the tenderers or their
authorized agents who desire to remain present, as per the procedure prescribed,
which shall be carefully read by the tenderers. The officer opening the tenders will
read the grand total amount of each tender as shown there in by the tenderers.
2.15 A tender shall be considered non responsive and is liable to be rejected for any of
the following reasons:
a) If the tender for and documents up-loaded by the Gujarat Maritime Board,
are not used or are altered.
b) If there are any unauthorized additions, conditions or alternate offer or
irregularities of its meanings.
c) If the quotation entered in the tender from are not filled in both in figures
and in words in the prescribed manner.
d) If the tenderer proposed any alterations in the work specified or in the
time allowed for carrying out the work or any condition, or corrections
made in any code or mode of price bid/ bill of quantities or specifications.
e) If any of the page or pages of the tender is/ are removed or replaced.
10
f) If all corrections, additions pasted slips are not initialed by the tenderer.
g) If any erasure is made in the tender, and
h) If the tenderer or in the case of a firm each partner or the person holding the
power of attorney thereof does not sign or signature/s is/are not attested by
a witness in Annexure 1 the tender for works in the space provided
for the purpose.
2.16 Discrepancies and Adjustment of Errors:
Any errors in rate or amount in price bid/ bill of quantities showing item of
work to be carried out shall be adjusted in accordance with the following
rules:-
a) In the event of discrepancy between description in words and figures
quoted by a tenderer in the rates column, the description in words shall
prevail.
b) In the event of an error occurring in the amount column of the bill
of quantities showing items of work, as a result of wrong multiplication of
the unit rate and quantity, the unit rate shall be regarded as firm and
multiplication shall be amended on the basis of the rate.
c) All errors in totaling in amount column in carrying forward totals shall be
corrected.
d) Any rounding off against Items or on totals shall be ignored.
e) The tender sum so altered/corrected shall for the purpose of the
tender be substituted for the sum originally tendered and considered for
acceptance.
2.17 Acceptance of tenders will rest with the competent authority who reserves the right
to reject any or all the tenders without assigning any reasons thereof.Intimation of
acceptance of the tender will be given by letter sent by Registered Post to the
tender and shall be deemed to have seen served on the date when in the ordinary
courses of post, it would have been delivered to him. Should the tenderer’s
address be local, it may be alternatively sent through a peon with local delivery
book.
2.18 In the event of failure of the tenderer to pay the necessary security deposit
within the period stipulated in clause-1 in terms and conditions of contract of the Form
B-2, from the date of notice sent by Registered Post of acceptance of his tender,
the amount of earnest money shall be forfeited by the GMB and acceptance of the
tender shall be cancelled.
2.19 The tender for the work shall remain valid for a period of 180 days (one hundred
eighty days) from the stipulated last date of receiving of the tenders on line and
that the tenderer is not allowed to withdraw or modify the offer on his own during
this period.
2.20 In the event of a tender being accepted, the contractor shall, there upon for the
purpose of identification, sign copies of the specifications and other documents
mentioned in this tender. In the event of tender being rejected, the Gujarat
Maritime Boardwill return amount of the earnest money deposited to the contractors
making the tender on his giving a receipt for the return of the money.
2.21 A separate agreement will be executed after the tender is accepted, incorporating the
changes, if any, during negotiations or otherwise.

11
2.22 No receipt for any payment alleged to have been made by a contractor in regard
to any matter relating to this tender or the contract shall be valid and binding
on Gujarat Maritime Boardunless it is signed by the EIC.

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

12
CHAPTER - 3

Construction of new jetty on south side of USL jetty at port


Navlakhi. (Part A, B & C- jetty, approach & Back up area.)
Pre-Qualification Documents
Application for pre-qualification to bid for the work
To:
Superintending Engineer (Civil)
Civil circle,
Gujarat Maritime Board,Saru section road ,
Jamnagar, Pin : 361006,
Phone No :- +91-0288-2713465. Fax No :- +91-0288-2711123.
E-mail :-jyanti_patel@yahoo.com

Dear Sir,
Having examined the Technical cum Pre-qualification documents including scope of works and
time frame for the aforesaid work, I/we hereby submit required information and relevant
documents for qualifying to bid for this work.
The application is made by us on behalf of ____________________________________ in the
capacity ________________________________________________________________ duly
authorised to submit the offer.
The necessary evidence(s) admissible in law in respects of authority assigned to us on behalf of
the firms for applying and for completion of the contract document is attached herewith.
It is certified that the information furnished in this document is authentic. In-case, any
information/documents furnished in this bid found to be fake/ faulty/ forged/ misleading/
erroneous, in that eventuality the bid shall be consider non responsive and EMD furnished shall
be forfeited in addition to taking legal actions as per prevailing rules & regulations.
We, the undersigned accept that the employer (GMB) reserves the rights to qualify or disqualify
our application to bid for this work, without assigning any reasons thereof.

Date:
Place: Signature of the applicant
(Name in bracket)
Title and capacity in which Application is made
List of Enclosures:
1. Schedule duly filled in the prescribed form.
2. Evidence of authority to sign the documents.
3. Latest brochures.

13
SUPPORTING DOCUMENTS

Supporting documents: Every blank (fields) in the tender documents (Forms,


schedules, etc.,) must be filled by the tenderer and submitted online. Tender forms
which are not completed will not be accepted online. Use of dash (-) is not permitted.
Please write "not applicable" or "Nil" as and where required by tenderer. The
following supporting documents are required to be submitted with application:-
1. DECLARATION FORM
I/we………………...........………………………………………………..hereby declare that a
tender of the following works have been submitted by me/ us filled in along with EMD

Sr. Name of work Method of applying Ref. of EMD

No. (weather individual/joint enclosed in

venture indicate the Cover No.____

name of
bidder/bidders).

JOINT VENTURE IS
1. ALLOWED

I/We also declare that the price bid duly filled in online and digitally signed separately for the
work and required Earnest Money Deposit is submitted by RPAD /Speed Post to the GMB.

Signature of the Contractor

14
2. Details Regarding My/Our/Partners/Our Company (In The Case Of Limited
Company), Names Address(Es), Telephone Number(S), Income Tax, Etc..

1 2 3 4 5 6 7
Sr. Name Full address Telephone Residential Telephone, Full
No. (s) of of the place , Fax, Address(es) Fax, Telex, address
person/ of business Telex, and and E-mail of Income
company (with pin E-mail Nos. Tax
code) Nos. (Residences Officer/
(Office) ) Ward
Where
income
tax return
is filed
and
permanent
A/C No.

I/We hereby agree to intimate to you about change, if any in the above address(es) and
telephone No.(s) within fifteen days of its occurrence till my/our deposit, for the same paid by
me / us is not returned to me/us.

Signature of the Contractor

15
3. Structure and Organization

Sr.
Particulars Details
No.

1 Name of the company

Address of corporate office

Address of the local office, if any

Telephone Numbers
Telex/Fax Numbers
Name and mobile Number of authorized
person
Email id of authorized person.
2 Description of the company
viz. General Civil Engineering firm or
supplier or manufacturer etc.
3 Class of registration with concerned
Government registration Authority.

4 Name and address of Bankers with account


det.
5 Numbers of years of experience as
contractor.
(i) In Own country
(ii) Internationally
6 No of years of experience as sub contractor

(i) In Own country


(ii) Internationally
7 Name and address of Joint Venture partner
or associated companies involved in the
project and whether partners / subsidiary others.

8 Organization chart showing the structure of To be attached.


the company including Names and position
of Directors and key personnel.

Signature of the Contractor

16
4. Additional Information

(A) Please add any further information which the applicant considers relevant in regard to
his capabilities.

(B) Please give a brief note indicating by applicant considers himself eligible for
qualification for the work including quality control assurance of field testing facilities
(field lab)

(C) List of works for which tenderers have already submitted to the client but not
awarded.
(D)
Sr. Name of Estimated Date of Name of Likely Position
No Work amount Submission Client date of with ref.
(In Crores of Offer award to lowest
Rs.) bid.
[1] [2] [3] [4] [5] [6] [7]

SIGNATURE OF CONTRACTOR

17
5. Certificate For Experience Of Work

This is to certify that M/s___________________________________________ was awarded


the work of __________________________________________as individual
________________________________

Other details of the work are as under.

1) (a). Name of Bidder


(b). - Office Address
- Name of State
- Telegraphic address
- Telephone Number with
- STD code
- Telex/ Fax number.
2) Percentage of share of the agency as
per Joint Venture agreement (If
applicable)
3) Tendered amount Rs. in Lacs.
4) Actual cost of work completed /
executed
(Including price escalation) Rs. in
Lacs up to 31-03-2017
5) Time Limit in month
6) Stipulated date of completion
7) Actual/ expected date of
completion
8. Whether any fine imposed for not
carrying the work as per stipulated
time Schedule? (If Yes please give
details)
9. Whether the work was abandoned?
(If Yes, please give detail)
10) Year wise performance

18
Year wise
Balance
Total achievement
work to
Sr. Latest 2010-11
Particulars Unit be
No Cost / and so on
Total carried
Quantity up to 7
out
years
[1] [2] [3] [4] [5] [6] [7]
Financial
(Including price Rs.
i) escalation) Lacs
ii) Physical
t.

(i) Providing &


fabricating 6mm
thick M S plate
Rmt.
Liner
(ii) Driving of
Rmt.
steel liner
(iii) Boring in all
sort of soil
(iv) P/L Design Cum.
mix conc. for RCC
Bored pile
(v) Making Cum.
precast RCC
girder,Pile muff.
(vi) P/L cast in Cum.
situ design mix
conc.
(vii) Fender & Rmt.
Bollard work Qtl.

The agency has carried out the work timely / late and satisfactorily / unsatisfactorily.

Note:- Bidder shall submit Quantity wise completion certificate as per above mentioned
format issued by concerned Executive Engineer.

SIGNATURE OF CONTRACTOR

19
6. DECLARATION
Name of the Bidder: _________________________________________
(i) I/ We hereby declare that I/We have visited the site, conditions of the ground realities and
fully acquainted myself/ ourselves also with local situations regarding materials, labour
and other factors pertaining to the work before submitting the tender.
(ii) I/We hereby declare that I/We have read the tender documents published on the website
www.gmb.nprocure.com
(iii) I/We hereby declare that I/We have carefully studied the conditions of contract and
specifications and other documents of this work and agree to execute the same
accordingly.
(iv) I/We hereby declare that my /our near relatives are not working in this division or its sub
divisions as an Engineer of any category, Divisional Accountant, Store keeper, Manager
of Atithi / Vishrain Gruha and in the Circle Office as a Superintending Engineer as on
today.
(v) I/We _____________________declare that I/We have read the tender documents
published on the website www.gmb.nprocure.com accordingly submitted our offer in P.Q.
Technical bid and Price Bid for the work of Construction of new jetty on south side of USL
jetty at port Navlakhi. (Part A, B & C- jetty, approach & Back up area.)

Signature of the Contractor.

20
7. Details of Tender Fee, EMD and Bank Guarantee

Sr. Description Remarks


No.

1 Name of bidder

2 Details of Tender Fee

[A] D/D No.

[B] Date

[C] Name of Bank


3
EMD Details

Total EMD Amount Rs.


FDR Details (In favour of " Executive Engineer (Civil)
[A] Morbi to the GUJARAT MARITIME BOARD”only)
(no joint operation)

(a) For Rs. ___________ Lacs for EMD in form of FDR

FDR No. Date Bank Name Validity Period

*Note – Please see clause for validity period.

Address of the Office Signature of Contractor

Telephone No :

21
INDEMNITY BOND
(DULY NOTARISED ON APPROPRIATE VALUED STAMP
PAPER)

M/S ……………………………………………………………………………

…………………………………………………………………………………

Resident of ………………..…………………………………………………

…………………………………………………………………………………

Contractor to Gujarat Maritime Board (Herein after called the Department of Guajrat
Maritime Board) shall at all time indemnify Gujarat Maritime Board from and against all
actions, suits claims and demands through or made against the Gujarat Maritime Board in
respect of this contract and against any loss or damage to Gujarat Maritime Board in
consequence of any action or suits being brought against the contractor for any thing done or
omitted to be done in execution of the work in this contract agreement. From whatever causes
arising and the entire responsibility for sufficiency of all the means used by the contractor for
fulfillment of the agreement, provided always that in the event of all actions, suits claims and
demands through or made against the Gujarat Maritime Board in respect of work of this
contract agreement shall notify the contractor for the same and the contractor shall at the
contractor’s own expense conduct negotiations for settlement of any litigation that may arise
therefore.

In witness where of signed this ………………………day of ……………….Month ,Two


Thousand Seventeen.

Signature of the contractor

Name of Contractor.

Address of the contractor

Name, Signature & Address of witness

22
In addition to above following Information Regarding Qualification of Bidders

The information to be filled in by the bidder in the following pages will be used for
purposes of post qualification. This information will not be incorporated in the Contract.

1. For Individual Bidders:

1.1 Constitution or legal status of the Bidder (Attach copy)

(a) Place of registration:- _______________________________________

(b) Principal of place if business:- _________________________________

(c) Power of attorney of signatory to sign this Bid (Attach Notarized copy)

1.2 Turn over: (In Rs. Lacs)

Particular Year Value


2010-11
Total value of civil works under Implementation / 2011-12
construction during last 07 years immediately 2012-13
preceding the financial year, in which bids are 2013-14
received. (Attach scanned certificate of charted 2014-15
Accountant).
2015-16
2016-17

1.3.1 Details of works of similar nature performed as lead contractor (In the same name)
during last seven years.

reason for delay


Date of issue of

Stipulated date
Description of

Actual date of
of completion
Contract No.
Name of the

Employer’s

completion
(Rs. in Cr.)

work order

completed.
explaining

and work
Remarks
project

Value
name

work
Year

2010-11
2011-12
2012-13
2013-14

2014-15
2015-16

2016-17
Attach certificates from the nodal officer or his nominee(s) in charge

23
1.3.2 Quantities of work executed as prime contractor (in the same name and style) during
last Seven years.

Quantity of main components of civil work

concrete Reference
Name of the work

Remarks Indicate
performed

sheets giving
Year

Attach extra
Item details

sheets giving
Attach extra
Item details
2010-11

2011-12

2012-13

2013-14
2014-15
2015-16

2016-17

1.4 Information on Bid Capacity:


Works for which, bids have been submitted and works which are yet to be
completed as on the date of this bid.
A. Value of Civil Works complted during last seven financial years

Value of Completed works

Name 2010-11 2011-12 2012-13 2013-14 2014-15 2015-16 2016-17


of the
work

B. Existing commitments and on-going works (Rs. in lacs)


be completed
Place & state

remaining to
Description

Anticipated
completion

completion
Address of

Stipulated
Employer

Employer

period of
Name of

Value of

Value of
Contract
of work

date of
work

24
(C) Works for which bids already submitted.

Description

completion

Remarks if
Date when
decision is
Name and

Stipulated
address of
Employer

period of

expected
Place &
of work

state

any
* Attach certificate(s) from the Nodal Officer or his nominees(s) in charge.
1.5 Bidder shall provide information about plants and equipment available and to be
deployed / used to carry out the work considered in this bid, as per the following format.
Name and details of

Owned or leased or

Condition / Make
Requirement (no.

Remarks (from
Nos. / capacity
to be procured
and capacity)

whom to be
purchased)
equipment

1.6 Minimum Qualification and experience of key personnel proposed for administration
and execution of the Contract. Attach CV with scanned copy of relevant
qualification and experience certificates.
Minimum Manpower required for the proposed work is as given below:-.
(a) Engineer:- 5 Nos
(b) Supervisor:- 10 Nos
(c) Technical Assistant:- 15 Nos
A. Team Leader (1 nos):- should be graduate civil Engineer having minimum
experience of 10 years in similar type of work
B. Quality Engineer (1 nos): - should be graduate civil engineer having minimum
experience of 5 years
C. Senior Engineer (1 nos):- should be graduate civil engineer having minimum
experience of 5 years
D. Site Engineer (4 nos):- should be graduate civil engineer having minimum
experience of 2 years or diploma civil engineer having minimum experience of 5
years in similar type of work
E. Electrical Engineer (1 nos):-:- should be graduate/ diploma Electirical engineer
having minimum experience of 2/5 years
F. Mechanical Engineer (1 nos):-:- should be graduate Mechanical Engineer having
minimum experience of 5 years / diploma engineer having minimum experience of
10 years

25
G. Safety cum Environment Engineer (1 nos):- should be graduate engineer having
minimum experience of 3 years

Present Position

Experience in
Qualification

Experience

the present
position
Overall

(Years)
Name

Numbers of certified trade persons to be employed at the project site.

- Attach list with details as per above format.

1.6 (a) Proposed sub-contracts and items involved

Sections of the Value of sub-contract Sub-contractor Experience in similar work


work (name and address)

1.7 Financial reports for the last Seven years: balance sheets, profit and loss statements,
auditor’s reports (in case of companies/corporation) etc. Give list of the documents and
attach scanned copies and the company's Financial Ratings from a certified organization.
1.8 Evidence of access to financial resources to meet the qualification requirements: cash
in hand, lines of credit, etc. list them below and attach copies of support documents.
1.9 Name, address, telephone and fax numbers of the bidder’s bankers who may
provide details, if referred by the employer.
1.10 Information on litigation history in which the Bidder is involved.

Other party(ies) Employer Cause of dispute Amount Remarks


(Rs. in lacs) Showing present
1.11 All bidders shall provide a statement that the bidder is not associated nor has been
associated in the past directly or indirectly with the consultant or any other entity that
has prepared the design specifications and other documents for the project under this
bid.
1.12 Proposed work method and schedule
The Bidder shall attach descriptions, drawings and charts as necessary to comply
with the requirements of the Bidding documents.

2.0 Additional Requirements


2.1 The bidder should own constructions equipment required for the proper and timely

26
execution of the work. Else, he should certify that he would be able to manage the
equipment by hiring etc., and submit the list of firms from whom he proposes to hire.
Bidders shall provide any additional information required to fulfill the
requirements, if necessary.
2.2 The bidder should have sufficient number of Technical and Administrative
employees for the proper execution of the contract. The bidder should submit a list
of these employees stating clearly how these would be involved in this work.
2.3 The bidder’s performance for each work completed in the last Seven years and in
hand should be certified by an officer not below the rank of Executive Engineer or
equivalent.
3.0 Evaluations of Bid
The PQ cum Technical bid will be opened first and evaluated mainly for assessment
of financial capacity, technical capabilities and relevant experience (including past
performance). The competent authority/screening committee of the Department
shall make assessment of bid on the basis of details/ documents uploaded and
provided by the bidder and shall evaluate for qualification as under.

3.1 Qualification of the Bidder


To be qualified for the contract, bidders shall provide evidence satisfactory to the
Employer of their capability and adequacy of resources to carry out the contract
effectively. Bids shall include the documentation and information on the relevant
information forms (Annexure-I to VI of form B-2 under Chapter-7 and
Performa given above)

3.2 Qualification Criteria and Information


The qualification will be based on bidder meeting the criteria narrated in Paras above
with respect to experience, financial rating, personnel and equipment capabilities.
3.3 Minimum criteria for eligibility

1. Estimated amount put to tender (V) : Rs. 159,68,69,480=11


2. Time limit (N) : 24 months
3. Financial year in which the bids are received : 2017-18

A. (i) Only those bidders shall bid whose names are Registration in Class
“AA” contractors in R&B/WRD of Gujarat State or equivalent class in any
government of other states of India/GoI having experience of Marine/harbour
works . This criteria also regards the relevant clause of section No - 1 , Sr. No.
2.0 in B-2 Form (as per R&B circular TNC-10-2016(FA-591-16) 02-C dated
03/09/2016).
(ii) Bidder can be a joint venture of not more than three firms.

27
(a) Each partner firm should have valid registeration in Class “AA”
contractors in R&B/WRD of Gujarat State or equivalent class in any
government of other states of India/GoI having experience of
Marine/harbour works (as per R&B circular TNC-10-2016(FA-591-
16) 02-C dated 03/09/2016).
(b) Lead partner firm must have minimum 51 % financial participation
and other members must have not less than 20% financial participation
(Total Should be 100%)
(iii) No firm can bid for a given work simultaneously as separate bidder and
as a member of any joint venture.Both, the firm and joint venture shall
stand dis qualify in such case.
B. Financial Capacity (Annual Turnover)
I. Annual turnover of any one of the last Seven financial years i.e. from
2010-11 to 2016-17 updated to the current financial year shall be more than
Rs. 79.85 Crores (X) duly audited by the chartered accountant.
For arriving at updated value, turnover of any financial year shall be multiplied
by the enhancement factors corresponding to that year.
Following enhancement factors will be applied to annual turnover and
completion cost of works to bring them to the base year. The current
financial year in which bid is invited shall be considered as the base year.
Year Financial Year Enhancement Factor
1 ( Base Year) 2016-2017 1.0
1 2015-2016 1.1
2 2014-2015 1.21
3 2013-2014 1.33
4 2012-2013 1.46
5 2011-2012 1.61
6 2010-2011 1.71

II. The bidder should not have incurred any loss in more than two years
during the immediate last Seven consecutive financial years, duly certified by
the Chartered Accountant.

III. For joint venture the lead partners must have updated annual turnover
not less than Rs. 40.20 Crores (51% of X) and remaining of each partners must
have updated annual turnover not less than Rs. 23.65 Crores (30% of X). The
joint venture must collectively have updated annual turnover not less than Rs.
79.85 Crores (X)

X – This value shall be derived by dividing amount put to tender by the time
limit expressed in years for the proposed works.

28
a. A latest current Calander year (2017-2018) i.e.1-01-2017 to 31-12-2017.
solvency certificate of an amount equal to 20 per cent of the amount of
work put to tender will have to be produced. Such solvency certificate be
issued by a Nationalized/Scheduled bank.

C. Similar Work Experience


(I) The lead bidder should have successfully completed atleast one
“Similar works” having updated completion cost not less than Rs.63.88 Cr.
(40% of the amount put to tender) during last 7 (seven) years ending last day
of the month previous to the one in which applications are invited should be
either of the followings. Enhancement factors of respective years shall be
applied as per table given in para 3.3 B to arrive cost of work for base year
(2016-17).Completion cost shall also include cost of material even if it is
supplied by the client.
Definition of Similar Work
The similar work refers to successfully completion of
The similar work refers to “Construction of Marine & harbour structure viz.
Pile jetty/ Jetty/wharf wall/quay, which includes new construction/up
gradation/renovation in TIDAL CONDITION”

(II) For joint venture qualifying threshold amount of updated completion


cost would be
(a) Lead members :- Rs.47.91 Cr. (30% of amount put to tender)
(b) Each of remaining members :-Rs.32.58 Cr.(20% of amount
put to tender)
D. Physical Capacity
(i) The contractor should have successfully carried out work as specified under in any
year out of last seven years (2010-11 to 2016-17)

The Detail Furnished in form para 1.3.2 shall be considered for evaluation of physical
criteria. The certificate of the executive engineer concern within whom such works were
carried out shall be attached in support. The bidder shall submit a certificate for completion
of above mentioned works.

29
(ii) The contractor is required to have following equipment to complete the work.
For Marine Works the agency must have the following own/hire Equipment. Contractor has
produce the agreement of hired equipment with the agency who have the ownership of
equipment/machinaries.If bidder fail to provide proof of assured availability of required
machinery, he will be disqualified for the proposed work.

Sr. No Equipment
1 Piling chisel,Barrel,Winch,tripod,Gantry platform
2. Concrete tremie pipe
3. Hydro
4. Concrete weigh Batcher
5. Water Tanker
6. RMC plant (Minimum capacity-15 cum/Hour)
7. Transit Mixer
8. Crane capacity of 35 tonnes
9. Trailer
10 Hitachi
11 Plate bending machine, roller
12 Generator
13 Welding machine

E. Bid Capacity
(i) The bidder must have Available Bid Capacity (ABC) more than the amount
put to tender.
ABC = 2*A*N - B
Where
A is the maximum of updated total amount of works executed in any one year of the
last seven financial years from 2010-11 to 2016-17
N is the number of years prescribed for completion of the proposed work.
B is the amount of the existing commitments and ongoing works to be discharged
during time interval of N years from the bid due date.
For the purpose of updating amount of works executed in Para 3.3 B I shall mutatis
mutandis apply. Existing commitments shall include all such works for which
letters of acceptance of the tenders have been received by bidder till date on which
bidder has submitted his bid for the proposed work.
(ii) For joint venture, each members available bid capacity shall first be reduced
in proportion to his proposed financial participation. Some of reduced available bid
capacity of all the members should be more than the amount put to tender.

30
F. Technical Capabilities

Details of available plants, equipments, machinery shall be given as per Annexure-


5 of B-2 Tender Form under Chapter-7. Successful bidder shall employ technical
staff during the execution of this work as stipulated in clause 18A of the B-2
Tender Form under Chapter-7.

G. Approach & Methodology including work plan & Quaility Assurance


plan.
Contractor has to submit approach and methdology including work plan and
quality assurance plan for carrying out the this project along with this bid to
qualilify.

3.4 Competent Authority shall ascertain whether the bid

a) Meets the “eligibility criteria and the requirements”.


b) Has been properly prepared and signed.
c) Contains all the relevant details called for by the authority and the same is
in proper format or not.
d) Is accompanied by required authorization.
e) Is otherwise generally in order.
The competent authority shall make an assessment and finalize the firms for pre-
qualification in accordance with the policy, principles and discretion. The said
decision of the competent authority with regard to pre-qualification shall be final,
binding and shall not be called in question before any forum.
3.5 Financial Position
(a) The applicant should demonstrate that he has access to or has available
liquid assets, unencumbered real assets, lines of credit and other financial
means sufficient to meet construction cash flow.

(b) The audited balance sheets for the last seven years should be submitted and
must demonstrate the soundness of the applicant's financial position showing
long term profitability. Where necessary the employer will make inquires
with the applicants bankers.CA certificate for the same is necessary.
3.6 Litigation History

The applicant should provide accurate information on any litigation or arbitration


resulting from the contract completed or under execution by him over the last
seven years a consistent history of awards against the applicant may result in
failure of the applicants.

3.7 Even through the applicants meet the above the criteria, they are subject to

31
disqualification on account of following:-

(a) Making misleading or false representation in the form, statement and


attachments submitted and/or

(b) A record of poor performance such as abandoning the work, not properly
completing the work, not properly completing the contract, delays in
completion, litigation history, financial failure etc.

(c) Illegal methods / influences used to seek favors for award of contract.

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

32
CHAPTER- 4

Construction of new jetty on south side of USL jetty at port


Navlakhi. (Part A, B & C- jetty, approach & Back up area.)
GENERAL SITE INFORMATION
INTRODUCTION:
Navlakhi is an all-weather lighterage port, situated at Junction of Sui and Varsamedi
Creek in Gulf of Kutch on North bank of Saurastra. The Navlakhi port is situated at
the Lat. 220 58’ 25” N Long. 700 27’ 24” E.
CLASSIFICATION AND ANCHORAGE:
It is an all-weather, lighterage intermediate Port. The depth of about 4.00m is
available at low tide and hence barges can ply round the clock from ship at anchorage
to the berth at port.

The Outer anchorage is situated near Tuna buoy with depth of water available about
15.00 TO 20.00 m. The outer anchorage is about 25 Nautical miles from the Port
Inner anchorage is @ 5 Nautical Miles from the port. The water depth available is
10.00m.

HINTER LAND:
Since the Port is connected with B.G. railway and state High way, hinter land for the
Port is North West states of India like Gujarat, Madhya Pradesh, Rajasthan, Punjab,
Haryana and Utter Pradesh.

TIDAL DATA:
• MHWS +7.20
• MHWN +6.20
• MLWS +0.80
• MLWN +2.10
• MSL +4.20

COMMODITIES HANDLED:

• IMPORT: Coal & Coke , Cement


• EXPORT: Salt.

THE YEAR WISE PERFORMANCE OF PORT IS AS UNDER:

Last Five Years Traffic Import/Export

33
Year Import Export Total in mmt
2010-2011 4.31 0.20 4.51
2011-2012 5.55 0.19 5.74
2012-2013 6.27 0.15 6.42
2013-2014 4.31 0.67 4.98
2014-2015 6.64 0.63 7.27
2015-2016 6.31 0.45 6.76
2016-2017 6.22 1.02 7.24

EXISTING INFRASTRUCTURES:

Berthing Facilities :
(a) RCC jetty on Sui creek GMB – 163.61 x 25.25 m 2005
(b) USL jetty( Private jetty) – 101.00 x 15.00 m 1983
(c) Jaydeep wharf - 76.50 m 2004
(d) Shreeji wharf - 92.00 m 2007
- Draft available is @ 4.0m. & 2.00m
- Design draft is 4.50m. & 2.50m
Road network:

The port is well covered with a network of 10 m wide concrete road with length being
3.40 kms on sui and Varshemedi side & other internal roads an area of 49238 sqm are
completed.

DEVELOPMENT PLANNING OF THE PORT:


The present volume of cargo handed at this port is huge and other cargo like export of
salt, import of cement etc, Infrastructure is to be provided according to a master plan
prepared for Navlakhi.

Necessity of New Jetty


Looking to the cargo projection, it has planned to provide additional berthing
jetty on south of USL Jetty up to 870 M. GMB has decided to construct
Phase wise and in the first phase 485 M will be developed and in the II nd phase
285 m is to be developed. Present berthing facilities are fully utilized and this
port has potential to handle more traffic. The port is well connected to road
and rail. There is demand of private parties for additional berth
requirement. Cargo projection for the Navlakhi port is expected to be 17
MMTPA in next five years.

Silent feature of the proposed jetty area as under.

RCC piled jetty 485.15 m X 25.20 m


RCC piled approach 32.9 m X 10.50 m
Back up Area 56700 sqm: 5.67 HQ

34
The berth is proposed to handle mainly bulk commodity. The berth shall be
constructed with RCC piled structure and deck structure. The top level of berth is
fixed at level (+) 9.00 m CD.
.
The levels for the proposed berth are as follows:

1. Design Deck level for jetty (+) 9.00 m CD


2. Existing bed / Design Dredge level(average) (-) 4.0 m C

The following minimum grade of concrete and steel shall be used.


Structure Elements Material Properties
Concrete Steel
Sub Pile, Fender Block M 40 Fe 500
structure
Super Transverse Beam & End wall / relieving M 35 Fe 500
Structure slab
Longitudinal Beam & Deck slab M 35 Fe 500

Following live loads shall be considered

Live load of 5.0 t/m² shall be considered on main jetty berth.


Live load of 3.5 t/m2 shall be considered on Approach berth
Berthing force shall be considered in the design accordance with IS 4651 Part III. The
design vessels considered as below.
The following conditions shall be taken for calculation of berthing forces:

Berthing condition : sheltered favourable

Design vessel sizes and its characteristics are given in following table.

Description Unit Vessel Sizes


Dead Weight Tonnage Tons 3000
(DWT)
Displacement Tonnage Tons 3960
(DT)
Length Overall (LOA) M 85
Breadth Moulded (B) M 14.5
Depth Moulded (H) M 4.70
Draught Laden M 3.862

Silent feature of the proposed Backup area as under.


GMB is expanding the existing port facilities by providing 485m long berth with
56700 sqm. Of backward area for stacking coal and other dry material and approach
to the jetty. The proposed backup area will have to fill of approximately 6m to 11m
above existing ground level/bed level to reach to finished level grade level of 8.75m.
The sub soil at the port is soft to firm marine clay followed by stiff to hard silty clay.
Hence the main geotechnical concern will will be stability of backyard area,

35
improving bearing capacity, reducing the settlement and mitigation of liquefication of
filled up soil.
Ground improvement using vibro stone column technique is proposed to support the
proposed backup area at Navlakhi Port.
Development of backup area of the proposed jetty by providing C Class bund, Quarry
spell , Vibro stone column , Granular load distribution blanket, WMM, DLC, 120mm
th. M-55 Paver block. The tidal condition will prevail and work is to be carried out
acoordingly.
Back up area 56700 Sqm. 5.67 HQ.
The berth is proposed to handle mainly bulk commodity. The berth shall be
constructed with RCC piled structure and deck structure. The top level of berth fixed
at level +9.00m.CD.
The following minimum grade of concrete and steel shall be used.

Structure Elements Material properties


Concrete Steel
Super structure Kerbing M-35 Fe 415

Following live load shall be considered.


Live load of 10.00 t/m2 shall be considered on back up area.
ROADS
Navlakhi port is connected with state highway no.24 and connected with National
highway 8 extension at 50 km away.
RAILWAYS
There is direct broad gauge rail connectivity to Navlakhi port.
AIRPORT
The nearest airport are Rajkot. Which is 110 km away from the Navlakhi port.

ACCURACY OF INFORMATION
The fore going information are given in good faith, but the contractor shall satisfy
himself regarding all the site conditions and no claim shall be entertained due to any
error in the given information.

COMMUNICATIONS
There are regular state transport bus services in Navlakhi port is served with
telephonic communication.

Availability of Raw Material :

36
The quarry of stones of the specific size and other raw material for construction
should be made available by the contractor. The department does not take
responsibility of acquisition of quarry.

ACCURACY OF INFORMATION
The foregoing information are given in good faith, but the contractor shall satisfy
himself regarding all the site condition and no claim shall be entertained due to error
in the information given.

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board
Morbi

37
CHAPTER-5

Construction of new jetty on south side of USL jetty at port


Navlakhi. (Part A, B & C- jetty, approach & Back up area.)

GENERAL CONDITIONS OF CONTRACT

1.0 DEFINATION
In the contract documents, the following expressions shall have the meaning herein
assigned to them except where the context otherwise requires.
a) The expression “work: or “works” where used in these conditions shall, unless
there be something in the subject or context repugnant to such construction.
b) “Site” means the lands, river and/ or other place on under in or through which
works are to be executed to carried out and any other lands or places provided
by the GMB for the purpose of the contract together with such other places
that may be specifically designated in the contract as forming part of the site.
c) “Contract” means the notice inviting tenders, instructions to persons tendering,
general conditions of contract, terms and conditions of contract, specifications,
drawings, Bill of quantities, tender and contract agreement made at the time of
awarding the work and also the mutual arrangements made jointly during
construction period.
d) “Contractor” means the person or persons, firm, company, or corporation
whose tender has been accepted by the GMB and includes contractor’s
personal representatives, successors and permitted assignees or joint
contractors whose shall be deemed to be bound jointly and separately.
e) “Engineer-in-charge” (EIC) shall mean the Executive Engineer (Civil), GMB,
Morbi or his authorized representative who shall exercise only such authority
on behalf of the Executive Engineer (Civil), GMB, Morbi as may have been
delegated to him from time to time by the Executive Engineer (Civil), GMB,
Morbi and power delegated to him by the Government/ GMB Rules.
f) “Construction Plant" shall mean all equipment, appliances, machinery, live
stock or things or whatsoever nature together with necessary supplies for
upkeep and maintenance required in or about the site or work for proper
execution, completion or maintenance of the works or temporary works but
does not include materials and other things intended to form part of the
permanent work.
g) “Temporary Work” shall mean all temporary works of every kind required in
or about the site for proper execution, completion or maintenance of the work.

38
h) “Drawing” means the drawing referred to in the specifications and attached
with the contact and any modification of such drawings approved in writing by
the EIC for such other drawings as may, from time o time furnished or
approved in writing by EIC.
i) “Approval” means approval in writing including verbal approval for which
subsequent written confirmation is given and approval, means approval in
writing including as aforesaid.
2.0 GENERAL CONDITIONS
2.1 In the specifications, “as directed”/approved” shall be taken to mean “as directed”/
“approved” by the EIC.
2.2 Wherever a reference to any Indian Standard appears in the specifications, it shall be
taken to mean as a reference to latest edition of the same in force on the date of
agreement.
2.3 Wherever a reference to Architect or Consultant appears in the specifications or
document read “EIC” instead of “architect or consultant”.
2.4 “Mode of Measurement” in the specifications, wherever a dispute arises in the
absence of specific mention of a particular points or aspects in the relevant Indian
Standards shall be referred to.
2.5 All measurements and computations, unless otherwise specified, shall be carried out
nearest to the following limits.
1. Length, width and depth (height) - 0.01 m.
2. Areas - 0.01sq.m.
3. Cubic Contents - 0.01 Cum.
In recording dimensions of work, the sequence of length, width and height (depth) of
thickness shall be followed.
2.6 The distance, which constitutes lead, shall be determined along the shortest practical
route and not necessarily the route actually taken. The decision of Engineer in-charge
this regard shall be taken as final.
2.7 Where no lead is specified, it shall mean “all leads”.
2.8 Lift shall be measured from excavation level.
2.9 Definite particulars covered in the items of work, though not mentioned or elucidated
in it, specifications shall be deemed to be included therein.
2.10 Approval to the samples of various materials given by Engineers-in-charge shall not
absolve the contractor from the responsibility of replacing defective materials brought
on site or materials used in the work found defective at a later date. The contractor
shall have no claim to any payment or compensation whatsoever on account of any
such material being rejected by the EIC.

39
2.11 The contract rate of the item of work shall be for the work completed in all respects.
2.12 No collection of materials shall be made before it is got approved from the Engineer-
in-charge.
2.13 Collection of approved materials shall be done at site of work in a systematic manner.
Materials shall be stored in such a manner as to prevent damage, deterioration or
intrusion of foreign matter and to ensure the preservation of their quality and fitness
for the work.
2.14 Materials, if any when rejected by the EIC, shall be immediately removed from the
site of work.
2.15 No materials shall be stored prior to, during and after execution of the structure in
such a way as to cause or lead to damage or overloading of the various components of
the structure.
2.16 All works shall be carried out in a workmanlike manner as per the best techniques for
the particular item. Considering the prestigious nature of work the contractor shall
take into consideration, the best quality of materials and highest quality of
workmanship while quoting the item rates for various items.
2.17 All tools, templates, machinery and equipment for correct execution of the work as
well as for checking lines, levels, alignment of the works during execution shall be
kept in sufficient numbers and in good working condition on the site of the work.
2.18 The mode, procedure and manner of execution shall be such that it does not cause
damage or over loading of the various components of the structure during execution
or after completion of the structure.
2.19 Special modes of construction not adopted in good engineering practice, if proposed
to be adopted by the contractor, shall be considered only if the contractor provides
satisfactory evidence that such special mode of construction is safe, sound and helps
in speedy construction and completion of work to the required strength and quality
which is also approved by competent authority. Acceptance of the same by Engineer-
in-charge shall not, however, absolve the contractor of the responsibility of any
adverse effects and consequences of adopting the same in the course of execution or
completion of the work.
2.20 The contractor shall be responsible for observing the rules and regulations imposed
under “Minor Minerals Act” and such other laws and rules prescribed by Government
from time to time.
2.21 All necessary safety measures and precaution (including those laid down in the
various relevant Indian Standards) shall be taken to ensure the safety of men,
materials, and machinery on the works as also of the work itself. Any type of
mishappening due to negligence of contractor shall be the sole responsibility of the
contractor.

40
2.22 Approval to any of the executed items for the work does not in any way relieve the
contractor of his responsibility for the correctness, soundness and strength of the
structure as per the drawing s and specifications.
2.23 The contractor at the onset of the project and prior to commencement of work on site
shall submit a panel of names of Govt. recognized/reputed registered in relevant class
and get them approved by the EIC. And only those agencies that have been approved
may be engage on the work by the contractor if desired by GMB.
2.24 The contractor will provide all assistance, labour and equipments for layout of work,
wherever required at his own expenses.
2.25 The contractor shall be deemed to be fully acquainted with the prevailing site
condition access to the site nature of ground under-ground water rails, over the above
the sectors wind effect at this site might necessitate restricted huts of work lanes on
certain item of work no claim for losses on account of any of the above cause will be
entertained by the department.
2.26 Gujarat Maritime Boardwill not assure any supply of potable water to the contractor
and the contractor will have to make his arrangement.
3.0 COMPLIANCE OF LAWS
The contractor shall keep himself fully informed of all acts and laws of Central and
State Government, all local bye-laws, ordinances, rules and regulations and all orders
and decrees of bodies or tribunals laying any jurisdiction or authority, which in any
manner affect those engaged or employed on the work of which in any way affect the
conduct of the works. He shall at all times observe and comply with all such laws,
bye-laws, ordinances, rules and regulations and all orders and decrees and shall give
all notices and pay fees or charges to which he may be liable.
4.0 LAW OF CONTRACT
The contract shall be interpreted and have effect in accordance with the Law of India
and no suit or other proceeding relating to this contract shall be filed or taken by the
contractor in any court of Law except in a court of Competent Jurisdiction in Gujarat.
5.0 NO WAIVING OF LEGAL RIGHTS AND POWERS
The GMB shall not be precluded or stopped by any measurements, estimates or
certificates and either before or after the acceptance and completion of the work, any
payment thereof from showing the true amount and character of the work performed
and materials furnished by the contractor and from showing that any such
measurements, estimates or certificates that are untrue or incorrectly made or that the
work or materials do not in fact conform to the contract or notwithstanding any such
measurements, estimates or certificates and payment in accordance therewith. The
GMB shall not be precluded or stopped from recovering from the contractor such
damages as it may sustain by reasons of his failure to comply with terms of the
contract. Neither the acceptance by GMB nor any payment for acceptance of the
whole or any of the work nor any payment for extension of times nor any possession

41
taken by GMB shall operate as waiver of any portion of the contract or any power
herein reserved or any right to damage. A waiver of any breach of the contract shall
not be held to be waiver of any other or of subsequent breach.
6.0 DAMAGE BY FLOOD OR ACCIDENTS
The contractor shall take all precaution against accidents and damage by flood, wave,
cyclones and other weather conditions or from any other cause. No compensation
shall be allowed to the contractor for the plant and materials lost or damaged by flood
or due to other cause.
The contractor shall be liable to make good any plant or materials of whatsoever
description belonging to the GMB, and rented to the contractor, which is lost or
damaged by floods, waves, cyclones, fire or from any other cause. Any damage to
works during constructions in the opinion of EIC due to the contractor’s negligence
shall made good by the contractor at his own cost. The contractor shall take suitable
insurance against such losses.
7.0 POLICE PROTECTION
If special protection at the camp of works is asked for by the contractor, the GMB
may arrange such protection, if possible, with the authorities concerned and the full
cost of the same shall be borne by the contractor.
8.0 ADVERTISING
No advertisement shall be placed on any fencing, structure and scaffolding etc. exe
9.0 PERMIT AND LICENCES
The contractor shall procure at his sole expense all permit and licenses and pay all
charges and fees for lawful execution of work.
10.0 COMPLIANCE WITH REGULATIONS ETC.
The contractor shall at all times during continuance of the contract, comply with all
existing Acts, Regulations and bye-laws including statutory amendments and re-
enactments of the State or Central Government and other local authorities regarding
labour enactment, Contract Labour (Regulation and Abolition) Act, 1970, and the
Rules made there under and any other enactment's and Acts that may be passed in
future either by the State or Central Government or any other local authority.
In particular, the provisions under the Acts: Minimum Wages Act and Factory Acts,
Workmen’s Compensations Act, Provident Fund Regulations, Employees Provident
Fund 1932, and as amended from time to time and scheme made under the same Act,
and health and sanitary arrangements for workmen, Insurance and other benefits there
under shall be strictly and GMB shall be indemnified by the contractor in case any
action is to commence for contravention by the contractor.
If GMB is caused to pay or to reimburse or to uncut such amount as may be necessary
due to non observance on the part of the contractor of provisions stipulated herein
before, the EIC shall have the right to deduct from any amount due to the contractor

42
or from his security deposit or recover from the contractor personally, any sum
required or estimated to be required for making good the loss or damage suffered by
the GMB. The contractor shall obtain the necessary license for employing the contract
labour for executing the work, as per the Contract Labour (Regulation and Abolition)
Act, 1970 and Rules there under and shall ensure to maintain the same, effective
throughout the period of the Government Authority regarding the applicability of the
Act shall be final and it Regulation and Abolition) Act, 1970 for such number of
workmen as may be necessary for the completion of the work, within the prescribed
time. Recommendations regarding the number of workmen as may be made by the
EIC shall not relief the contractor from his responsibilities of completing the work
within the prescribed time.
11.0 RELATION WITH THE PUBLIC AUTHORITIES
The contractor shall comply with all legal orders and directions given from time to
time by any local or public authorities and shall pay out his own money, the fees or
charges to which he may be liable.
12.0 PATENTS DEVICES, MATERIALS AND PROCESSES
Whenever the contractor desires to use any design, device, materials and process
covered by the Letters patent or Copy Right for such shall be secured by suitable legal
agreement with the patent owner, the copy of the agreement shall be filed with the
EIC.
13.0 RECEIPTS FOR PAYMENT
Receipt for payment made on account of any work, when executed by a firm, shall
also be signed by all the partners expect where the contractors are described in their
tender as a firm in which case the receipts shall be signed in the name of the firm by
one of the partners or by some other person having authority to give effectual receipts
for the firm.
14.0 METHOD OF CARRYING OUT THE WORK
The contractor shall furnish for the approval of the EIC a schedule giving the program
of the work giving details of the methods of execution proposed to be adopted. No
work shall be carried out by any other method except that approved by the EIC.
The EIC may suggest suitable modification in method proposed by the contractor.
Adoption of any such change shall not entitle the contractor for claiming any extra
rate.
15.0 WORKS TO BE MEASURED
The EIC or his AR shall ascertain and determine by measurement the value of work
done in accordance with the contract. He shall when be requires any part or parts of
the works to be measured, give notice to the contractor for taking such measurements
and the contractor shall assist the EIC in making such measurements and shall furnish
all particulars required by either of them. Should the contractor or his agent neglect to

43
attend such measurements, then the measurements made by the EIC shall be treated as
correct measurements of the work.
16.0 JOINT MEASUREMENTS FOR EXTRA WORK
In the event of the contractor having to execute any work or provide any material in
regard to which he may propose to claim extra as Growth of work noticed during the
normal course of work, he shall immediately notify the EIC in writing and shall at
once make arrangement to take the measurements of the said work or materials by
EIC. If these measurements are not taken jointly and booked and agreed at the time of
execution of the work, the contractor’s measurements will not afterwards be
recognized/ accepted by the EIC.
The fact of such joint measurements having been made will in no way commit the
EIC to recognition of the claim if he considers such claim to be incorrect. The EIC
shall at all times have full access to the contractor’s time book and lay daily checks to
the items of any extra work with the contractor’s timekeeper or otherwise. But the fact
of his agreeing upon any timekeeper shall in no way bind the EIC to value the works
other than by measurements if he thinks fit to do so.
In case of the extra items, the contractor shall invariably supply rate analysis based on
the labour and materials required in the items along with his quotations of the items.
The competent authority of the GMB shall decide the rate of extra item. The final
decision regarding rates, specifications etc. shall be binding on the contractor.
17.0 MATERIALS TO BE PROCURED
Contractor may note that all the material required for the works including power and
water supply shall be procured by the contractor. The materials brought by the
contractor from market are strictly meant for and in connection with the works
included in the contract. The contractor shall not remove materials from the site of
work or dispose off any unused or surplus materials without the permission of the EIC
in writing.
18.0 TEMPORARY WORKS
The contractor shall submit to the EIC for his approval, proposal for any temporary
works such as jetty, landing stage, office, stores, casting yard, work shop, scaffolding,
fabrication of any kind etc. which he intends to construct for the execution of the
contract and no such work shall be commenced before obtaining written approval of
the EIC.
At least 15 days before the date when the contractor intends to start executing and part
of the temporary works and staging required for carrying out the work, he shall
furnish to the EIC complete drawings of that part of the temporary works and staging.
The contractor shall at the same time, if so required by EIC, furnish calculations
relating to the strength and anticipated deflection in respect of such temporary works.
The contractor shall also furnish to the EIC, drawings showing the method proposed

44
for the execution of the various parts of the works along with site plan. No extra claim
shall be permissible for such temporary works.
The furnishing to the EIC of any design of any of the temporary works and staging
shall not relieve the contractor of any liability or any obligation under the contract in
respect of such temporary works and staging. It should be seen that the temporary
works should not pose a hazard for navigation or for any other port activities.
19.0 SUBLETTING OF WORK
The contractor may sublet a part of the contract for which no domain expertise is held
however the approval of EIC is mandatory prior subletting and the overall
responsibility despite subletting rests with the contractor.
20.0 REMOVAL OF WRECKS
The contractor shall at his own cost, if required by the EIC, remove all wrecks and
remains of vessels or other obstacles not being natural formations which may be
found in or may come upon the site or upon water adjoining or adjacent thereto or the
approaches thereto during the execution and completion of the work.

21.0 ADDITION AND ALTERNATION


The contractor shall note that in case of all addition and alternations in the work
consequent on change in design or any other technical aspects, contractor is bound to
carry out the same at the terms and conditions of contract. The quantity will be
changed as per actually executed and contractor shall be paid based on actual quantity
only instead of quantity provided in the tender based on appropriate approvals and
recommendation of EIC.
22.0 TAX DEDUCTION AT SOURCE
Taxes at the rates as may be fixed by the Government of India shall be deductible at
source from contractor’s running account bill, in accordance with the relevant Acts
and Rules.
The contractor’s staff shall pay income Tax and other taxes in respect of such salaries
and perquisites as are chargeable therewith under the law for the time being in force
and the contractor shall perform such duties in regard to deductions and transmission
thereof as may be lawfully required by the Government.
23.0 URGENT REPAIRS
If by reason of any accident or failure or other event occurring to or in connection
with the works or any part thereof either during the execution of the works or during
the period of maintenance any remedial or other work or repairs shall in the opinion
of the EIC be urgently necessary for security, the contractor shall carry out the same.
If the contractor is unable or unwilling at once to do such work or repair the GMB

45
may be its own or other workman do such work or repairs as the EIC may consider
necessary. If the work or repairs done by the GMB is work which in the opinion of the
EIC the contract all cost and charges properly incurred by the GMB from any money
due or which may be deducted by the GMB from any money due or which may
become due to the contractor. Provided always that the EIC (as the case may be) shall
as soon after the concurrence of any such emergency as may be reasonably
practicable notify the contractor thereof in writing.
24.0 GUARRANTY PERIOD
The Contractor shall maintain the complete work executed by him for a period as
mentioned in clause No. 17A of B-2 form. Any defects or damage in workmanship
under the contract shall be rectified during the maintenance period by the contractor at
his own cost as directed by the EIC.
25.0 OCCUPATION OF ADDITIONAL LAND
In case, when it becomes necessary for due fulfillment of the contract for the
contractor to occupy land outside the port limit the contractor shall make his own
arrangements with the land owners and pay such amount as may be mutually agreed
upon by them. Contractor have to manage the land, GMB will not have any guarantee
in this regard.
26.0 NOTICE OF OPERATION
No important operations shall be commenced nor shall work outside the usual
working be carried out without the consent in writing of the EIC or without full and
complete notice in writing being given to him sufficiently in advance of the time of
the operations, so as to enable him to make necessary managements as he may deem
necessary for its inspection.
27.0 BENCH MARK ESTABLISHMENT
The contractor shall establish and preserve a benchmark at site of the work with
respect to Chart-Datum and connect the same with nearest GTS Bench mark. The
EIC at the cost of the contractor shall be checked the established benchmark. A proper
benchmark shall be established at suitable place and maintained periodically at no
extra cost to employer.
28.0 SURVEY AND LEVELS TO BE AGREED
Before the works or any part thereof begins, the contractor or his agent and the EIC
shall together survey and take levels of the site of the works both above and below
water level, and agree all particulars on which survey is to be made and on which the
measurements of the works are to be based. Such particulars shall be plotted by the
contractor and the drawings shall be approved and signed jointly by both as token of
agreement and these shall form the basis of the measurement. The contractor without
extra cost shall carry out all other surveys as required for fixing alignment and layout
etc. Failing such surveys and agreement being prepared and or signed by the

46
contractor or his agents, the levels and surveys of the EIC shall be final and binding to
the contractor.

29.0 MODE OF MEASUREMENT


All works shall be measured net by standard measure without reference to any local
custom. Where otherwise not specifically provided for, the measurement for any item
of work shall be as per Indian Standard Specifications.
30.0 SAFETY PRECAUTIONS
The contractor shall take all possible precautions to prevent outbreak of fire on the
site and in all offices, stores, camps and other places and things connected herewith
and especially with respect to the safe storage of petroleum products, explosives and
all other dangerous or hazardous goods in accordance with CEFEES norms. He shall
comply with rules, regulations and order of any statutory and of the EIC, at no extra
cost to the GMB.
The contractor shall obtain from the GMB details of any restricted areas in or around
the site and shall prominently and clearly display for the information of his staff and
work people defining any such restricted areas. Such notice shall be provided at his
own cost.
The contractor shall give every facility to the authorized Safety Officer of the GMB to
inspect the works whenever required and shall observe and abide by any instructions
given by the EIC in regard to the use of plant, equipment and temporary works in
respect to general safety without any obligation to the GMB.
The Contractor shall adopt all suitable measures to protect the works from natural
hazards like high currents, storms, winds, rains, fire etc., at his own cost.
31.0 LIFE SAVING AND FIRST-AID APPLIANCE
The contractor shall at his own cost provide and maintain on work sites sufficient,
proper and efficient life saving buoys or jackets and First-Aid Appliances to the
satisfaction of the EIC and they shall at all times be available for use to everybody
working on site. Also the Contractor should maintain a ambulance service for 24
hours at site to shift injured person/s to the nearest medical facility in the event of any
accident.
32.0 LIGHTS AND SIGNALS
Any light provided by the contractor shall be as placed or screened so as not to
interfere with any signal or navigation lights or other markings.
33.0 TIDAL GAUGE
Tidal gauge boards in required numbers and size clearly marked in 10cms.
Graduations are to be provided maintained at the site throughout the contract period.

47
They shall be erected as directed by EIC and zero of the tide gauge is to be set as
directed by the EIC and connected to the nearest GTS Bench Mark.
34.0 QUARRYING AND BLASTING
No quarrying or blasting operations shall be permitted in the vicinity of the port area
and work site for the purpose of taking out materials required for the work, unless
otherwise provided in the contract. The contractor shall be responsible for any
damage or accident caused by such operation.
35.0 OPERATIONS OF THE EMPLOYER AND OTHERS
The ordinary business and works of Govt. or others as carried out on and in the
vicinity of the site will be continued during the construction and maintenance of the
works and the construction shall be conducted in such a way as to avoid interference
with traffic of every kind by land and by water, and with any other works in progress
in the vicinity.
The contractor's attention is drawn to the fact that other contractors may also work on
the same site. All the contractors shall work on the same site without causing any
inconvenience of hindrance in other's works.
36.0 RETURNS AND REPORTS-DETAILED CPM SCHEDULE
The contractor shall submit along with his tender preliminary CPM (Critical Path
method) schedule, which shall be supplemented, with a detailed CPM schedule within
fifteen days from the date of work order to commence the work. The detailed CPM
schedule shall be showed in approved form, the estimated date of commencement and
completion of the several parts of the work including anticipated dates for delivery,
erection etc., of the various sections of the work for this contract. The contractor
every two months and three copies of these supplied to the EIC shall update the
detailed CPM schedule. The work progress review will be carried out once in 2
months as intimated by GMB.
The order in which the works are to be carried out and the sequence of operations
shall approval of the EIC and shall be such as to suit the logical method of
construction.
37.0 PROGRESS REPORT
The contractor shall submit to the EIC on the first day of each week or such longer
period as the EIC may from time to time direct, a progress report for the preceding
period showing up to date progress during the previous period on all important items
of each section or portion of the work, in relation to and in consideration of detailed
CPM schedule.
38.0 ACCESS TO SITE
The main road is available. Contractor shall have to make his own arrangement at his
cost only for approach to the site of work for execution of the work within the
stipulated time limit.

48
39.0 WORK TO BE CARRIED OUT FROM EXISTING BED LEVELS
Irrespective of any proposed dredged level or any other bed level shown in the
drawings, the contractor has to carry out the work from the levels existing at the time
of execution and no extra claim on this account for any reason shall be allowed in
respect of any item of work.
40.0 ACCURACY OF INFORMATION
The foregoing information given in this document are in good faith but the Contractor
shall satisfy himself regarding all site conditions availability of materials etc. and no
claim shall be entertained due to any error in the information.

41.0 ESSENCE OF CONTRACT


The completion of work in time limit is the essence of the contract in the work. The
work shall have to be completed within the specified time limit.
42.0 LABORATORY TEST
All the testing of the materials and all periodical quality control tests required to be
carried out through the government recognized laboratories ( A list of tests Proposed /
Anticipated be submitted to EIC in advance). The cost of the same shall be borne by
the Contractor.
43.0 OFFICE ACCOMODATION
The Contractor should make available an AC Office accommodation of appropriate
area with necessary furniture, Transport (Car) for the exclusive use of supervisory
staff of the GMB and his staff including for the PMC party at this own cost.
44.0 STAR RATE
The payment for star rates variation for cement, Steel & Asphalt as per the Clause 59
& 59A of B-2 form shall be finalized after the receipt of the price index from the
Reserve Bank of India. Thus, if any delay in the finalization of the final Bill takes
place, Gujarat Maritime Boardwill not be responsible.
45.0 UNFORESEEN WORK
The specifications and drawing given for execution of construction/erection works are
obligatory on the contractor for the construction work. If, in the course of construction
work, some additional items arise, which are not covered by the given specifications,
the contractor will be given instruction by the EIC, such instruction will be binding
and will be carried out in full by the contractor regarding specifications, drawings,
method of conducting work and other measures necessary for the fulfillment of
construction, timetables, as well as instructions concerning the order of work.
46.0 INSPECTION & TESTING

49
All the testing of materials and all periodical quality control tests at site and in Govt.
recognized laboratory required to be carried out as per the specifications at the
contractor's cost. The list of tests Proposed / Anticipated is to be submitted to EIC in
advance. The testing charges shall also include all transportation of the specimen to
the laboratory from the site of the work and vise-a-versa as directed by the EIC.
47.0 THIRD PARTY QUALITY MONITORING
In addition to departmental supervisions, checking of quality, size, thickness etc. of
tender items, certification of work executed, field and laboratory testing etc. shall be
carried out by the consultant appointed by the GMB under Third party inspection &
Quality assurance (TPI & QA).
The quality assurance plan (QAP) has to be submited by the contracter and same will
be approved by the EIC.
In addition to regular inspections Third Party Inspections is to be carried out through
Proof Consultant as directed by EIC from QC point of view and cost thereof is to be
paid by the department which will be recovered from the bill of contractor.
TRESSPASS
The contractor shall at all time, be responsible to EIC to ensure no tress passing which
may lead to any damage/loss at site. Failure to avoid damages/ loss is to be made
good by the contractor at his own cost.
48.0 EMPLOYMENT OF RESIDENT ENGINEER
The contractor shall employ a qualified, skilled and experienced resident engineer (A
graduate engineer with minimum of 5 years of experience in the similar field) for
carrying out the work. Before employing the resident engineer, contractor shall obtain
the approval of the EIC as to suitability and eligibility of the resident engineer. In
submitting such proposals, qualifications and experience of the person shall be fully
listed. The Resident Engineer shall be considered as all time be acting for the
contractor with full responsibility in all respects.
49.0 WATER SUPPLY
For all-purpose connected with the work the contractor is required to make his own
arrangements for sufficient supply of water such quality and of such quality and at
such places on the work as may be necessary. The rates quoted in the tender are for
completed items of works and shall cover the cost of water supply as aforesaid.
50.0 ELECTRIC POWER SUPPLY
For all-purpose connected with the work, the electric power supply will have to be
arranged by the contractor. The rates quoted in the tender are for completed items of
works and shall cover the cost of electric power supply as aforesaid. However, in the
event the contractor obtains power supply from GMB source, he shall pay to GMB for
the power supply at the prevailing tariff fixed by the Gujarat Electricity Board and

50
10% of the amount as handling charges to GMB from time to time for the class of
consumption.

51
51.0 INSURANCE OF WORKS
Without limiting his obligation and responsibilities under various clauses Conditions
in this contract, the contractor shall insure at his own cost, in the joint names of GMB
and the contractor against all loss or damage from whatever cause arising (including
such as war, hostilities, invasion, rebellion, revolution, insurrection, civil war, riot,
commotion, disorder etc. but not including causes for which no insurance cover is
provided by the insurance companies) to the works for which he is responsible under
the terms of the contract and in such manner that the GMB and contractor are covered
during the period of the construction of works and are also covered during the period
of the maintenance/ defect liability, for loss of damage arising from a cause occurring
prior to the commencement of the period of maintenance/ defect liability and for loss
of damage occasioned by the contractor in the course of any operations carried out by
him for the purpose of complying with his obligations.
Such comprehensive insurance shall be affected with the Directorate of Insurance,
Gujarat State. In case the premium charges of the directorate of insurance of Gujarat
State are higher, the contractor can take comprehensive insurance with any National
Insurance Company approved and licensed by the Government of India.
The insurance shall be in terms approved by the GMB and the policy or policies and
the receipts for the payment of the current premium shall be lodged with the GMB,
provided always that without limiting his obligations and responsibilities as aforesaid
nothing in this cause shall render the contractor liable to insure against the necessity
for repair, or reconstruction of any work constructed with the materials or
workmanship at in accordance with the requirements of the contract, provided further
that weather claims if any are settled at all, the contractor will have to reconstruct/
repair the damages/ losses at his own cost.

52.0 WORK TO BE EXECUTED SIMULTANEOUSLY


It is contemplated that all the construction works shall be commence simultaneously
as to complete within the stipulated time limit.

53.0 ALL TAXES, ROYALTIES, FEES ETC TO BE PAID BY THE


CONTRACTOR
All taxes, fees, royalties, Octroi etc. as applicable from time to time shall be paid by
the contractor to the concerned central government, state government or any other
statutory bodies, local bodies etc, in connection with the work under contract. The
rates quoted in price bid shall be inclusive of all applicable taxes except GST(Goods

52
and Service tax), GMB will pay/ reimbursed GST as per stipulation made under
prevailing Act/ Rules of Govt. of India (GOI)/ Government of Gujarat (GoG).

54.0 TAXES
Labour CESS. Labour CESS is to be deducted from the bill payable to the Contractor
@1% of the bill amount or as per the prevailing Govt norms, whichever is more.

OBSTRUCTION AND REMOVAL OF SUNKEN PLANTS


The contractor shall at his own cost raise and remove any craft or plant (floating or
otherwise) belonging to him or to any sub-contractor employed by him (including also
any plant which is held by the contractor or any sub-contractor under agreement for
hire or hire purchase) which may be sunk in the course of construction or maintenance
of the works or otherwise. He shall deal with the same as the EIC may direct and until
the same is raised and removed. The contactor shall set out all such points by buoys
and display at nights by lights etc. and do all such things for the safety of the
navigation as may be required by the EIC.
In the event of the contractor not carrying out his obligation imposed upon him by this
clause, the GMB may provide buoy and light marking such as sunken craft or plant
and raise and remove the same at the risk and cost of the contractor. The contractor is
bound to pay for the same.
During the execution of the project any valuables/ items of historical value, if found
will be the sole property of GMB and no claims by the contractor in this regard will
be admissible.
55.0 LAND ARRANGEMENT
The contractor shall have to make arrangement for the stacking of the materials as
specified in the drawings supplied for the construction and for keeping machineries,
trucks, cranes etc. The agency may occupy land on hire basis or otherwise. The
department shall not bear the cost of land occupied by the agency. Necessary water
supply and lighting arrangement shall be arranged by the contractor on such occupied
land at his own cost.

56.0 CLEARING OF SITE ON COMPLETION


On completion of the works, the contractor shall clear away and remove from the site
all constructional plant, surplus materials, rubbish and temporary works of every kind
and leave the whole of the site clean and in workman like manner to the satisfaction
of the EIC within 30 days from the date of formal completion of the project. Failure to
demobilize will attract a penalty of 2% of the outstanding payments due to the
contractor.

53
He shall at his own cost fill up hollows or trenches which may have been made or
dug, or remove mounds of earth that may have been made and clear away all rubbish
occasioned in the execution of the work or temporary works. All materials and all
plants and implements not removed by the contractor within fifteen days after the
completion of the work shall be removed by the GMB at contractor’s cost and such
unused/surplus materials, constructions, plants and equipments etc. shall become the
property of the GMB and the contractor shall not be entitled to any payment or
compensation whatsoever in respect thereof.

57.0 LIQUIDITY DAMAGES


Time is the essence of the contract. Contractor will have to pay the Liquidated
Damages as per Form B-2 Clause 2 in case there is any delay in the project.

58.0 GUARANTEE / WARRANTY CLAUSE:


The contractors shall warrant that all material supplied/work executed under this
Order shall be new, unused and conform to the owner requirements and
specifications. The contractors shall guarantee the material/works under this order
upto maintenance period that is 36 months from the date of completion. The
contractors shall agree to replace any material/redo the work, which has been proved
defective or fails to conform to the desired specifications free of cost to the Owner
within the Guarantee/Warranty/maintenance Period.
Checking / approval of contractor drawings, inspection and acceptance of
material/spares/equipment/furnishing to effect shipment and / or work done for
erection, installation and commissioning of the equipment by the Owner/ Purchaser or
any other agency on behalf of the Owner/Purchaser shall not in any way relieve the
Vendor/Contractor from the responsibility for proper performance during the
guarantee period.

59.0 RISK AND EXPENSE


If it shall appear to the EIC of the work, that any work has been executed with
unsound, imperfect or unskillful workmanship or with materials of any inferior
description, or that any materials or articles provided by him for the execution of the
work are unsound or a quality inferior to the contracted or otherwise not in
accordance with the contract, the Contractor shall demand in writing from the EIC
specifying the work materials or articles complained of notwithstanding that the same
may have been inadvertently passed, certified and paid for, forthwith rectify or
remove and reconstruct the work so specified in whole or in part, as the case may

54
require, or as the case may be, remove the materials or articles so specified and
provide other proper and suitable materials or articles at his own proper charge and
cost. In the case of any such failure the EIC may rectify or remove and re-execute this
work or remove and replace with others, the materials or articles complained
of, as the case may be, at the risk and expense in all respect of the contractor.

60.0 SETTLEMENT OF DISPUTES & ARBITRATION


Any dispute(s) or difference(s) arising out of or in connection with the contract shall,
to the extent possible, be settled amicably between the owner and supplier /
contractor.
In the event of any dispute or difference whatsoever arising under the contract or in
connection therewith including any question relating to existence, meaning and
interpretation of the contract or any alleged breach thereof, the same shall be referred
to the sole Arbitration of the GMB or to a person appointed by department for that
purpose. The Arbitration shall be conducted in accordance with the provisions of The
Gujarat Public Works Contracts Disputes Arbitration Tribunal constituted under the
provisions of the Gujarat Public Works Contracts Disputes Arbitration Tribunal Act,
1992.

61.0 MAKE AND MODEL OF EQUIPMENTS


The contractor shall provide the Make and Model no of the equipments including the
certification (ISI, BIS etc) of equipments of the control systems to the EIC in writing
for the completion of this project.

62.0 POLICE VERIFICATION OF THE WORKERS


The contractor shall he responsible for the police verification of the workers hired by
him for the completion of this project. The contractor will provide the police
verification report to EIC.
63.0 PLACEMENT OF TEAM POST COMPOSITION TILL COMPLETION OF
WARRANTY
Contractor will provide the team composition and placement of the team which will
be responsible for warranty period to the EIC within 15 days after completion of
project.
64.0 QUALIFICATION OF SKILLED WORKERS
The contractor will provide the qualification certificates of the skilled workers such as
plumber, welder etc which will be working on the project to EIC within 15 days of the
commencement of the work at site.
65.0 INFLUENCE/MALPRACTICE

55
The Contractor undertakes that he has not given, offered or promised to give, directly
or indirectly, any gift, consideration, reward, commission, fees, brokerage or
inducement to any person in service of the Buyer or otherwise in procuring the
Contracts or forbearing to do or for having done or forborne to do any act in relation
to the obtaining or execution of the present Contract or any other Contract with the
Government of India for showing or forbearing to show favour or disfavor to any
person in relation to the present Contract or any other Contract with the Government
of India. Any breach of the aforesaid undertaking by the Contractor or any one
employed by him or acting on his behalf (whether with or without the knowledge of
the Contractor) or the commission of any offers by the Contactor or anyone employed
by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code,
1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the
prevention of corruption shall entitle the Customer to cancel the contract and all or
any other contracts with the Seller and recover from the Seller the amount of any loss
arising from such cancellation. A decision of the Customer or his nominee to the
effect that a breach of the undertaking had been committed shall be final and binding
on 175 the Seller. Giving or offering of any gift, bribe or inducement or any attempt at
any such act on behalf of the Seller towards any officer/employee of the Customer or
to any other person in a position to influence any officer/employee of the Customer
for showing any favour in relation to this or any other contract, shall render the
Contractor to such liability/ penalty as the Customer may deem proper, including but
not limited to termination of the contract, imposition of penal damages, forfeiture of
the Bank Guarantee and refund of the amounts paid by the Buyer.

66.0 NON-DISCLOSURE OF CONTRACT DOCUMENTS


Except with the written consent of the Customer/Contractor, other party shall not
disclose the contract or any provision, specification, plan, design, pattern, sample
or information thereof to any third party.

67.0 In case of defective description or a ambiguity, the EIC should issue further
instructions directing in what manner the work is to be carried out is being understood
that the last modern practice is to be followed. The contractor should forthwith
comply with such instruction.

68.0 The contractor should take no advantage of any apparent error, omission in drawings
or a specifications and the EIC should be permitted to make fulfill the intent of the
plans and specifications.

69.0 CONTROLLED MATERIALS (ESSENTIALLY CERTIFICATE)

56
(i) As regards "Controlled materials, the GMB will help to arrange for the permits
as far as possible and hold the contractor in securing the same. All incidental
charges in procuring these materials shall be borne by the permit as far as
possible by the contractor himself. Though the GMB will help to arrange for
the permit as far as possible and help the contractor in obtaining the materials,
it shall not accept any responsibility for any delay or loss or account of delay
caused to the contractor while obtaining the same.
(ii) The contractor shall submit the monthly returns in the prescribed forms at to
the receipts and actual use of the controlled materials during the month to the
EIC of every calendar month.
(iii) The contractor shall submit the EIC to inspect the stock of the controlled
materials by him at any time whenever the EIC so desire.
(iv) The contractor shall be full responsible in legal term also to keep control
materials under proper place with proper safety precautions.

70.0 The contractor shall employ only such labourers who shall produce a valid certificate
of having been vaccinated against small pox within a period of last three years.
71.0 The contractor shall provide the amenity of shade and shelter to the workers, labourers
and their children on Govt. work as soon as the work starts " If the contractor fails to
provide shade and shelter than the Govt. Shall provide the same at the cost of the
contractor. Govt Resolution PWD No. TNC-2172 (i) 76-C Dt, 4-7-1973.
72.0 MISTAKE IN CONTRACTOR'S DRAWINGS
The Contractor shall submit such drawings as may be required and shall be
responsible for any discrepancies, errors omissions in any drawings other particulars
supplied by him notwithstanding that such drawings or particulars may be approved
by EIC.
73.0 Excess over Tender quantities, Extra items & Variations in Specifications, Drawings
etc. The EIC shall have power to make any late rations additions in or to the original
specifications drawings design instructions that may appear to him to be necessary of
advisable during the progress of the work and contractor shall be bound to carry out
the work in accordance with any instructions in this connection which to him in
writing signed by the EIC and such alternation shall not invalidate the contract
additional work which the contractor may be directed to do in the manner above
specified as part of the work shall be carried out by the contractor on the manner
above specified as part of the work shall be carried out by the contractor in the same
conditions in all respect on which they agreed to the work and at the same rate as are
specified in under for the main work.
74.0 Except that when the quantity of any item exceeds the quantity as in the tender by
more than 30% contractor will be paid for the Quantity in excess of 30% at the rate
entered in the S.O.R. of the year during which the excess in quantity is first executed

57
and for the materials consumed in excess quantity the rate for the materials to be
charged would be the basic rate taken into account for tag the fixing the rate for the
S.O.R.
75.0 If the additional or altered work includes any class of whirl for which no rate is
specified in the contract.
(i) At the rate derived from the item within the contractor which is comparable to
the one involving additional altered class of work where there are more than one
comparable items, the item of the contract which in nearest in comparison with regard
to class or classes of the work involved shall be selected and the decision of the
superintending EIC as to the nearest comparable item shall be final and binding on the
contractor.
(ii) If they cannot be derived in accordance with (i) above, such class of works
shall be carried out at the rate angered in the Schedule of Rates of the Division for the
year in which, the tender was received, increased or decreased by the percentage by
which the tender received increased or decreased by the percentage by which the
tender amount is more or less as compared to the amount arrived at the rates in the
"Schedule of Rates" Divisions in the year in which the tender was received. If the
Schedule of rates calculated considering such items which were included in the
"Schedule of Rates of the Division for the year and or materials concerned on such
item the rate to be charged would be the basic rate taken into account for fixing the
rate in S.O.R. referred to above instead of the rate.
(iii) If is not possible to arrive at the rate form (i) and (ii) above, such class of work
shall be carried out at the rate decided by the competent authorities on the basis of
detailed rate analysis after hearing the contractor before as committee of two
superintending EICs stationed at the same place or the nearest place.
76.0 If the additional or altered work, for which no rate is entered in the "Schedule or
Rates" of the Division is ordered to be carried out before the rate is agreed upon, then
the contractor shall within seven days of the date of receipt by him of the order of
carry out the work, inform the EIC-in-charge does not agree to this rates, the shall be
notice in writing be at liberty to cancel his order to carry out such class of work and
arrange to carry it out in such manner as he may consider fit advisable, provided
always that if the contractor shall commence work or inure any expenditure in regard
thereof before the rates shall have been determined as lastly herein before mentioned,
then in such cases he shall only be entitled to be paid in respect of the work carried
out or expenditure incurred by him prior to the date of the determination of the rate as
aforesaid according to such rate or rates as shall be fixed by the EIC. In the event of
the dispute the decision of the competent authority shall be final.
Where, however, the work is to be executed according to the designs, drawings and
specifications recommences by the contractor and accepted by the competent
authority, the alternation above referred to shall be within the scope of such designs
drawings and specifications appended to the tenders.

58
The time limit for the completion of the work shall be extended in the proportion that
the increase in the cost occasioned by alternations bears to the cost of the original
contract work and the certificate of the EIC as to such proportion shall be final and
conclusive.
77.0 WORK MAN SHIP AND MATERIALS
The works shall be carried out in all respects with workmanship and materials of the
best and most substantial and approved qualities to the entire satisfaction of the EIC
who may reject any plant, apparatus of material or work ship which slab in his
opinion be of defective quality any such rejection to be final and conclusive. The
contractor shall at his own expenses provide all material labour, haulage, power,
tools, tackles and apparatus necessary to execute and complete the works and plant
in the manner aforesaid.
78.0 USE OF WORK PENDING COMPLETION
The GMB shall be at liberty at any time to put into beneficial use the whole or any
part of the work he may desire to use pending the formal completion and taking over
of the same.

79.0 PROTECTION AND LIABILITY FOR A ACCIDENTS, THEFT AND


DAMAGE
The contractor shall at all items until the commencement of the period maintenance
as provided property and sufficiently cover up and protect all materials delivered on
site form damage or injury by exposure to the weather and shall take every proper
precaution against accident, damage or injury on the same from any cause. The
contractor shall be and remain answerable and liable for all accident and damage
thereto which until the commencement of the period of maintenance as provided
may arise or be occasioned by the acts or omissions of the contractor or his
workmen, agents, servants or sub-contractors and all loses and damages arising from
such accidents damage or injuries and aforesaid shall be made good in the most
complete and substantial manner by and at sole cost of the contractor and to the
satisfaction of the EIC.
Provided that should the EIC certify, that the work has been completed but that
owning to circumstances over which the contractor has no control he work cannot be
taken the contractor shall not be held liable for any loss of or damage to the work
occasioned by such delay in taking over and occurring more than one month after date
of completion of the work as certified by the EIC.
Until the work shall be or deemed to be taken over as hereafter provided the
contractor shall also indemnify to GMB from and against all claims and demands,
suits proceedings, cost and expenses in respect in respect of or in connection with any
injury to person or damage to property by whomsoever sustained or by defective for
thefts of any property of the GMB or of other committed by any employees of his

59
own or his subcontractors and shall be liable for the costs of replacing any property
stolen.
80.0 INSURANCE
Subject as hereinafter provided the contractor shall at his own expense insure and at
all times prior to the commencement of the period of maintenance keep insured
against destruction or damage by fire or earthquake storm and tempest such plant and
materials ordered for the work as may for the time being be upon the site for the full
value of such plant and materials.
81.0 MATERIALS BROUGHT ON THE SITE
All materials tools and tackle brought to and delivered upon the site for the purpose of
the work shall from the time of their being so brought vest in and be the property of
the GMB but may be used for the purpose of the work but for that purpose only and
not on any account be removed or taken away by the contractor or any other person
without the express permission in writing of the EIC but the contractor shall
nevertheless (subject as hereinafter provided) be solely liable and responsible for any
loss or destruction thereof or damage unless resulting from causes beyond the
contractor's control not being causes insurance against destruction or damage. The
GMB shall have a lien on such materials, tools and tackle for any sum which may to
any time prior to the completion of the works be due or owing to him the contractor
under in respect of or by reason of the contract and shall be at liberty to sell and
dispose of any of such materials, tools and tackle remaining after the completion of
the works in such manner as he shall think fit, and to apply the proceeds in or towards
the satisfaction of such sum or sums so due or owing as aforesaid but subject to such
lien and power of sale and disposal such surplus materials, tools and tackle shall being
to the contractor and may be removed and disposed of by him as he shall think fit
after the lien is withdrawn by the EIC.
82.0 DEFAULT
If the contractor shall at any time fail in the opinion of the EIC to proceed with the
work with due diligence and expedition or shall refuse, neglect or omit to comply
with any orders given to him in writing by the EIC-in-accordance with the provisions
of the conditions or shall commit any other breach of the provision of the contract, the
EIC shall be at liberty to give notice in writing to the contractor to make good the
failure neglect. Omission or the EIC shall be at liberty to give notice in writing to the
contractor to make good the failure neglect. omission or breach complained of and
should be contractor shall fail to comply with any such notice within such period as
may be prescribed in such period as may be prescribed in such notice then and in such
case the GMB shall be at liberty to employ workmen other than those of the
contractor to perform and execute the work in respect of which the failure neglect or
omission referred to in such notice shall have been committed or occurred. If the
GMB shall think fit, it shall be lawful for him to enter into a new contract with any
other persons, or person, for the execution of such part of the work as may not have

60
been executed and in that event the GMB shall without incurring any liability to the
contractor be entitled to use all or any of the materials, tools, tackle or there things
which may then be on site for the purpose of completing the work or any part thereof
and to provide any additional materials, tools, or tackle required for the purpose and
the cost of executing any such work and providing any such materials shall be paid by
the contractor to the GMB on demand.
Subject to and after satisfaction of the lien of the GMB for any sum due to him by the
Contractor for any expenses cost or charges incurred in the completion of the work,
all materials, tools, tackle or other thing remaining on the site and unsold after such
completion shall forthwith hereafter be removed by the contractor.
83.0 REPLACEMENT OF DEFECTIVE WORK OR MATERIAL
If during the progress of the work the EIC shall notify in writing to the contractor that
in his opinion the Contactor has executed any unsound or imperfect work, or has
supplied any materials inferior in quality to those stipulated for by the contractor, the
contractor shall at his own expense, within ten days of his receiving the notice
proceed with due expedition to remove or after and reconstruct or replace the work or
as the case may be supplied fresh materials up to the standard of the specification. In
place of the work or materials complained of by the notice (as the case may be) and in
case the contractor shall fail to do so the GMB intention so to do forthwith at the cost
of the contractor remove the work or materials complained of and perform all such
work or (as the case may be) supply all such materials in place of those complained of
as may be necessary or proper in order to comply with the contractor and the cost as
certified by the EIC of any such removed and performance of work or supply of
materials shall be paid by the contractor to the GMB on demand provided always that
nothing in this clause shall be deeded to derive the GMB or effect any other rights or
remedies under the contract or otherwise which I may have in respect of such defects
of deficiencies. No payment which have been made on account of materials delivered
or work executed shall be socked on as acceptance of such or any work or materials.
84.0 CUTTING AWAY & MAKING GOOD
The tender is include all necessary cutting and making good for the purpose of the
contract of the wood work, walk, floors-site of the site. The contractor will be held
responsible for and will have to make good at his own expanse to the satisfaction of
the EIC, any damages to or disfigurement of the site which may have been caused the
acts or omissions of himself or his servants or agents in connection with the carrying
out the contract.
85.0 CONTRACTOR'S REPRESENTATIVE & WORKMEN
The contractor shall employ at least on competent representative, whose name or
names shall have previously been communicated in writing to the EIC by the
contractor to superintend the carrying out the works. The said representative of more
than one shall be employed then, one of such representative shall always be present
on the site during working hours and any written orders or instruction which the EIC

61
or his duly authorized representative, whose name shall have been previously
communicated in writing to the contractor, may give to the said representative of
contractor shall be deemed to have been given to the contractor.
The EIC shall be at liberty to object to any representative or person employed by the
Contractor in execution of or otherwise about the work who in the EICs opinion, shall
misconduct himself or be incompetent or notice in writing requiring him to do so.
86.0 EMPLOYMENT CLAUSE
(i) The contractor shall not employ any person who is under the age 12 years.
(ii) The contractor shall not employ donkeys or other animals with breaching of
string or thin rope. The breaching must be at least three inches side and
should be tape (Newer).
(iii) No animal suffering from sores, lameness or emaciation or which is immature
shall be employed on the word his name shall be removed from the list
contractors.
(iv) If contractor does not accept the proceeding conditions No. (i), (ii), & (iii) his
tender shall not be accepted and his name shall be removed from the list of
contractors.
(v) The EIC shall remove from the work any person or animal found working
which does not satisfy these conditions and to responsibility shall be
accepted by the GMB for any delay caused in the completion of the work by
such removal.
87.0 DEDUCTION FROM CONTRACT PRICE
The amount or all cost of work, expenses; or other sums which under the contract
shall be payable by the contractor to the EIC from any moneys due or
becoming due by him to the contractor under contract, without-prejudice to the GMB
right to recover the same by the ordinary process of law.
88.0 CERTIFICATE OF EIC
Every application to the EIC for a certificate must be accompanied by a detailed claim
in duplicate setting forth (in the order of the Schedule of price if any) particulars of
the Plant or materials delivered and work executed to the EIC in accordance with the
contract shall be issued within 14 days of the application. No application for a
certificate shall be made within 14 days previous applications.
89.0 CERTIFICATE NOT TO AFFECT RIGHTS OF THE GMB OF
CONTRACTOR
The EIC may be any certificate make any correction or modification in any certificate
previously issued by him any payment shall be regulated any adjusted accordingly,
No certificate of the EIC shall nor shall any payments on accounts by the GMB the
Contractor, nor extension of time for the execution of the work by contractor which
may be granted by the or behalf of the GMB affect or prejudice any of the lights, of

62
the DoF against the contractor under or relieve him any of his obligations for or in
respect of the due performance of the contract, or be interpreted as approval of work
done or of materials supplied.

90.0 SUSPENSION OF WORK


The GMB shall any to the contractor all proper expenses arising from suspensions of
the work by order in writing by the EIC or any other officer on behalf of the GMB
unless such suspension is due of some default on the part of the contractor or any
subcontractor under him.
91.0 "If the contractor or his workmen or servants shall break, deface injure or destroy and
part of the building or the work in question in/or which they may be working or any
building road fence, enclosure or glass-land or cultivated ground contingence to the
premises on which the work or any part there is being executed or if any damage shall
be done to the work form any cause whatever before completion of the work or before
the completion of the maintenance period whichever is later or any damages occurred
caused due to normal flood or rain or if any imperfection become apparent in it within
three months from the grant of a certificate of completion, final or otherwise by the
EIC, the contractor shall make good the same at his own expenses or in default, the
EIC may cause the same to be good by other contractor and deduct expenses (of
which the certificate of the EIC shall be final) from any sums that may then be due or
may thereafter become due to the contractor or from his security deposit or the
proceeds of sale thereof a sufficient portion thereof".
92.0 TIME OF TAKING OVER
The work shall for the purpose of all the provisions of these conditions be deemed to
have been completed and taken over by the GMB when the EIC, shall have certified
in writing that it has been completed in accordance with the contract conditions and
such certificate shall not be unreasonable withheld nor shall the EIC delay its issue on
account of commissions of defects which in his opinion do not affect the efficient use
of work but such issue shall be without prejudice to the contractor's liability to make
good any such omission and defects with the greatest possible expedition.
93.0 DEATH OR BANKRUPTCY
The if the contractor shall die or become insolvent or bankrupt or have a receiving
order made against him or compound with or make on proposal carrying on
his business under inspection or for the benefit of his creditors or commit and act
of insolvency or bankruptcy, or being a corporation bordered to be wound up or
have a received or representative to determine the contract and the GMB may in that
event complete the contract in such time and manner and by such person as he shall
think fit.
94.0 CONTRACT DRAWINGS

63
The contractor shall submit to the EIC for his approval on or before the dates
stipulated for the purpose in the specification copies of all the drawings of the general
arrangements of the plant as set out there in and of such detail drawings as
may be reasonably necessary.Within Fourteen days from the receipt, by him of
such copies the EIC shall signify his approval or otherwise of the same and if he does
not do so he shall be doomed to have approved thereof.Within Fourteen days from the
notification by the EIC to the contractor of his approval such copies, of in the
absence of such notification within-thirty days from the receipt of such copies,
the copies in ink on tracing cloth, or Ferro Gallic prints mounted on cloth, of ail
drawings as approved shall be supplied to the EIC by the contractor respective and
shall there upon the signed by the contractor and become their property of the
DoF.Such signed copies of the drawing shall not be departed from in any way
whatsoever except with the written permission of the EIC, during the execution of the
works of the signed copies shall be always kept available for reference on the site. In
the event of the Contractor desiring to keep in his own possession a signed copy of the
drawings as approved the shall supply three copies instead of two and in this case the
EIC shall sign the third copy air I return the same to the Contractor.

95.0 MANNER OF EXECUTION, QUALITY OF MATERIALS ETC


The plant shall be manufacture, constructed, provided, put in position and maintain
in-force best and most substantial and workmen like manner and materials of the best
and approved qualities having regard to the respective uses.
96.0 TEST ON SITE
In all cases where the special conditions are provided for tests on the site where
there of plant materials on workmanship the DoF except where otherwise
specifically stipulated shall provide free of charge such layout materials fuel
stores, apparatus and instruments as may be requisitioned from time to time
efficiently to carry out such tests in accordance with the condition.
Where electrical energy is required for tests on site and supply is available on the site
form an existing installation such electrical energy shall be supplied to the contractor
by the Govt. free of charge at the pressure and frequency of the ordinary supply is
available the electrical energy necessary for such tests shall be provided by the
contractor.
97.0 DELIVERY OF PLANTS & MATERIALS
No. plant materials shall be tendered for delivery until and intimation is writing shall
have been given to the contractor by the EIC that GMB is ready to take
delivery.

98.0 TESTS ON COMPLETION

64
On the completion of the works on the site is accordance with the contract the
contractor shall give the EIC notice in writing of such completion. The EIC shall after
receipt of such notice by notice in writing under his hand for date and an hour on that
date for the making of the test on site if any such are provided for the contract".
The contractor shall carry out such tests upon the date and at the hour so fixed and
if the EIC or his authorized representative shall attend on that date at that
hours such test shall be carried out in the presence the EIC or such representative.
If any portion of the plant fails under the tests to satisfy the contract conditions similar
tests according to the contractor shall pay to the GMB all reasonable expenses to
which he may be put by such test. If the test or may repeated tests so required as
aforesaid be not made by the contractor on the date fixed as aforesaid or the same by
the EIC may proceed to make such test himself at the contractor's risk and expense.
If in any test under this clause the plant tested shall fail to satisfy the contract
conditions the GMB shall as from the date stipulated by the contract for completion
nevertheless have the right of using such plant until the same shall satisfy such
conditions and such Use shall be at the contractor's risk. In the event of the 1 question
where there the to Arbitration as any portion of the plant the EIC may certify to be
capable of being use on condition of paying to the submitted contractor a sum
calculated (according the period of the use) at the rate of 5 percent per annum upon
the amount withheld or deducted in respect of such plant.

99.0 REJECTION OF DEFECTIVE WORK


If the works, or any portion thereof shall not the opinion of the EIC on the stipulated
tests (if any) being made in accordance with the contract satisfy the contract
conditions within three months after the date stipulated for completion which the
works in his opinion fail to comply with the contract conditions and requiring the
contract to make good, after or replace the same within such time to be specified in
the notice as the EIC may consider reasonable and the contractor shall make good,
after or replace the same as required by such notice and such as to make it employ
with the requirements of the contract condition within the time so specified. Should be
he fail to do so within that the GMB may make good after of replace the same as so
required any the cost of such making alteration good or replacement (less) in case of
any replacement any such, which would have become due to the contractor under the
contract in respect of the works replaced and which shall not have been paid to his)
shall be paid by the contractor to the GMB demand or should the GMB not make
good after of replace any detective works in respect of which notice as aforesaid shall
be given within six weeks from the date of the given of such notice the contractor
shall repay the GMB all sums (in any) paid by him to the contractor in respect of such
works.

65
Nothing contained in this clause shall prejudice or affect the rights of the GMB under
the contractor whether in the way of enforcement of penalties of otherwise in respect
of any delay in the completion of this work.
100.0 USE OF PLANT OF WORKS PENDING MAKING GOOD
If at expiration of the time specified for making good, altering or replacing the plant
of works in any notice given by the EIC to the contractor under the last proceeding
clause the contractor shall not have duly made good. altered or replaced the same in
accordance with the contractor the GMB shall be at liberty if he thinks fit to make use
of the same for such time as shall be reasonably sufficient according to the
circumstances enable him, to make good after or replace the same (whichever he may
see fit to do) provided that in respect of the period of such user, the Govt. of Gujarat
shall not be entitled to any damages of these conditions land in the case of complete
replacement the contract shall be entitled to be paid reasonable sum for same.
101.0 WORKMEN'S COMPENSATION IN CASE OF INJURY
The contractor shall be responsible for any compensation and shall pay to his
workmen compensation payable for injuries under the workmen's compensation Act
1923 (VIII of 1923) hereinafter called the said Act. If such compensation is paid by
Government form the contract under sub-section. (1) Of section 12 of the said Act, on
behalf of the contractor. It shall be recoverable by Government from the contractor
under sub section (2) of the said section such compensation shall be recovered in the
manner laid down in clause 3 and 19 of the condition of contract.

102.0 THE APPRENTICES


The contractors shall afford or procure as the case may be every facility to Indian
apprentices for practical training in the factory. Owned managed controlled or
patronized by so as to enable the Indian apprentices to acquire full knowledge of the
technique and work of their trade industry calling or profession.
103.0 SET OFF CLAUSE
Any sums of money due to the contract (including the security deposit returnable to
the contractor under this contract shall be appropriated by the Government and shall
be set off against any claim of the Government for the payment of such of a money
arising out of or under any other contract made by the contract with the Government.
When no such amount for purpose of the recovery from the contract against any claim
of the Government is available such a recovery shall be made from the contractor as
arrears of land revenues.
104.0 APPOINTMENT OF LOCAL LABORERS
The contractor should as far as possible obtain the requirement of laborers skilled and
unskilled from the nearest employment exchanges so as to utilize the local
employment potential. If there are no local employment exchange or such exchanges

66
are not able to provide the required laborers locally. Suitable local should be utilized
to the maximum extent possible.
105.0 FAIR WAGES
If a contractor fails to within 7 (seven) days to the labours(s) worker(s) the minimum
wages prescribed by the Government under the minimum wages Act.1949 as in force
from time to time the Executive EIC or the officer of a equal rank shall be at liberty to
deduct the amount payable to the labourer(s) workers from his (contractor's) bill or
deposit(s) payable on account by the contract alter making due inquiries and shall not
be entitled to any aforesaid. Before or compensation on account of any loss that the he
(contractor) may have to incur of the action as aforesaid. Before the action a aforesaid
is enforced notice in writing to the contractor shall be issued by the Executive EIC or
the officer of the equal rank to pay the wages as per minimum wages Act enforce at
the relevant time. If the contractor does not act as aforesaid within seven days then the
action contemplated as above shall be taken against him.
106.0 LICENSE FOR CONTRACT LABOUR
Before starting the work, the contractor will have to obtain the license from the
District Assistant Labour Commissioner under the Contract Labour (Regulation and
Abolition) Act, 1970 and contract Labour (Regulation and Abolition) Gujarat Rules
1972 after paying necessary fees and deposit on the basis of the number of labourers
to be employed on the work and will have to supply two true copies of the said license
to the EIC before the work is started.

Signature of the Contractor Signature of Executive Engineer (Civil)

67
CHAPTER - 6

Construction of new jetty on south side of USL jetty at port


Navlakhi. (Part A, B & C- jetty, approach & Back up area.)
SPECIAL CONDITION OF CONTRACT
GENERAL
1. All up gradation work that are to be constructed and all infrastructural facilities as
mentioned in foreseen chapter are to be constructed on land .Contractor shall be
responsible to take all measures for the alignment, clearing the site for necessary soil
investigation and survey work. The work site is very congested and therefore the
planning shall be made to overcome the problems of traffic on land and in Sea / creek
and smooth work as per the specifications. The construction programme and planning
of carrying out the work shall be first prepared and got approved by the EIC before
commencing the work. All work shall be executed with due regard to the prevailing
regulations and local customs in a way as the cause the least hindrance to the traffic
and other port activities.

All taxes including local and Govt taxes, octroi, sales tax, income tax, VAT, royalty
and any other taxes implemented by government during course of execution shall be
borne by the contractor. All statutory taxes including local and state/Central
Government taxes, Octroi, VAT, Royalty, Sales tax, income tax, etc shall be borne by
the contractor. The GST shall be paid extra as per prevailing GOI norms. GST
reimbursed against the documentary evidences.

2. All work is required to be executed shall be as per relevant standard specification


Volume I & II laid down in the Gujarat Public work Department Hand Book latest
addition as well as road specifications of MORT&H.
3. The Contractor will provide all assistance, labor and equipment for layout for the
work as well as for continuous tidal observations etc. whenever required at his own
expenses.
4. Error in giving line and level or in drawings by the Department will not absolve the
contractor of his final responsibility of checking up.
5. The tenderer shall be deemed to have fully acquainted himself with the prevailing site
conditions, assess to the site, nature of ground, the ground water table, and also
studies the phenomena, the year round and the wind effects to this part as these might
restricted hour or work at times on certain marine work. After the works is awarded to
a contractor no claim for losses on account of any of the above causes will be
entertained.

68
6. All work shall be executed with due regard to the prevailing local and port regulations
in a way as to cause the least hindrance to traffic.
7. Claim for variation in most of labour of materials will not be permitted.
8. The Contractors shall purchase the food grains coupons is available under food
forwork scheme of Govt. of India ate the rates as decided by Govt. From time to time
for making payment to their labour working of the work as part of full payment
against their wages in kind at the rate of one Kg. Per head per working day as per the
procedure laid down by the State Govt. in case of non-supply of food grains by the
Govt. for whatever reasons the contractors shall not be entitled to claim any
comparisons from the Govt. on that, account, the Contractor shall have to maintain
account of the coupons purchased by him and shall make the same available from
inspection by the Executive In charge. The food grains coupons means to be
distributed to the laborers shall not open their own shop for supply of food grains in
cases where the number of laborers exceeded 200 in a particular work by obtaining
food grains directly from the Govt. Godowns.
9. The cement consumption shall be as per standard.
10. Delay in supplying any store by the Department will not constitute any Claim or loss
to the contractor.
11. The contractor will have to make his own arrangement for obtaining sweet water for
the work.
12. Shifting of the work will not vitiate the contractor.
13. The contractor shall give a list of machinery in their possession and where they
propose to use them on the work.
14. Salty water will not be permitted for all curing.For reducing the water curing
contractor can use curing agent with the approval of Department.
15. The contractor shall have to provide bill of Purchase of cement and material used for
the work.
16. If in the opinion of the EIC, the contractor’s representative at site or his subordinate is
considered unfit or has misbehaved, on a return order from the EIC, he shall be
removed from the site failing which action will be taken against him and/or the
contractor.
17. The land required for storing materials and making hutments for labour shall be
charged for usual rates.

18. The contractor is responsible for proper storage of all materials as directed, at his cost
so as not to be damaged or stolen away if in anyway.
19. Contractor will supply all materials without claiming any extra cost of carting.

69
20. Stacks of materials will be marked all over in wet lime as directed without any extra
cost.
21. Contractor shall make suitable arrangement to drain off the surface water from
surrounding area.
22. During progress of the work the contractor shall have to provide all cooperation to
other agency working in the proximity.
23. All works required to be executed shall be as per relevant standard specification of
BIS & Vol I and II laid down in the Gujarat Public work Department Hand book
latest addition.
24. The contractor shall provide all assistant, labour and equipments lay out of the work
whenever required at his own expenses.
25. Subletting of the work shall not be permitted. In this regard, clause 26 of printed B-2
form may also be referred to. The contractors are required to execute the important
items of the work by themselves only.
26. The bidder must understand clearly that the rates quoted in Schedule –B are for
completed item of works and include all cost due to materials, labour, scaffolding,
plant supervision, sevices works, power, royalties, taxes and octroi, labour cess etc
and includes all extras to cover the cost of works during night and on holidays if and
when required and the bidder will not be benefitted subsequently to make any claim
on the ground of mis representation or on the ground that he was supplied with
information given by any person (where the member is the employee of GMB
Department or not). Any failure on his part to obtain all necessary informations for
the purpose of making his tender and quoting. The different prices and rates there in
shall not relive him from any risk or liabilities arising out of or consequent to the
submission of the tender.
27. Applicable in case of Jetty Road and Building Works.
The contractor shall as far as possible employ the labours work giving priority to the
labour besides locally.
Construction Equipment
The methodology and equipment to be used on the project shall be furnished by the
contractor to the engineer well in advance of commencement of work and approval of
the Engineer obtained prior to its adoption and use.
Work Programme and Methodology of Construction
The contractor shall furnish his programme of construction for execution of the work
within the stipulated time schedule together with methodology of construction of each
item of work and obtain the approval of the Engineer prior to actual commencement
of work.The contractor shall submit the barchart,CPM & Pert Chart & same shall be
monitor by the department.
Revised Programme of work in case of slippage

70
In case of slippage from the approved work programme at any stage, the contractor
shall furnish revised programme to make up the slippage within the stipulated time
schedule and obtain the approval of the Engineer to the revised programme.
Action in case of disproportionate progress
In case of extremely poor progress of the work or any item at any stage of work which
in the opinion of the Engineer cannot be made good by the contractor considering his
available resources, the Engineer will get it accelerated to make-up the lost time
through any other agency and recover the additional cost incurred if any, in getting
the work done from the contractor after informing him in writing about the action
envisaged by him.
Setting Out
Setting out the work as spelt out in Clause-109 of Ministry’s specifications for Road
and Bridge Works (4th Revision) will be carried out by the contractor.
28. Public Utilities
Action in respect of public utilities will be taken by the contractor as envisaged in
Clause-110 of Ministry’s specification for Road and Bridge Works (4th Revision).
29. Documentation
The contractor will prepare drawing(s) of the work as constructed and will supply
original with three copies to the Engineer who will verify and certify these drawings.
Final as constructed drawing(s) shall then be prepared by the contractor and supplied
in triplicate along with a micro film of the same to the Engineer for record and
reference purpose.
30. Bidder is instructed to see that the security deposit must be paid within stipulated time
from the date of the acceptance of his tender. In case of failure to do so the EMD shall
be liable to be forfeited.
31. If the member of Labour co-operative societies do not work themselves and
obtaincommission by subletting the work, as a whole or by dividing work in groups
and given work to piece workers, the very purpose of the scheme would be defected.
Therefore the labour co-operative societies will not sublet the work and the works will
be executed by the member labour of the society.
32. In case, where the works required to be carried by the labourers other than the
members of the labour co-operative societies with the man days more than 25 prior
permission of the EIC will be necessary.
33. The labour co-operative societies shall have to allow the officers of the co- operative
societies department to examine for audit purposes, the muster rolls as and when
required.
34. Labour co-operative societies shall have to submit a quarterly return stating the
monthly attendance of man-days on the muster rolls of members’ labours on each
work to the District Register as well as the EIC.

71
35. If the labour co-operative society is found violating the terms and conditions
mentioned above, the labour co-operative society will liable for the cancellation of
work contract and or Registration as decided buy the EIC.
New Conditions
All the provisions of contract labour regulations and abolition Act 1970 and contract
labour regulation and abolition Gujarat Rules 1981 shall be binding to the contractors.
Government Circular No: CLA/1984/C-3010/G-2, dated 30-07-1984. The contractor
shall not eligible to get the blank tender form and if issued the tender shall not
considered if any nearest relative is working in the concerned GMB
IMPORTANT NOTICE TO BIDDER
(I) List of Plant and Equipment to be deployed on Contract Work.
The applicant should own or should have assured ownership i.e. hired, leased
rented, to be procured etc. to the following key items of equipment in full
working order and must demonstrate that based on known commitment they
will be available for use in the proposed projected project Even if applicant
has been qualified in past for works involving use of machinery listed below
or already executing work of similar nature involving use of machinery listed
below as pre-qualified contractor the details are required to be furnished.
Department reserve right to reject the offer if agency fails to establish his
commitment that machinery shown in the list will be available for use in the
proposed project.
(II) Free Maintenance Period.
The contractor shall have to give free maintenance guarantee from the
certified date of completion of work for a period of 36 months or three
monsoon which ever is later. During this period contractor shall have to
repair/rectify the damaged work at his risk and cost as per direction of EIC.
(III) Supervision of work.
The work is also proposed to be technically audited by the consultants for
whom the contractor will have to extend all co-operations in collection of
samples, laboratory testing, mix design etc.

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

72
CHAPTER-7

FORM B- 2
OF[D" BvZ
GUJARAT STATE ROADS & BUILDING DEPARTMENT /
WATER RESOURCES DEPARTMENT
U]HZFT ZFHI DFU" VG[ DSFG lJEFU v H/;\5lT lJEFU
ITEM RATE TENDER AND CONTRACT FOR WORKS
SFDM DF8[G]\ AFAT NZJF/] 8[g0Z VG[ SMg8=FS8

GUJARAT MARITIME BOARD

NAME OF WORK: Construction of new jetty on south side of USL


jetty at port Navlakhi. (Part A, B & C- jetty, approach & Back
up area.)

Date & Time of online 22/09/2017 from 11.00 hrs.to 16/10/2017 up to 18.00
Downloading hrs.
Last Date of Submission 16/10/2017 up to 18.00 hrs.
of Tender(End Date)

Office of the
Executive Engineer (Civil)
Construction Division,Morbi
Gujarat Maritime Board
Dist Morbi
Pin code No 363641
Phone No 02822-234465
Fax No 02822-234465

73
E-mail : mpraijada@gmail.com

GUJARAT MARITIME BOARD


1. Name of Project: _________________________________________________
2. Name of Work: Construction of new jetty on south side of USL jetty at port Navlakhi
(Part A, B & C- jetty, approach & Back up area.)
3. Tender Dates:
Bid Document Downloading Period: 22/09/2017 from 11.00 hrs.to 16/10/2017 up to 18.00 hrs
Pre Bid Meeting : 04/10/2017 at 12.00 hrs.
Last Date & Time of online submission of Tender: 16/10/2017 up to 18.00 hrs.

MEMORANDUM OF WORKS IN BRIEF

1) Estimated Cost - Rs. 1596869480.11

2) Earnest Money - Rs. 1,59,68,700=00

3) Validity period of tender offered (180) days from the last date of
online submission of tender.
4) Security Deposit ( check from printed
book)
(i) In the form of small savings or 2.5% Rs. 3,99,21,740=00
Narmada Bonds. (of minimum four
year time limit.)
(ii) To deducted from bills................ 2.5% Rs. 3,99,21,740=00
(iii Performance bond of Schedule 5% Rs. 7,98,43,480=00
) Bank (Check i n printed book)
Total 10% Rs 15,96,86,960=00
5) Time allowed for completion of the work from 24 (Twenty four Month
the date of written order to commence (Including Monsoon)

6) Other details
(i) Mode of quoting rates in Scheduled of In figures as in words.
items to be carried out Item rate to be quoted for each
item.
(ii) Tender inviting authority Executive Engineer (Civil)
Construction Division, Morbi
(iii)Tender opening authority Superintending Engineer
(Civil) Civil Circle,
GMB,Jamnagar.

74
INDEX
1. NOTICE INVITING TENDERS
2. SECTION-1 INFORMATION & INSTRUCTION FOR TENDERERS:
3. DECLARATION FORM
4. DECLARATION CERTIFICATE
5. SECTION -2 TENDER FOR WORKS
6. MEMORANDUM
7. TERMS & CONDITIONS OF CONTRACT
Clause 1 Security deposit
Clause 2 Liquidated damages for delay
Clause 3 Default by contractor
Clause 4 Action when the progress of any particular portion of the work is unsatisfactory
Clause 5 Non exercise of powers under clause 3 not a waiver
Clause 5A Powers to seize tools, plants, machineries, materials and stores of the contractor on invocation
of clause 3
Clause 6 Extension of Time limit
Clause 7 Final Measurements and Final bill on completion of work
Clause 8 Intermediate and Final payments
Clause 9 Payment at reduced rates
Clause 10 Bills to be submitted monthly
Clause 11 Bills and rates payable
Clause 12 Materials to be supplied by the Department
Clause 12-A Consumption and return of materials supplied by the Department
Clause 12-B Safe custody of materials supplied by the Department
Clause 13 Drawings, Designs, Instructions of the Engineer-in-charge and
specifications, order of precedence in case of discrepancies
Clause 14 Excess over Tender Quantities, Extra Items and Variations
Clause 15 No claim to any payment or compensation for alterations or form restrictions of work
Clause 15-A No claim for delay in supply of materials by the Government
Clause 16 Claims under the contract
Clause 17 Remedies for inferior or bad work, material or workmanship and maintenance clause
Clause 17-A Defect liability clause
Clause 18 Work to be open for inspection-Contractor's responsible agent to be present
Clause 19 Notice to be given before work is covered up
Clause 20 Damage to contract work-in-progress and damages to surrounding properties
Clause 20-A Damages due to acts of God and unprecedented floods
Clause 21 Contractor to supply plant, ladders, scaffolding etc. and is liable for damage arising from non
provision of lights, fencing etc.
Clause 21-A Regulations for scaffolds, working platforms, gangways and stairways
Clause 21-B Regulations for hoisting appliances
Clause 22 Measures for prevention of fire
Clause 23 Liabilities to contractors for any damages done in or outside work
Clause 24 Compection of layers of works above one crores
Clause 25 Deleted
Clause 26 Work not to be sublet, consequences for unauthorized subletting, bringing and
becoming insolvent.
Clause 27 Sums payable by way of compensation to be considered as reasonable compensation without
reference to actual loss
Clause 28 Changes in the constitution of firm to be notified
Clause 29 Works to be under directions of Superintending Engineer
Clause 30 Settlements of Disputes and Arbitration

75
Clause 31 Deleted
Clause 32 Lump sums in estimates
Clause 33 Action where no specifications
Clause 34 Definitions of work
Clause 35 Royalties
Clause 36 Compensation under the Workmen's Compensation Act
Clause 36-A Liability of the contractor in case of accidents
Clause 36-B Arrangements for personal safety requirements and first aid
Clause 37 Quantities in the tender to be considered approximate and they are
subject to variations
Clause 38 Employment of famine or other labour
Clause 39 Claim for compensation for delay in starting the work
Clause 40 Claim for compensation for delay in the execution of work
Clause 41 Entering upon or commencing any portion of work
Clause 42 Minimum ages of persons employed
Clause 42(i)(a) The payment of fair wages etc
Clause 43 Method of payment
Clause 43A Set off clause
Clause 44 Deleted
Clause 45 Employment of Scarcity labour
Clause 46 Deleted
Clause 47 Rates inclusive of Sales Tax
Clause 48 Employment through Employment Exchange and local labour
Clause 49 Fair wages
Clause 50 Deleted
Clause 51 List of Machinery
Clause 52 Liabilities of contractor for idleness of Road Rollers deployed by the
Department on contract work
Clause 53 Local labour on normal rates
Clause 54 Land on Hire and rental charges
Clause 55 Vaccination to labour
Clause 56 Camp facilities to workers
Clause 57 Gum boots, hand gloves, masks etc., to labourers
Clause 58 No distinction between Harijans and other workers
Clause 59 Price Escalation clause
Clause 60 Fencing and Lighting
Clause 61 Liabilities for accidents to persons
Clause 62 Access to site and work on site
Clause 63 Reports Regarding Labour.
Clause 64 Treasure trove
Clause 65 Indemnity
Clause 66 Insurance of labour
Clause 67 Setting out
Clause 68 Cement Register
Clause 69 Materials and work Test Register
Clause 70 Progress Schedule
Clause 71 Secured Advances
Clause 72 Advance Payment
Clause 73 Advance against machineries
Clause 74 Mobilization Advance
Clause 75 License for contract labour
Clause 76 Recovery of testing charges and handing over empty cement bags

76
Clause 77 Recovery of sales tax
Clause 78 Recovery of Workers Welfare Cess
Clause 79 Notice Boards on work-site
Annexure -1 Declaration regarding Income Tax, Addresses etc.
Annexure -2 Basic rates considered by the contractor
Annexure -3 Performance bond
Annexure -4 List of work already completed by the tender
Annexure -5 List of plant and Machinery
Annexure -6 Declaration regarding works on hand
Schedule ‘A’ Materials to be supplied from P.W. Store
Schedule 'B' Memorandum showing items of work to be carried out
Schedule 'C' Time Schedule of completion

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

77
NOTICE INVITING TENDERS
1. Tenders are inviting on behalf of GUJARAT MARITIME BOARD for the work as per page
number one of this Booklet. The work is estimated to cost of Rs. 159,68,69,480=11 . This estimate
however, is given as a rough guide.

2. The work is required to be completed within 24 (Thirty four Months (Including Monsoon) as
per the terms of the contract conditions.

3. The contractor whose names are borne of the approved list of contractors of Registration in
Class “AA” contractors in R&B/WRD of Gujarat State or equivalent class in any government of other
states of India having experience of Marine/harbour works will be permitted to tender. Not more than
one tender shall be submitted by a contractor or by a firm of contractors. No two or more concerns in
which an individual is interested as a proprietor and/ or a partner shall tender for the execution of the
same work .if they do so, all such tender shall be liable to be rejected.

4. Bid document can be downloaded and submitted in Electronic Format on online web site
https://www.gmb.nprocure.com from 22/09/2017 to 16/10/2017 to 18.00 hours

5. Tender documents consisting of conditions, specifications, Schedule(s) of quantities of the


various classes of work to be done, the conditions of contract etc. will be shown on above web site.

6. Copies of other drawings and documents pertain to tender and signed for the purpose of
identification by the accepting Officer or his accredited representative will be open for inspection by
tender at the office of the Executive Engineer (Civil), GUJARAT MARITIME BOARD,Morbi during
working hours between the dates mentioned in clause 4 above.

7. Tenderer are advised to visit the site sufficiently in advance of the date fixed for submission of
the tender. A tenderer shall be deemed to have full knowledge of all the relevant documents samples,
site etc; whether he inspects them or not.

8. Submission of a tender by tenderer implies that he has read this notice and all other contract
documents and has made himself aware of the scope and specification of the work to be done and of
conditions and rates at which stores, tool and plant etc. will be issued to him, by Government and
local conditions and other factors bearing on the execution of the works.

9. The bidder should quote his bid premium or rebate at the end of Schedule B. If he do not wish
to quote premium or rebate, he should indicate "at par" in the blank space preceding "% above /
below" in Schedule B. Thereafter he should work out and indicate the offered bid amount both in
words and figures in Schedule B.

10. All rates shall be quoted on the tender form.

78
11. The tender for the works shall not be witnessed by a contractor or contractors who himself /
themselves has/have tendered or who may and has/have tender for the same works. Failure to observe
this condition shall render the tender of the contractor tendering, as well as of those witnessing the
tender, liable to rejection.

12. The electronically Offered bids will be opened on Dt. 30/10/2017 12.30 hours in the presence
of bidders who may choose to remain present in the office of the Bid opening Authority specified in
bid documents.

13 "Demand Draft for Tender fee and FDR for EMD shall be submitted in electronic format only
through online (by scanning) while uploading the bid. The submission shall mean that E.M.D. &
tender fee are received for purpose of opening the bid. Accordingly offer of those shall be opened
whose E.M.D. & tender Fee is received electronically. However for the purpose of realization of D.D.
bidder shall be send the D.D. in original though R.P.A.D. so as to reach to GUJARAT MARITIME
BOARD, Gandhinagar within 7 days from the last date of submission Penaltative action for not
submitting D.D. in original to E.E. by bidder shall be initiated. Any documents in supporting of tender
bid shall be submitted in electronic format only through online (by scanning etc.) & hard copy will
not be accepted separately.

14. The GUJARAT MARITIME BOARD. does not bind himself to accept the lowest or any tender
or to give any reasons for the decision.

15. This notice of tender shall form part of the contract documents for and on behalf of GUJARAT
MARITIME BOARD.

Date: .................................. Signature.........................

Designation …………………..

Signature of the Contractor Signature of Executive Engineer (Civil)

Gujarat Maritime Board

79
CONTRACT FOR WORKS

SECTION - 1
INFORMATION & INSTRUCTIONS FOR TENDERERS
1. Mode of Submitting Tender:
The tenders shall be submitted in Electronic format only on online Web site
https://www.GMB.nrpocure.com till the date & time shown in Page No.3
Offers in Physical form will not be accepted in any case.
Bidders who wish to participate in online tenders will have to procure / should have
legally valid Digital Certificate (Class - III) as per Information Technology Act-2000
using which they can sign their electronic bids. Bidders can procure the same from any of
the license certifying Authority of India are as mentioned under:

Sr. No. Name of Certifying Agency Website Address


1. (n) Code solution (G.N.F.C.) www.gnvfc.com.
2. Safecrypt www.safescrypt.com.
3. TCS www.tcs.-ca.tcs.co.in.
4. MTNL www.mtnltrustline.com.
2. Competency of Tenderer:
No contract will be awarded except to responsible bidders capable of performing the class
of work completed. Before the award of the contract, any bidder maybe required to show
that he has the necessary facilities, experience, ability and financial resources to perform
the work in satisfactory manner within the time stipulated. Tenderer may be required to
furnish the tender inviting authority with the statements as to their experience and their
financial status. Tenderer shall be a registered contractor in appropriate class of the Roads
& Buildings Department or Water Resources Department of Government of Gujarat. The
tenders of only those contractors who prossess the general and special class and caterory
of approved contractors for government of Gujarat on specified date of opening tenders
(Technical bid in the case of two or more bid system) will be opened. However, this will
not be applicable to tenderers / bidders who are registered in other states or central
government, railways, M.E.S. and who have applied for registration in Gujarat state or
before submitting tenders / bids. The tenders / bids of such contactors will be opened
subject to the condition that they get registration certificate before issue of work-order in
case they emerge as L-1 bidder. (R&B circular no. TNC-10-2016 (FA-591-16) -02-C
dated 03/09/2016.)
3. Tederer to inform Himself:
Tenderer will be deemed to have inspected the site and to have satisfied himself as to the
nature of all works, all existing roads, water-way and other means of communications and
access to and from the site of the work and the building that may be required for
temporary purpose in connection with the construction, completion and maintenance of
the works and must make his own inquiries as to work, yard sites and depot, and dumps
as to acquisition of such additional sites, rates and areas as may be necessary for

80
temporary purpose for constructing, completing and maintaining the works and
availability of water for construction activities, power, quarries and labour.
4. Payment of Tender Fee and Earnest Money Deposit: "Demand Draft for Tender fee
and FDR for EMD shall be submitted in electronic format only through online (by
scanning) while uploading the bid. This submission shall mean that E.M.D. & tender fee
are received for purpose of opening the bid. Accordingly offer of those shall be opened
whose E.M.D. & tender Fee is received electronically. However for the purpose of
realization of D.D. bidder shall send the D.D. in original through R.P.A.D. so as to reach
to GUJARAT MARITIME BOARD Gandhinagar within in 7 days from the last date of
submission. If tender fee and EMD is not paid as shown in bid document action to hold
his registration in abeyance shall be taken and his E-tendering code will be cancelled for
one year. Any documents in supporting of tender bid shall be submitted in electronic
format only through on line (by scanning etc.). R&B Circular no.: પરચ ૧૦૨૦૦૮-૫-દ
dated 18-01-2008 and 27-11-2008.
5.0 Payment - The tenderer must understand clearly that the rates quoted are for completed
item of work and include all costs due to labour, scaffolding, paint, supervision, service
work, power, royalties and octroi etc. and include all extras to cover the cost of night
work, if and when, required and no claim for additional payment beyond the quoted rates
will be entertained and the tenderers will not be entitled subsequently to make any claim
on the ground of misrepresentation or on the ground that he was supplied with any
information given by any person ( whether the person is the employee of Public Works
Department or not). Any failure on his part to obtain all necessary information for the
purpose of making his tender and filling the several prices and rates therein shall not
relieve him from any risks or liabilities arising out of or consequent upon the submission
of the tender.
6.0 Tender Forms: This form will state work to be carried out as well as the date of
submitting and opening tenders and the time allowed for carrying out the work, also the
amount of earnest money to be deposited with the tender and the amount of the security
deposit be paid by the successful tenderer and percentage, if any, to be deducted from
bill. It will also state whether a refund of quarry fees, royalties, Octroi dues and ground
rents will be granted. Copies of the specifications, designs and drawing and estimated
rates, and any other documents required in connection with work which shall be signed
by the Executive Engineer (Civil), GMB,Morbi for the purpose of identification shall also
be open for inspection by Contractor at the office of the Executive Engineer (Civil),
GMB,Morbi during office hours. However Every 'blank' in the form of the e-tender and
in the Schedule and Annexure must be filed up by the tenderer and must be submitted
online.
7.0 Quoting of Rates: - The Tenderer shall quote the rate per' unit for all items listed in
Schedule B in figures as well as in words. Thereafter the system will work out the total
amount of each item in Column No.F of Schedule B and sum-up the total at the end of
column NO.F on each page and on last page of Schedule B. After striking the total of all

81
items, he may give rebate if he desires on the total amount so worked out and thereafter
express in the figures, as the net amount of his offer which will be termed as "Tendered
Amount".
The following rule shall apply only to the works having estimated cost above Rs. 100 lacs
(Rupees One Hundred lacs). (G.R. R & BD No. TNC - 1777 - 281-C, dated 30-7-1992
may be referred to)
(a) Tenderers are normally not permitted to suggest any alteration in the works specified in
the tender form or in the time allowed for carrying out the work or any other conditions
of any sort. However, if it is felt necessary by the tenderer to have any conditions, he
shall have to clearly mention the same in very clear terms in the appropriate section of
technical bid. The tenderer will have to fill in necessary details online in 'technical bid'
and 'price-bid' separately. No such tender shall include more than one work but
contractors who wish to tender for two or more works shall submit a separate tender for
each work online.
(b) If price-bid contains any conditions, the same shall be rejected outright.
(c) It should be very clearly understood by all the tenderers that the technical bid should be
restricted only to technical matters and conditions / stipulations having financial
implications. The Technical and Price' bids shall contain adequate cross reference
wherever necessary to ensure clear and proper correlation of them with two bids without
any ambiguity whatsoever. The price bid of main tender should not be disclosed In the
technical bid.
(d) The PQ cum technical bid will be opened first online on : 30/10/2017 or any other
suitable time thereafter by the competent tender opening authority of the Government.
Bidders who wish may remain present. The technical bid shall be evaluated first and
wanting details, if any, and clarifications in respect of conditions if any will be called
from the tenderers. In such case, the contractor will be required to submit clarification /
details (including with respect to conditions if any) within the stipulated time allowed for
the purpose. If the contractor does not furnish the wanting details / clarification in time,
his tender would be liable for rejection.
(e) The conditions specified in technical-bid should invariably be accompanied by proper
financial evaluation with mode of calculation specifying assumptions, quantities, rate and
ceiling amounts for each condition and shall also accompany the information in the form
stating (a) Sr. No. (b) Description of the condition (c) Financial evaluation. (Vide R &
B.D.G.R. No. /TNC / 7777 / 281-C, dated 30-9-92) (d) Ceiling amount to be added in
price-bid, in case condition is not accepted.
(f) Ceiling amounts shall be binding on the contractors and are liable to be added to the
tender amount.
g) The evaluation as given by the contractor as modified by tender opening authority with
the ceiling limit will then be intimated to all the bidders. No further opportunity shall be
given to the contractors to modify/withdraw conditions at that stage. After completion of

82
evaluation of the technical bid in all respects the competent authority will decide about
date of opening of price-bid and the same will be intimated to the bidders. After opening
of price-bid and their evaluation the tender inviting authority reserves the right to
negotiate about the tender (s) further with any or all the contractors.
8.0 Earnest Money: - Earnest money in the form of FDR issued by Nationalized or
Scheduled Bank as per finance department, Government of Gujarat Resoluation No.
EMD/10/2014/570/DMO, dated 01/04/2016 with a validity period of not less than 180
days drawn in favor of "Executive Engineer (Civil), GUJARAT MARITIME BOARD"
payable at Morbi shall only be acceptaced.Earnest money by cheque, any exempation
certificate & bank guarantee shall not be accepted. (vide R & BD G. R. No. TNC/
1090/(100) (4 )-C, dated 4-11-2000). However, in respect of the works estimated to cost
above Rs. 50 Lakhs, the amount of EMD in excess of Rs. 50,000 can be offered by the
contractor at his choice, in the form of bank guarantee of the scheduled or nationalized
bank or other banks approved for government business only. The bank guarantee in such
cases will we furnished in the following form. In such cases also the amount of EMD first
Rs. 50,000 will be paid only in the form of fixed deposit receipts the validity period of
not less than six months of the nationalized or scheduled bank F.D. Rs. 1,59,68,700=00.
If the contractor does not remit the tender fee and the earnest money within the specified
time his registration will be held in abeyance for one year and his tendering code will be
cancelled for one year.
If the contractor does not turn up to pay the Security Deposit and execute contract
agreement within specified (or extended) time after intimation to him about acceptance of
his offer, the earnest money paid for this work will be forfeited and such., tenderer's
tender shall be rejected and then according to aforesaid provision of tender, action to
blacklist the Contractor will be initiated without Delay. (Vide R & B D G.R. No. Misc.-
1097 -90-1091/97 -ZJC dated4-10 -97& Parach -102008-s-c-part file dated 27-11-08)
Bank Guarantee is applicable only when the estimated cost of work is more than Rs.
50 Lakhs.
Bank Guarantee
Where as M/s. _______ (hereinafter called the Tenderer) is desirious and preferred to
tender for works in accordance with the terms and conditions of tender for the work of
______ and where as we, bank, agree to give the tenderer a guarantee for the earnest
money.
1. Therefore, we hereby affirm that we are guarantors on behalf of the tenderer upto
total rupess _____ in words) Rs. ______ in figures) and we undertake to pay to
Executive Engineer ______ Division _____ department of government of Gujarat
the ______ upto his first written demand, without demur, without delay and
without the necessity of a previous notice of judicial or administrative procedures
and without the necessity to prove to the bank the defects or shortcomings or
debits of the contractor any sum within the limit of Rs. _______.
2. We further agree that the guarantee herein contained, shall remain in full force and

83
effect during the period that would be taken for the acceptance of tender.

However, unless a demand of claim under this guarantee is made on us in writing


on or before the _______ (Date to be specified – will not be less than 180 days
from the stipulated date of receiving the tender) we shall be discharged from all
liabilities under the guarantee thereafter.
3. We undertake not to revoke the guarantee during it currency except with the
previous consent of the Executive Engineer _____ Division ____ in writing.
4. We lastly undertake not to revoke the guarantee for any charge in constitution of
the tenderer of of the bank.

Date: .................................. Signature & Seal of Guarantor ....................

Bank Address
……………………………………..

8.2 The Earnest Money submitted in the form of FDR shall need minimum validity of 180
days from the last date of online submission of tender. Tender not supported with
tender fee, Earnest Money & documents and not submitted in electronic format (by
scanning) while uploading the bid shall be rejected as NON Responsive. If the
tenderer modifies or withdraws his tender, the Earnest Money shall be forfeited and
the tenderer may be disqualified from tendering for future works under the
Government.
8.3 The Earnest Money will be returned to the unsuccessful tenderers. The Earnest
Money will be returned to the successful tenderer after he furnishes security deposit
and duly enters into the contract.
8.4 Within Ten days or within such time as maybe decided by the Tender Inviting
Authority from date of receipt of the Letter accepting his tender, the successful
tenderer shall furnish the required security deposit and attend the office of the Tender
Inviting Authority for execution of the contract documents. If he fails to furnish the
security deposit or execute the contract document, his Earnest Money shall be
forfeited and action to blacklist the contractor bill be initiated without delay (Vide R
& B.D. G. R. No. Misc. 1097-90-1091-97 -ZJC dated 4-10-97)
9.0 Accompaniments of Tender: (to be submitted in electronic format only through on
line (by scanning) as duly certified true copies as well as physical form by RPAD /
Speed Post)
The contractor shall have to furnish:
(i) Demand draft of Tender and FDR for Earnest money.
(ii) Copy of Partnership Deed or Memorandum as well as Articles of Association in case
of the company and intimate permanent addresses of his partners/ Directors of
Company. All copies submitted shall be duly attested.
(iii) Copies of certificate regarding previous experience as required.
(iv) Declaration showing all works completed during preceding 5years and works on hand
84
with the Contractor and the value of works that remained to be executed in each case.
(v) A certificate of Registration as approved contractor of prescribed category from
authorities stipulated in Notice Inviting Tenders.
(vi) PAN issued by Income-Tax Department.
(vii) Copy of Provident Fund Registration - Code no.
(viii) Duly filled in and digitally signed declaration form as provided after as last item of
section-1 & Memorandum duly filled in & digitally
(ix) A solvency certificate of an amount equal to 20 per cent of the amount of work put to
tender i.e. Rs. 31.94 Cr. as per R&B GR No. R&N-6089-8 Part-1-C date 06/08/11
will have to be produced. Such solvency certificate should be issued by either
Scheduled bank or Nationalized bank or bank approved for government business.
Solvency certificate shall have validity of same calendar year as that of date in which
tender is issued. (i.e Ist January 2017 to 31st December 2017)
(x) Required Annexure duly filled in when prequalification in involved.
All above documents are to be submitted in electronic format only as part of tender
document Failing which the tender will be rejected outright and will be considered as
NON-RESPONSIVE.
10.0 Tender liable to be Invalid:
It may please be noted that the tender is liable to be considered invalid especially, if
the requirements as per Instruction No. (i) to (ix) above are not complied with.
11.0 Right of rejection of tenders.
(i) Right is reserved by the Tender Inviting Authority to reject any or all tender(s)
without assigning any reason thereof.
(II) In addition to the above, the tender will also be liable to be rejected outright if:
(a) The tenderer proposes any alteration in the work specified or in the time allowed for
carrying out the work or in any condition.
(b) The tenderer or in the case of a firm, each partner or the person holding the power of
attorney thereof does not digitally sign section-2 or signatures is/are not attested by a
witness.
(c) Any person who submits a tender shall fill forms online including the rates of items
put to tender. No single tender shall include more than one work but contractors who
wish to tender for two or more works shall submit a separate tender for each work
[
online.
12.0 Method of Tendering: -
12.1 If the tender is made by an individual, it shall be digitally signed by the individual
above his full name and current address.
12.2 If the tender is made by a proprietary firm, it shall be digitally signed by the
proprietor above his full name and the full name of his firm with its current address.
12.3 If the tender is made by a firm of partnership, it shall be digitally signed by a partner
of the firm holding the power of attorney and digital certificate for the firm. A
certified copy of the power of attorney shall be provided in physical form along
with other documents. A certified copy of the partnership deed, full name and current

85
address of the firm and full names and the current addresses of all the partners of the
firm shall also be provided along with other documents.
12.4 If the tender is made by a limited company or a limited corporation, it shall be
digitally signed by a duly authorized person holding digital certificate for the
company /corporation and power of attorney for signing the tender in which case a
certified copy of the power of. Attorney shall be provided separately in physical form
along with other documents. Such limited Company or Corporation may be required
to furnish satisfactory evidence of its existence before the contract is awarded.
12.5 All digital signatures in the tender document shall be dated.
13.0 Eligibility and qualification requirement.
To establish acceptability of the offer to the satisfaction of Tender Inviting Authority
the tenderer shall provide the following:
13.1 Details of plant and machinery immediately available with tenderer for use on the
works.
13.2 Details of plant and machinery proposed to be procured for the works
13.3 Details of technical, supervisory and administrative personnel already employed by
the tenderer that he proposes to utilize for this work and such other personnel he
proposes to employ further for this work
13.4 Copies of registration certificate and PAN allotted by income Tax Office.
13.5 Separate notes in sufficient details on each of the following:
(i) Method and technique of construction
(ii) Sequence of execution of various important components of the work;
(iii) Cash-flow arrangement
14.0 Deviation or modifications In Tender Documents:
14.1 All tenderers are cautioned that tender containing any condition and/or deviation from
tile contractual terms and conditions, specifications, quoting / offering rates/prices in
different manner than specified in the tender and/or any other requirements of tender
shall make the tender liable for outright rejection and shall be considered as non-
responsive for all practical purposes. The decision of the Tender inviting authority in
this regard shall be final and binding to the tenderer.
14.2 Alternative tenders are not acceptable.
15.0 Submission of tender
15.1 Tender shall be submitted in an online manner only on
websitewww.gmb.nprocure.com
Last date & time of online submission 16/10/2017 up to 18.00 hrs.
15.2 Tender fee, EMD and other documents should be submitted in electronic format only
through on line (by scanning) while uploading the bid. However for the purpose of
realization of DD and FDR the bidder shall send the DD and FDR in original and
other documents through R.P.A.D/Speed Post only. so as to reach the office of tender
inviting authority upto 18.00 Hrs on or before date 25/10/2017. If the tender fee and
E.M.D. is not actually paid as shown in bid document, action to hold his registration
in abeyance shall be taken and his E-tendering Code will be cancelled for one year.

86
(R&B.D. Circular No.Parach-1020008-5sh dated 18-01-2008 & 27-11-2008)
16.0 Evaluation of Tenders
16.1 Technical evaluation will be made of the tenderer's proposed method and technique of
construction, construction programmer, sequence of components of the work,
proposed resources assigned to do the work to determine the acceptability, adequacy
and reasonability of rates, his past performance and present resourcefulness.
16.2 To assist in the examination, evaluation and comparison of tender, the tender inviting
authority may ask tenderer individually for clarification of their tenders including
breakdown of unit rates. The request for clarification and response shall be in writing
but no change in substance of the tender shall be sought, offered or permitted at that
stage.
16.3 Award may be made to the tenderer whose responsive tender is determined to be the
lowest evaluated tender and who meets the appropriate standards of capacity and
financial resources.
17.0 Receipt of Payments:
Receipt of payment made on account of any work, when executed by a firm shall be
signed by all the partners except where the contractors are described in their tender as
firm in which case the receipt shall be signed in the name of the firm by one of the
partners or by some other person having authority to give effectual receipts for the
firm.
18.0 Opening of tenders:
The Authorized Officer / competent authority shall open tender online on website
www.gmb.nprocure.com on Dt. : 30/10/2017 12.30 hrs. Or any other suitable time
thereafter, in his office in the presence of intending Tenderers or their representative
who wish to remain present at that time. He will enter the amount of the tenders in a
comparative statement in a suitable form. In the event of a tender being accepted, the
contractor shall thereupon for the purpose of identification, sign copies of the
specifications and other documents mentioned in his tender.
19.0 General rules and directions:
19.1 No receipt for any payment made by a Contractor will be entertained by the
Government in regard to any matter relating to this tender or the contract shall be
valid and binding on the Employer unless it is signed by the Authorized staff
members of the Government.
19.2 All works shall be measured net by standard measure and according to the rules and
customs of the R&B Water Resources Department or any other method approved by
the R&B / Water Resources Department without reference to any local custom. The
measurements of work will be taken according to the usual method in use in the
Roads & Buildings Department and no proposal to adopt alternative method will be
accepted. The Executive Engineer (Civil), GMB, Morbi decision as to what is the
usual method in use in the Roads & Building department will be final.
19.3 In the event of any error or discrepancy in write up of tender documents the contractor
will not take any undue advantage of such error or discrepancy and Engineer-in-

87
charge shall have powers to interpret and decide correct meaning of contradictory
erroraneous writing.
19.4 The contractor shall not be permitted to tender for the work in which his near relative
is working as the officer in the sphere of his jurisdiction in the Tender inviting
authority.
Note. By term "near relative" is meant wife, husband, parents, children, brothers, sisters,
uncles, aunts, cousins, and in-laws.
19.5 The contractor should compulsorily furnish his latest addressees) including the latest
address of his partners and the place(s) of filing his/their income-tax returns along
with the tender. Any changes, in such addresses, during the tenure of contract should
invariably and forthwith be intimated by the Contractor to the Executive Engineer
(Civil), GMB, Morbi
20.0 Submission of additional information / documents:
In addition to various specified documents and information required to 'be submitted
along with tender, the bidder-may be required to provide any other document /
relevant information as considered necessary by the tender inviting authority and the
tenderer shall be required to provide the same as per the requirement of the tender
inviting authority. Even the successful bidder may be required to provide the same as
and when required by the authority during subsistence of the contract.
21.0 Bank:
Wherever the word "Bank" is used in this document, it would mean Schedule or
Nationalized Bank approved by Reserve Bank of India to undertake state government
business. R&BD. GR no / TNC / 1090 / 100(4)(c) dated 27/09/2002
22.0 Tender validity period:
In case of two cover system tenders, the tender for the work shall remain open for 180
days counted from the date of opening online tenders. During this period if any
tenderer withdraws or makes any modifications or additions in the terms and the
conditions of his tender not acceptable to the GMB, then the GMB shall without
prejudice to any right remedy be at liberty to forfeit in full the said earnest money
absolutely. In this connection GR R&BD No. TNC/IIB-22 (10)-C, dated 24-05-90 and
GR No. TNC-10-2013 (02)-C dated 10-05-2013) should be reffered to.
23.0 The successful contractor shall exhibit the board in prominent place of worksite
showing the brief details of project! work under execution, financier, cost of work and
broad details of inputs specifications and targeted goals.
(R.&B.D. GRs Nos. TNC-1 090-24-C dated 18-11-1991, 17-8-02 and 25-10-02)
24.0 The contractor will not use the premises of project / work under construction for his
staff, labourers or for any other purpose. If he do so, market rent for such
unauthorized used will be recovered. The marker rent will be decided by the
Engineer-in-charge.
25.0 All statutory Taxes deductible at source under various acts and notifications by
Governments shall be deducted while making payment for which T.D.S. shall be
issued.

88
26.0 Declarations:
The tenderer will have to make declaration enlisted in the form attached herewith and
shall affix his signature to the form in token of correctness of declarations made
therein, (G.R, R & BD No. TNC-IIB-22 (1 O)-C, dated 24-5-90 should be referred
to).
DECLARATION FORM
(i) I/We hereby declare that I/we have visited the site and fully acquainted myself
ourselves with the local situations regarding materials, labour and other factors
pertaining to the work before submitting this tender.
(ii) I/We hereby declare that I/We have carefully studied the conditions of contract,
specifications and other documents of this work and agree for executing the same
accordingly,
(iii) We agree to receive payments, if delay is due to late receipt of grant -in-aid from
Government for Panchyat works. (Applicable to Panchayat works only)
DECLARATION CERTIFICATE (G.R. dtd 4-2-89 as revised by GR.No.TNC-
1083/6681/4/C,dated 31-8-1994)
(iv) I/We hereby declare that my/our near relative are not working in this Division or in its
sub-division as GUJARAT MARITIME BOARD, Executive Engineer (Civil), GMB,
Morbi, Assistant Engineer, Additional Assistant Engineer, overseer, Divisional
Accountant, Store Keeper, Manager of Atithi / Vishram Gruha and in the circle as a
Superintending Engineer in addition for Panchayat works not working nor having
posting as chairman of P.W. committee or as incumbent in Jilla Panchayat at today.

Dated __________________
Place __________________
_________________________________
(Digital Signature of the Contractor with Seal)

27.0 If the contractor has quoted unbalanced rates for items i.e. more or less than 10 (Ten)
percent of the overall percentage of accepted tender, the payment of such items in the
running bills will be made at estimate rate of that item plus or minus overall variation
percentage of the accepted tender plus five percent of the estimated rate of the item.
The balance amount as per accepted tender rate will be withheld from running bills
and will be released on satisfactory completion of work in the final bill. No interest
will be payable for such withheld amount. (R. & B. D. Circular
No.PARACH/102008/(61)-C dated 27-11-2008)

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

89
SECTION – 2

TENDER FOR WORKS


I/We hereby tender for the execution of the work specified in the underwritten memorandum
for the Government of Gujarat (hereinbefore and hereinafter referred to as the Government)
at the tendered rates specified by me l us in Schedule showing items and rates of works to be
carried out and in accordance in all respects with the specifications, designs, drawings, and
instructions in writing referred to in this tender and in clauses of the annexed conditions.

MEMORANDUM
1 General Description of work (If it As per Page No. 1 Face-sheet
includes sub works, the details thereof
will be given Separately)
2 Estimated Cost Rs. 159,68,69,480=11
3 Earnest Money 1% Rs. 1,59,68,700=00
4 Security Deposit *
(i) in the form of FDR (of minimum
two year time limit) 2.5% Rs. 3,99,21,740=00
(ii) To be deducted from bills 2.5% Rs. 3,99,21,740=00
(iii Performance bond of Schedule 5% Rs. 7,98,43,480=00
) bank (In case of work having
cost above Rs. 30 Lakhs)
Total 10% Rs. 15,96,86,960=00

*Vide R & BD G. R. No. TNC - 1088 - 1 B/1 (13) / C dated 4-5-1993 & revised vide G. R.
No. TNC-1 088/18/18 (13)-C, dated 31-8-94. TNC -10-2013-3 (Part-1)-C dated 19/11/2013
and TNC-10-2013-3 (Part-2)-C date 20/11/2013
5 Time Limit 24 (Twenty four) Months incl.
monsoon

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

Deposit furnished in the form of interest bearing document as per item 4 (i) can further
be extended for renewal if so desired and communicated by the contractor in writing
before one month from the date expiry date. Similarly cash Deposit deducts as the item
No. 4 (ii) can also be converted into interest bearing fixed term securities of schedule
and Nationalized Banks, if so desired and communicated by the contractor in writing.

90
Should this tender be accepted, l / We hereby agree to abide by and fulfill all the terms
and provisions of the conditions of the contract annexed here to so far as applicable and
in default thereof to forfeit and pay to Government in Office the sums of money
mentioned in the said conditions. 23
(Receipt No ............................ dated ..........................from the Government Treasury or
Sub-Treasury at ........................................... in respect of sum Rs.* is forwarded
herewith representing the earnest money + (a) the full of value of which is to be
absolutely forfeited to Government should I / We not deposit the full amount of security
deposit specified in the above memorandum in accordance with Clause I of the said
conditions, otherwise the said sum of above Rs shall be refunded).

Date:
Place: * Digital Signature of the Contractor

(Witness) *** (At the time of execution of contract document)

Name and address ___________________________

(Occupation) ________________________________

* Digital Signature of the Contractor before submission of tender


** Signature of the Contractor of the time of execution of contract document.
*** Signature of witness of Contractor's signature at the time of execution of contract
document.

The above tender is hereby accepted by me on behalf of the Governor of


Gujarat.
dated the ____________________ day of _____________________2015.

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

91
TERMS & CONDITIONS OF CONTRACT
CLAUSE 1:Security Deposit: 1.1 Security deposit is required to be furnished by the contractor as guarantee
money for performance of the contract and observance of contract condition.
1.2 The person/persons whose tender is accepted (herein after called the “Contractor” which expression shall
unless excluded by, or repugnant to the context include his Legal heirs, executors, administrators and assigness
shall pay the total amount of security deposit:
(a) In respect of the tender Up to Rs.30 lacs, equal to 5(Five) percent of the estimated cost of the work put to
tender.
(b) In respect of the work above Rs.Thirty lacs, equal to 10(Ten) percent of the estimated cost of the work put
to tender.
1.3 In respect of the tenderers up to Rs.30 lacs the contractor shall pay Five percent of security deposit in two
part as under : Part-I:- 2.5 percent in the form of FDR of any schedule Bank to be paid within 10 days from the
date of receipt of acceptance letter of his offer.
Part-II:-2.5 Percent to be deducted from the running bill that become payable to the contractor from time to
time.
1.4 In respect of the tenderers above Rs. Thirty lacs the contractor shall pay first five percent of security deposit
as specified in part 1.3 above and for the remaining five percent, the contractor shall have to give performance
bond to be produced within 10 days from the date of receipt of acceptance letter of his offer.
1.5 The work order to commence the work shall be issued only after the security deposit as per para 1.3 and 1.4
is paid/furnished by the tenderer. If the tenderer fail to produce the security deposit as above the earnest money
paid by him shall be forfeited and his registration shall be held in abeyance for three years from the date of such
default.
1.6 All compensation, Liquidated damages or other sums or money payable by the contractor to Government
under the terms of this contract shall be deducted from or recouped by the realization of a sufficient part of his
security deposit, or from the interest arising there from or performance bond or from any sums which may due
or may become due by Government to the Contractor on any account whatsoever and whether in respect of this
contract, any other contract, or otherwise. In the event of his security deposit being reduced by reason of any
such deduction or recipient as aforesaid, the contractor shall within ten days thereafter, make good in cash or in
Government securities transferred as aforesaid any sum or sums required to make good the shortfall in the
amount of the security deposit.
1.7 The portion of security deposit deducted at 2.5 percent from running bill as retention money can be
converted in to interest bearing security or F.D.R. of schedule Bank in the name of GUJARAT MARITIME
BOARD provided that the recovery of full amount of 2.5 percent is made and that the contractor has expressly
desired this in writing.
1.8 The full amount of retention money deducted in cash from running bill will be released proportionally as
indicated in table below on production of Bank guarantee of schedule bank provided the contractor produce
Bank guarantee for the period of six month beyond the stipulated period of completion of work. Further if the
time limit of the contract is extended the period of bank guarantee shall have to be extended for six months
beyond the proposed extension of time limit ant the contractor shall have to furnish the undertaking for this
along with the application for extension of time limit.
Table of proportionate release of retention money
Sr. Monetary Process Portion of Retention Money to be released Against production of
No. Bank Guarantee of
1. 25% of Tender Cost Equal to the amount retained from Running Bills Equal to the amount to
or 0.625% of the estimated cost of work, be released
whichever is less.
2. 50% of Tender Cost Equal to the amount retained from Running Bills Equal to the amount to
or 1.25% of the estimated cost of work, be released
whichever is less.
3. 75% of Tender Cost Equal to the amount retained from Running Bills Equal to the amount to
or 1.88% of the estimated cost of work, be released

92
whichever is less.
1.9 The contractor will have to ensure that the ten percent amount of security deposit in any form as
permissible above is kept available with the employer till the actual date of completion of work.
1.10 Fifty percent of the security deposit along with performance bond shall become refundable within 15
days after the final completion certificate is issued as per clause -7.All dues under this contract or other contract,
or otherwise, shall be recovered from the aforesaid amount of fifty percentage of the said security deposit and
the balance shall be refunded within fifteen days after the final certificate is issued as per clause 7. The
remaining fifty percentage of the security deposit shall be refunded after the expiry of the Defect Liability
period as per clause 17 and 17-A and free maintenance period, if specified, after deducting there from the
amount of expenses, if any, due to Government under this contract. (See Performance bond on page no. 59)
(Modified as per R&B Circular No.TNC-10-2013 (Part 1) C dated 19-11-2013
CLAUSE 2: Liquidated damages for delay:- (i ) If the Contractor fails to complete the work under contract by
the stipulated date, he shall pay liquidated damages of at the rate of 0.1 percentage of the contract value per day
from the date of delaying the said work upto the date of completion and handing over to the Government.
(ii) However also if the contractor fails to complete any part of the work as designed in Schedule (c) by the time
indicated against such part, he shall pay Liquidated damages per day from the date of delaying the said part of
the work up to the date of completion of the said designated part at the rates shown in the said schedule of the
contract value of such part for such failure till the said designated part is completed.
(iii) The aggregate maximum of liquidated damages payable under clause No.2 Shall not exceed 0.10
Percentage of contract value per day and shall be subject to the maximum amount of ten percentage of the
estimated amount put to tender.
(iv) Delays requiring payment of ten percentage liquidated damages of the amount put to tender for performance
shall be sufficient causes for termination of contract and for forfeiture of security deposit including amount of
performance bond in respect of works estimated to cost more than Rs.30 lacs, for. Performance and registration
of the contractor shall also be kept in abeyance for three years from the date as fixed in all cases. (See Schedule
("C") on page No.71
CLAUSE 3: Default by Contractor: If the Contractor shall neglect on fail to proceed with the work with due
diligence or if he violates any of the provision of the Contract, the Engineer – in –charge small give the
Contractor a notice, identifying deficiencies in performance and demanding corrective action. Such notice shall
clearly state that it is given under the provision of this clause. After service of such notice, the contractor shall
not remove any plant, equipment and material from the site. The Government shall have a lien on all such plant,
equipment and material from the date of such notice till the said deficiencies have been corrected as mentioned
in the said notice.
If the contractor fails to take satisfactory corrective action within ten days after receipt of such notice, the
Engineer-in-charge on behalf of Governor of Gujarat shall terminate the contract in whole. In case the entire
contract is terminated, the amount of security deposit and performance bond if any together with the value of the
work done but not paid for, shall stand forfeited to the Government. The plants, equipment and materials, held
under this clause shall then be at the disposal of the Government to recover the amount equivalent to the
liquidated damages and registration of the contractor shall be kept in abeyance for three years from the date as
fixed in all such cases.
The Engineer-in–charge if necessary shall direct that a part or the whole of such plant, equipment and material
be removed from the site within a stipulated period. If the Contractor fails to do so, the Engineer-in-Charge shall
cause them or any part of them to be sold holding the net proceeds of such sale to the credit of the Contractor.
After settlement of accounts, the lien by the Government of the contractor’s remaining plant equipment and
balances of materials shall be released.
Termination of the contract in whole shall be an adequate authority for the Engineer-in-charge to demand
discharge of the obligations from the guarantor s of the security for the performance.
CLAUSE 4:If the progress of any particular portion of the work under Contract is unsatisfactory, the Engineer-
in-charge shall, notwithstanding that the general progress of the work is satisfactory, in accordance with Clause
2 be entitled to take necessary action under Clause 3 after giving the Contractor ten day’s notice in writing and
the contractor shall have no claim whatsoever for any compensation for any loss caused to him due to such
action.

93
(Clause 1,2,3 and 4 are substituted vide GR NO. TNC –1091/IB-10/(11)-C, dated 15-10-91& modified by
GR dated 29-10-91 & G.R. No TNC – 1088/IB/18(13) – C dtd 31/8/94 and no TNC-10/2002-14-C dated
28/4/03 and 10-9-03)
CLAUSE 5:In any case in which any of powers conferred upon the Engineer-in-charge by clause-3 hereof shall
have become exercisable and the same shall not have been exercised, the non-exercise thereof shall not
constitute a waiver of any of the conditions hereof and such powers shall not with standing be exercisable at any
future date.
CLAUSE 5 A: In the event of the Engineer-in –charge taking action under clause 3, he may if so desire take
possession of all or any tools, plants, machineries materials and stores in or upon the work or the site there of or
belonging to the contractor or procured by him and intended to be used for the execution of the work or any part
thereof, by paying or allowing for the same in account at the contract rate or in case of contract rates not being
applicable at such reasonable rate, as may be comparable to current market rates where ascertainable of similar
articles and comparable condition, to be certified by the Engineer-in-charge. In the alternative the Engineer-in-
charge may by notice in writing to the contractor or his clerk of the works foreman or other authorised agent
require him to remove such tools, plants, machineries, materials or stores from the premises within a time to be
specified in such notice and in the event of the contractor failing to comply with any such requisition, the
Engineer-in-charge may remove them at the contractor’s expenses or shall remove them by auction or private
sale at the risk and cost of the contractor in all respects, and the certificate of the Engineer-in-charge as to the
expenses of any such removal and the amount of the proceeds and expenses of any such removal shall be final
and conclusive against the contractor.
CLAUSE 6:Extension of time: If the contractor shall desire an extension of the time for completion of the work
on the ground of his having been unavoidably hindered in its execution or any other ground he shall apply in
writing to the Engineer-in-charge before the expiration of the period stipulated in the tender or before the
expiration of 30 days from the date on which he was hindered whichever is earlier and the Engineer-in-charge
may, if in his opinion, believe that there are reasonable grounds for granting an extension, grant such extension
as he thinks necessary or proper. The decision of the Engineer-in-charge in this matter shall be final
B\0 & o D]NTDF\ JWFZF[ o SFD SZJFDF\ SM. VlGJFI" V\TZFI pEM YJFGF ALHFM SM. SFZ6;Z SFD 5]~ SZJF DF8[ SMg8=FS8Z D]NT JWFZM D[/JJF
DFUTF CMI4 TM 8[g0ZDF\ H6FJ[,L D]NT 5]ZL YFI T[ 5C[,F VFU/ H6FjIF D]HA T[ TFZLB[ T[G[ SM. V\TZFI G0IF[ CMI T[ TFZLB VUZTM
D]NT,\AFJL VF5JF DF8[GL DFU6L SZJFG]\ SFZ6 p5l:YT YI]\ CMI T[ TFZLB A[ DF\YL H[ JC[,L CMI T[ TFZLB #_ lNJ; 5]ZF YTF\
5C[,F T[6[ SFDGF CJF,FGF .HG[ZG[,[lBT VZHL SZJFGL ZC[X[ VG[ SFDGF CJF,FGF .HG[ZGM VlE5|FI V[JM YTM CMI S[4 D]NT
JWFZJF JFHAL SFZ6 K[ TM T[DG[ CJF,FGF .HG[ZG[,[lBT VZHL SZJFGL ZC[X[ VG[ SFDGF CJF,FGF .HG[ZGM VlE5|FI V[JM
YTM CMI S[4 D]NTJWFZJF JFHAL SFZ6 K[ TM T[DG[ H~ZL S[ IMuI H6FI T[ D]HA JWFZL VF5X[P VF AFATDF\ SFDGF CJF,FGF
.HG[ZGM lG6"I VFBZL U6FX[P
CLAUSE 7: As soon as the work is completed the contractor shall give a notice of such completion to the Engineer-in-
charge and on receipt of such notice the Engineer-in-charge shall inspect the work and if he is satisfied that the
work is completed in all respect then:-
(i)For all works costing upto Rs.50 lakhs (amount put to tender) the final measurements shall be recorded within
45 days from the date of physical completion of the work and the final bill shall be prepared within 45 days
from the date of recording final measurement., The completion certificate shall be issued within one month from
the date of final measurement subject to the contractor fulfilling his obligation as provided in the contract and
subject to the work being complete in all respects.
(ii) In respect of works costing more than Rs.50 lakhs (amount put on tender), the final measurements shall be
recorded within 75 days from the date of physical completion of the work and the final bill shall be prepared
within 75 days from the date of recording final measurements subject to the contractor fulfilling his obligations
as provided in the contract and subject to the work being complete in all respects.
When separate period of completion have been specified for items or groups of items, the Engineer-in-charge
shall issue separate completion certificate for such items or groups of items.
No certificate of completion shall be issued nor shall the work be considered to be complete till the contractor
shall have removed from the premises, on which the work has been executed, all scaffolding, sheds and surplus
materials, except such as are required for rectification of defects; rubbish and all huts and sanitary arrangements
required for his workmen on the site in connection with the execution of the work, as shall have been erected by
the contractor for the workmen and cleared all dirt form all parts of building(s) in, upon or around which the
work has been executed or of which he may have possession for the purpose of the execution thereof and

94
cleared floors, gutters and drains, cased doors and sashes, oiled locks and fastenings labeled keys clearly and
handed them over to the Engineer-in-charge or his representative and made the whole premises fit for immediate
occupation or use to the satisfaction of the Engineer-in-charge . if the contractor shall fail to comply with any of
the requirements of these conditions as aforesaid, on or before the date of completion of the works, the
Engineer-in-charge may, at the expenses of the contractor, fulfill such requirements and dispose of the
scaffolding, or surplus materials and rubbish etc. as he thinks fit and the contractor shall have no claim in
respect of any such scaffolding or surplus materials except for any sum actually released by the sale thereof less
the Cost of fulfilling the requirements and any other amount that may be due from the contractor. If the
expenses of fulfilling such requirements is more than the amount realized such disposal as aforesaid the
contractor shall forthwith, on demand, pay such excess. The Engineer-in-charge shall also have the rights to
adjust the amount of excess against any amounts that may be payable to the contractor.
CLAUSE 8: No payment shall be made for any work, estimated to cost less than rupees one thousand till after
the whole of the said work shall have been completed and a certificate of completion given. But in the case of
works estimated to cost more than rupees one thousand, the contractor shall on submitting a monthly bill
therefore, be entitled to receive payment proportionate to the part of the work then approved and passed by the
Engineer-in-charge, whose certificate of such approval and passing of the sum so payable shall be final and
conclusive against the contractor., All such intermediate payments hall be regarded as payments by way of
advance against the final payments only and not as payments for work actually done and completed and shall
not preclude the Engineer-in-charge from requiring gad, unsound, imperfect or unskilled work to be removed
and taken away and reconstructed or re-erected, nor shall any such payment be considered as an admission of
the due performance of the contractor or any part therefore in any respect or the accruing of any claims, nor
shall it conclude, determine, or affect in any way the power of the Engineer-in-charge as to the final settlement
and adjustment of the accounts or otherwise or in any other way vary or effect the contract. The final bill shall
be submitted by the contractor within one month of the completion of the work, otherwise the Engineer-in-
charges certificate of the measurements and of the total amount payable for the work shall be final and binding
on all parties.
CLAUSE 9: The rates for items of works shall be valid only when the items concerned is accepted as having
been competed fully in accordance with the sectional specifications. In cases where the items of work are
accepted as not so completed, the Engineer-in-charge may make payment on account of such items at such
reduced rates as he may consider reasonable in preparation of final or on account bill.
CLAUSE 10:Bills to be submitted monthly: A bill shall be submitted by the contractor each month on or before
the date fixed by the Engineer-in-charge for all works executed in the previous month and Engineer-in-charge
shall take or cause to be taken the requisite measurements for the purpose of having the same verified and the
claim, so far as it is admissible, shall be adjusted, if possible, within ten days from the presentation of the bill. If
the contractor does not submit the bill within the time fixed as aforesaid, the Engineer-in-charge may depute a
subordinate to measure up the said work in the presence of the contractor or his duly authorized agent whose
countersignature to the measurement list shall be sufficient warrant and the Engineer-in-charge may prepare a
bill from such list which shall be binding on the contractor in all respects.
B\0 !_ o lA, NZ DCLG[ ZH] SZJF AFAT o VFU,F DF;DF\ SZL VF5[,F AWF SFD DF8[ CJF,FGF .HG[Z[ GSSL SZL CMI T[ TFZLB[ VYJF T[ 5C[,F
NZ DCLG[ SMg8=FS8Z[ AL, ZH] SZJFG]\ ZC[X[ VG[ V[ SFDGL BZF. SZJFGF p–[XYL CJF,FGF .HG[Z H~ZL DF5,[X[ VYJF,[J0FJX[ VG[ XSI CX[
TM AL, ZH] YIFGF N; lNJ;GL V\NZ D/JF5F+ ZSDGM lC;FAD[/ SZJFDF\ VFJX[P p5Z H6FjIF D]HAGF lGIT ;DIGL V\NZ SMg8=FS8Z AL,
ZH] GCL SZ[ TM CJF,FGF .HG[Z 5FTFGF TFAFGF SM. 56 VlWSFZLG[ SMg8=FS8Z[ VlWS'T SZ[, V[Hg8GL CFHZLDF\ pST SFDG]\ DF5,[JF DMS,X[
VG[ T[JL DF5IFNL 5ZGL SMg8=FS8ZGL S[ T[GF V[Hg8GL ;CL4 T[GF VG]DMNG DF8[ 5]ZTL U6FX[ VG[ CJF,FGF .HG[Z VFJL IFNLDF\YL AL,
AGFJX[4 H[ SMg8=FS8ZG[ AWL AFATDF\ A\WGSTF" ZC[X[P
CLAUSE 11: The contractor shall submit all the bills on the printed forms to be had on application at the office
of the Engineer-in-charge. The charges to be made in the bills shall always be entered at the rates specified in
the agreement or at the partly reduced rates subject to the approval by the Engineer-in-charge in the case of
items not completed/executed as per agreements or in the case of any extra work ordered in pursuance of these
conditions and not mentioned or provided for in the tender, at the rate here in after provided for such work.
CLAUSE 12 : If the specification of the work provides for the use of any special description of materials to be
supplied from the Departmental Store or if it is required that the contractor shall use certain stores to be
provided by the Engineer-in-charge (such materials and stores and the prices to be charged therefore as here in

95
after mentioned being so far as practicable for the convenience of the contractor but not so as in any way to
control the meaning or effect of this contract specified in the schedule or memorandum here to annexed) the
contractor shall be supplied with materials and stores as may be required from time to time to be used by him
for the purpose of the contract only, and the value of the full quantity of materials and stores so supplied shall be
set off or deducted from any sum then deposit, or the proceeds of sale thereof, if the deposit is held in govt.
Securities, the same or a sufficient portion thereof shall, in that case be sold for the purpose . All materials
supplied to the contractor shall remain the absolute property of Govt. and shall on no account be removed from
the site of the work, and shall at all time, be open to inspection by the Engineer-in-chare. Any such materials,
unused and in perfectly good condition at the time of completion or termination of the contract, shall be returned
to the Departmental store if the Engineer-in-charge so requires by a notice in writing given under his hand, but
the contractor shall not be entitled to return any such materials except with the consent in writing of the
Engineer-in-charge and he shall have no claim for compensation on account of any such material supplied to
him as aforesaid but remaining unused by him or for any wastage in or damage thereto.
For materials provided in Schedule-A and consumed in excess quantities, the rates provided in Schedule A shall
be increased/executed corresponding to the increased/decrease in the new rate payable for excess quantity as
compared to the tender-rates. The rate for materials provident in extra items will be the issue rates plus storage
charge ruling on the date of issue of such quantity of materials.
CLAUSE 12A: The contractor shall be entitled to use the materials supplied by the Department only to the
extent of quantities of such materials required for execution of the work as per theoretical calculations. The
Engineer-in-charge may however, on being satisfied that a large quantity of such materials is required for the
execution of the work, permit the contractor to use such large quantity of the materials; Such permission shall be
given in writing.
The contractor is bound to return in good condition such materials issued in excess of the requirements so
worked out or in excess of the quantities so permitted to be used by the Engineer-in-charge if the contractor fails
to return such extra materials within a period of 15 days from the date of the demand in writing of such
materials being made by the Engineer-in-charge, he shall be charged for the excess materials at double the issue-
rates for such materials specified in Schedule A of the contract Agreement.

CLAUSE 12B: All stores and materials such as cement, if the consumption of which exceeds 25 tons and steel
etc. supplied to the contractor by Government shall be kept by the contractor in separate godown provided with
a double lock. The key of one of the lock shall remain with the Engineer-in-charge or his agent. The godown
shall be accessible to the Engineer-in-charge or his agent at all times. No materials shall be allowed to be
removed from the site of the work and any material required for the execution of the work shall be taken out
from the godown only in the presence of a duly authorized agent of the Engineer-in-charge.
CLAUSE 13: (1) The contractor shall execute the whole and every part of the work in the most substantial and
workman-like manner and both as regards materials and in other respects in strict accordance with
specifications.
The contractor shall also confirm exactly, fully and faithfully to the design, drawings and instructions in writing
for the work signed by the Engineer-in-charge. the design and the drawings shall we lodged in the office of the
site Engineer-in-charge to which the contractor shall be entitled to have access for the purpose of inspection at
such office during office hours.
Where the instructions referred to above are not contained in separate letters addressed to the contractor the
same shall be recorded in the work-order book, which shall be maintained and kept on the site of the work. The
contractor shall be required to sign such entries in the work-order book in token of having noted the instructions.
However, if the contractor fails to sing the work-order book for any reason whatsoever, the entry of the
instructions in the work-order book shall be deemed to be the due notice to him of the said instructions. The
work-order book shall be open for inspections to the contractor on the site of the work during office hours.
(2) The contractor will be entitled to receive one copy of the accepted tender along with the work order free of
cost and will also be entitled to receive three sets of contract and working drawings according to the progress of
work as and when needed, free of cost.

96
(3) The several documents forming the contract are essential parts of the contract and requirements occurring in
one is binding as through occurring in all. They are intended to be mutually explanatory and complimentary and
to describe and provide for a complete work.
In the event of any discrepancy in the several documents forming the contract or in any one document, the
following order of precedence should apply.
(a) Dimension and quantities:(i) Drawings (ii) Schedule-B of the Tender form (iii) specification.
On drawings, figures dimensions, unless obviously incorrect, will be followed in preference to scaled
dimensions.
(b) Description:(I) Schedule-B of the Tender form :- (ii) Drawings (iii) Specifications.
In the case of effective description or ambiguity, the Engineer-in-charge is entitled to issue further instructions
directing in what manner the work is to be carried out. The contractor cannot take any advantage of any
apparent error or omission in drawings or specifications and the Engineer-in-charge shall be entitled to make
corrections and interpretations as necessary to fulfill the plans and specifications.
CLAUSE 14.1:The Engineer-in-charge shall have power to make any alterations in or addition to the original
specifications, drawings, designs and instructions that may appear to him to be necessary or advisable during the
progress of the work and the contractor shall be bound to carry out the work in accordance with any instructions
in this connection which may be given to him in writing signed by the Engineer-in-charge and such alternation
shall not invalidate the contract and additional work which the contractor may be directed to do in the manner
above specified as part of the work shall be carried out by the contractor on the same conditions in all respects
on which he agreed to do the main work and at the same rate as out by the contractor on the same conditions in
all respects on which he agreed to do the main work and at the same rate as are specified in the tender for the
main work.
14.2. Except that when the quantity of any item exceeds the quantity as in the tender by more than 30% the
contractor will be paid for the quantity in excess of 30% at the rate entered in the S.O.R. of the year during
which the excess in quantity is first executed and for the materials consumed in excess quantity the rate for the
materials to be charged would be the basic rate taken into account for fixing the rate for the S.O.R. above
instead of the rate stipulated in schedule – A.
14.3. If the additional or altered work includes any class of work for which no rate is specified in this
contract, then such class of work shall be carried out.
(i) At the rate derived from the item within the contract which is comparable to the one involving additional or
altered class of work, where there are more than one comparable items, the item of the contract which is nearest
in comparison with regard to class or classes of the work involved shall be selected and the decision of the
Superintending Engineer as to the nearest comparable item shall be final and binding on the contractor.
(ii) If the rate cannot be derived in accordance with (I) above, such class of works shall be carried out at the rate
entered in the Schedule of Rates of the Division for the year in which the tender was received, increased or
decreased by the percentage by which the tender amount is more or less as compared to the amount arrived at
the rates in the “Schedule or Rates” of the Division in the year in which the tender was received. if the Schedule
of rates of the Division does not contain all the items the percentage increase or decrease of the tender shall be
calculated considering such items which were included in the “Schedule of Rates “of the Division for the year
and for materials consumed on such item the rate to be charged would be the basic rate taken into account for
fixing the rate in S.O.R. referred to above instead of the rate. Stipulated in schedule ‘A’.
(iii) If it is not possible to arrive at the rate from (I) and (ii) above, such class of work shall be carried out at the
rate decided by the competent authorities on the basis of detailed rate analysis after hearing the contractor before
a Committee of two superintending Engineers stationed at the same place or the nearest place.
14.4 If the additional or altered work, for which no rate is entered in the “Schedule of Rates” of the Division
is ordered to be carried out before the rate is agreed upon, then the contractor shall within seven days of the date
of receipt by him of the order to carry out the work, inform the Engineer-in-charge of the rate, which it is his
intention to charge for such class of work and if the Engineer in charge does not agree to this rages, he shall by
notice in writing be at liberty to cancel his order to carry out such class of work and arrange to carry it out in
such manner as he may consider it advisable, provided always that if the contractor shall commence work or
incur any expenditure in regard thereof before the rates shall have been determined as lastly herein before
mentioned, then in such cases he shall only be entitled to be paid in respect of the work carried out or

97
expenditure incurred by him prior to the date of the determination of the rate as aforesaid according to such rate
or rates as shall be fixed by the Engineer-in-charge. In the event of the dispute, the decision of the
Superintending Engineer of the Circle shall be final.
Where, however, the work is to be executed according to the designs, drawings and specifications recommended
by the contractor and
accepted by the competent authority, the alternation above referred to shall be within the scope of such designs,
drawings and specifications appended to the tenders.
The time limit for the completion of the work shall be extended in the proportion that the increase in the cost
occasioned by alternations bears to the cost of the original contract work and the certificate of the Engineer –in-
charge as to such proportion shall be final and conclusive.
14.5 For excess in item of well sinking the rates for sinking in depth beyond the designed depth shall be as
per the rate quoted by the contractor in the statement of variation, if no rates of variation in sinking are quoted
the rate payable shall be the tender rate for sinking at designed level increased by the difference of schedule of
rate for sinking at designed depth and sinking at final depth.
CLAUSE 15:No claim for any payment of compensation for change or restriction of work
If at any time after the execution of the contract documents the Engineer-in-charge shall for any reason
whatsoever, require the whole or part of the work, as specified inthe tender, be stopped for any period or shall
not require the whole or part of the work to be carried out at all or to be carried out by the contractor, he shall
give notice in writing, stating the fact to the Contractor who shall thereupon suspend or stop the work totally or
partially, as the case may be. In any such case, except as provided hereunder, the Contractor shall have no claim
to any payment or compensation whatsoever except as provided hereunder on account of any profit or
advantage which he might have derived from the execution of the work in full but which he did not so derive in
consequence of the full amount of the work not having been carried out, or on account of any loss that he may
be put to on account of materials purchased or agreed to be purchased or for unemployment of labour required
by him. He shall not have also any claim for compensation by reason of any alteration having been made in the
original specifications, drawings, designs and instructions which may involve any curtailment of the work as
originally contemplated.
(1) However, the contractor will be entitled for compensation for loss, if any on the date of notice, for the
purchased materials or for the contract executed for the material to be purchased for such work. Such
compensation will be paid only for actual loss for materials, if such materials so purchased or agreed to purchase
is of required quantity/quality and was purchased/ contracted to be purchased only for the same work. But no
compensation shall be granted to contractor on material for which advance has been given to contractor by
Government. The amount of loss for such claim will be decided by in charge Engineer-in-charge.
(2) The contractor also will be entitled for compensation of unemployed labour for 7 days from the date of
notice provided that in that opinion of Engineer-in-charge such labour working for 7 days prior to the notice and
would not be in a position to get employment elsewhere within 7 days from the date of such notice. The
contractor should try to employ such unemployed labour at other places from the date of such notice.
In case the Contractor does not agree with the decision of Executive Engineer (Civil), GMB,Morbi regarding the
amount of compensation or loss; it will be open for the contractor to appeal to Superintending Engineer-in –
charge within one month from the date of knowledge of such decision. In such case the decision of
Superintending Engineer will be final and binding to the Contractor.
The Contractor shall not be entitled for loss of any expected profit of such work.
(Vide G.R.NO.SSR/1090/IB/247(2)/C, dated 28-06-1993 as amended by GR of even number dated 11/02/1999)
B\0 !5 oSFDGF O[ZOFZ S[ lGI\+6 DF8[ SM. R]SJ6L S[ J/TZ V\U[ SM. CSNFJM D\H]Z G SZJF AFATP
5|EFZL .HG[ZG[ SZFZGF N:TFJ[HM SIF" 5KL SM.56 ;DI[4 SFZ6;Z 8[g0ZDF\ BF; p<,[B SIF" D]HAGF ;\5]6" S[ V\XTo AF\WSFDG[ SM.56 D]NT
;]WL A\W SZJ] H~ZL H6FI VYJF ;\5]6" S[ V\XTo SFD 5]Z] SZJFGL H~ZLIFT H G H6FI VYJF SMg8=FS8Z wJFZF SZJFGF SFDGL H~ZLIFT G
H6FI TM T[JF SMg8=FS8ZG[ CSLST NXF"JTL,[lBT GM8L; VF5X[ VG[ SMg8=FS8Z VF GM8L; D?IF AFN TZTH VF SFDG[ IYF 5|;\U ;\5]6" S[ V\XTo
:YlUT SZX[ S[ A\W SZX[P
VFJF S[;DF\ VCL GLR[ SZ[, HMUJF. l;JFI SMg8=FS8Z T[6[ SFD 5]~ SI]¶ CMI TM H[ GOM S[ OFINM T[G[ D/T4 5Z\T] SFD 5]~ G YJFGF 5ZL6FD[ T[ G
D?IFYL YI[, G]SXFG VYJF T[6[ BZLNL CMI V[JL S[ H[ BZLNJF T[ ;CDT YIM CMI V[JL DF,;FDU|LGL AFATDF\ YI[, G]SXFG VYJF T[G[ T[GF
SFD DF8[ G[ DH]ZMGL H~Z CTLT[ DH]ZMG[ SFD G VF5L XSJFG[ SFZ6[ YI[, G]SXFG V\U[ SM. R]SJ6L S[ J/TZGM CSNFJM SZL XSX[ GCLP D]/

98
lJUT J6"G 4 VF,[BG4 GSXF VG[ ;]RGFVMDF\ SZJFDF\ VFJ[, SM. O[ZOFZG[ SFZ6[ D]/E]T ZLT[ lJRFZFI[, SFDDF\ SM. SF5 VFJ[ TM 56 V[JF
SFZ6;Z T[ SM. J/TZ DF8[ CSNFJM SZL XSX[ GCLP
!f VFD KTF\ VFJF SFD DF8[ BZLN[,L DF,;FDU|LG[ SFZ6[ S[ DF,;FDU|L BZLNJF DF8[ SZ[, SMg8=FS8 G[ SFZ6[ HM SMg8=FS8ZG[ GM8L;GL TFZLB
;]WLDF\ SM. G]SXFG YI]\ CMI TM T[GF DF8[ J/TZ D[/JJF T[ CSNFZ AGX[P HM VFJL ZLT[ BZLN[, VYJF BZLNJF ;DH]TL YI[, DF,;FDU|L DF\uIF
5|DF6[ GF HyYFDF\ VG[ U]6JtTFI]ST CMI VG[ T[ OST V[H SFD DF8[ BZLNFI[,L CMI S[ BZLNJF SZFZ YI[, CMI TM T[JL DF,;FDU|L V\U[ BZ[BZ
G]SXFG DF8[ H
VFJ]\ J/TZ R]SJJFDF\ VFJX[P 5Z\T] H[ DF,;FDU|LGL BZLNL V\U[ ;ZSFZzL TZOYL .HFZNFZGL V[0JFg; VF5JFDF\ VFJ[, CMI T[ DF,;FDU|L
p5Z SM.56 HFTGF G]SXFGG]\ J/TZ R]SJJFDF\ VFJX[ GCLP VFJ CSNFJF DF8[ G]SXFGGL ZSD 5|EFZL SFI"5F,S .HG[Z wJFZF GSSL SZJFDF\
VFJX[P
Zf GM8L;GL TFZLBYL ;FT lNJ; DF8[ SFD[ G ZFBL XSFI[, DH]ZMGL AFATDF\ 56 SMg8=FS8Z J/TZ D[/JJF DF8[ CSNFZ AGX[P 5Z\T] VF DF8[
5|EFZL SFI"5F,S .HG[ZGM V[JM VlE5|FI CMJM HM.V[ S[ VFJF DH]ZM GMl8;GF ;FT lNJ; 5C[,F\ SFD SZTF CTF VG[ pST GMl8;GL TFZLBYL
;FT lNJ;GL V\NZ VgI+ ZMHDNFZ D[/JJFGL l:YlTDF\ G CTFP SMg8=FS8Z[ VFJL GMl8;GL TFZLBYL ;FT lNJ;TL V\NZ VgI+ ZMHUFZ
D[/JJFGL l:YlTDF\ G CTFP SMg8=FS8Z VFJLGMl8;GL TFZLBYL VFJ SFD[ G ZFBL XSFI[, CMI T[JF DH]ZMG[ VgI :Y/[ SFD[ ZFBJFGM 5|ItG
SZJM HM.V[P
G]SXFGGF J/TZGL ZSD AFATDF\ SFI"5F,S .HG[ZGF lG6"I ;FY[ SMg8=FS8Z ;\DT G CMI T[JF S[;DF4 VFJF lG6"IGLHF6 YIFGL TFZLBYL V[S
DCLGFGL V\NZ 5|EFZL VlW1FS .HG[ZG[ V5L, SZJF DF8[SMg8=FS8Z D]ST ZC[X[P VFJF S[;DF\ VWL1FS .HG[ZzLGM lG6"I VFBZL VG[ A\WGSTF"
ZC[X[P VFJF SFDGF SM. VNFGL G]SXFGL DF8[ SMg8=FS8Z CSSNFZ AGX[ GlCP
CLAUSE 15A :The contractor shall not be entitled to claim any compensation from Govt. on account of delay
by Government in the supply of materials entered in Schedule ‘A’ where such delay is caused by (I) Non-supply
due to short allotment of quota in case materials available under quota regulations. (ii) Difficulties relating to the
supply of railway wagon (iii) Force majored. (iv) Act of God. (v) Act of the country’s enemies or any other
reasonable cause beyond the control of Government.
In the case of such delay in the supply of materials, Government shall grant such extension of time for the
completion of the works as shall appear to the Engineer-in-charge to be reasonable in accordance with the
circumstances of the case. The decision of the Engineer – In- charge as for the extension of time shall be
accepted as final by the contractor.( As modified vide R&B D.G.R. No.TNC-1096-IB-143-(16)-C dated 11-1-
99)
CLAUSE 16: Time limit for unforeseen claims:
The contractor shall not be entitled to any compensation from Government on any account unless where allowed
by the conditions of this contact. In such cases the contractor shall have to submit a claim in writing to the
Engineer-in-charge within one month of the cause of such claim occurring.
CLAUSE 17:Action & compensation in case of bad work:
If at any time before the expire of Defects Liability period as detailed in Clause 17-A. It shall appear to the
Engineer-in-charge or his sub-ordinate in charge of the work that/any work has been executed unsound,
imperfect or unskilled workmanship or with materials of inferior quality or that any materials or articles
provided by him for the execution of the work are unsound, or of a quality inferior to that contracted for or are
otherwise not in accordance with the contract, it shall be lawful for the Engineer-in-charge to intimate this fact
in writing to the contractor and then notwithstanding the fact that the work, materials or articles complained for
may have been passed, certified and paid for the contractor shall be bound forthwith to rectify, or remove and
reconstruct the work so specified in whole or in part as the case may require, or if so required, shall remove the
materials or articles so specified in whole or in part and provide other proper and suitable materials or articles at
his own charge and cost, and in the event of his failing to do so within a period to be specified by the Engineer-
in-charge in the written intimation aforesaid, the contractor shall be liable to pay compensation at the rate of one
percent on the amount of the estimate of the rectification for every day not exceeding ten days during which the
failure so. Continues and in the event of any such failure as aforesaid continuing beyond ten days, the Engineer-
in-Charge may rectify or remove, and re-execute the work or remove and replace the materials complained of as
the case may be at the risk and expense in all respects of the contractor. Should the Engineer-in-charge consider
that any such inferior work or materials as described above may be accepted or made use of, it shall be within
his discretion to accept the same at such reduced rates as he may fix therefore.
However, the contractor shall be responsible for normal maintenance of the work till the final bill for the work is
prepared by the departmental Officer.

99
Clause 17A: Defect liability period: The contractor shall be responsible to make good and remedy at his own
expense any defect which may develop or may be noticed before the period mentioned hereunder from the
certified date of completion. The Engineer-in-charge shall give the contractor a notice in writing about the
defects and the contractor shall make good the same within 15 days of receipt of the notice. In the case of
failure on the part of the contractor, the Engineer-in-charge may rectify or remove or re-execute the work at the
risk and cost of the contractor. The Engineer-in-charge shall be entitled to appropriate the whole or any part of
the amount of security deposit towards the expenses, if any, incurred by him in rectification, removal or re-
execution. The Defects Liability period shall be as under. The defect liability period except original building
works shall be as under
(a) for all works costing up to Rs.50, 000.00(Amount put to tender), the period shall be three months from the
certified date of completion of work.
(b) For all work costing more than Rs.50,000.00 and up to Rs. 1 Crores (amount put to tender),the period shall
be six months from the certified date of completion of work or one monsoon, whichever is later.
(c) For major project costing more than Rs.1 Crores (amount put to tender),the period shall be thirty six months
from the certified date of completion of work or three monsoon whichever is later.
(d) For building works other than original building works the period specified in (a),(b) shall be same except
that time period shall twelve months instead of six months or (c) shall be same.
(e) For original building works the defect liabilities period shall be one years or elapse of one monsoon periods
from the certified date of completion. Whichever is later. For the purpose of deciding the monsoon period, the
30th sept. treated as the last date.(Modified vide R&BD Circular No.PAC-11-102008-2076-N Dated31-08-09 &
Parach -102013(2076)2759-N dated 27-05-2013)
Clause 17B: Free Maintenance guarantee period of three years of works of constructing B.T. Surfaces:
1. Contractor shall have to give three years free maintenance guarantee for period from the certified date
of completion. During this period contrctor shall have to repair the damaged portion or the any portion of the
road and B.T. surface of road including pot holes, depressions, cuts or worn out portion at his risk and cost as
per the directions of engineers. Five percent of value of B.T. items in each running bill shall be withheld and
released after this period is over. Provided for this amount the contractor shall be allowed to convert it in to FDR
or Bank guarantee obtained in the name of Executive Enginner.
2. Not specified.
3. Two percent of the amount eligible for the payment bituminious items shall be withheld till
miscellaneous items like earthwork in embankment / cutting for side shoulders, side gutters, kilometer /
indicators / guard stones, sign boards etc. are completed in all respect by the contractor. After completion of the
miscalleneous item, the above said 2% withheld amount shall be released (R&B Circular no. TNC-10-2013-3
(Part-3)-C, Dated 13-12-2013)
CLAUSE 18: (1)For each work costing above Rs. One Crore, the contractor shall have to engage nos of
Engineer in chapter 3 clause 1.6 of this tender . He will given identity card by the contractor. The copy of
identity card shall be furnished for the office of the Executive Engineer (Civil), GMB,Morbi, GUJARAT
MARITIME BOARD and Superintending engineer. The identified engineer should remain present on the site of
the work. If not found on site, the engineer in charge will give notice of this default to the contractor. If in spite
of this notice, Default continues, the action to hold the registration of defaulter contractor for thee year will be
initiated. (R& B.D. Circular No.SSR-10-2008-18-C dated 13-10-08) and No. પરચ-૧૦૨૦૧૫-૫૫-સી, dated 04-
11-2015.
(2) Work to be open to inspections –Contractor or responsible agent to be present. All Works under or in
course of execution or executed in pursuance of the contract shall, at all times be open to the inspection and
supervision of the Engineer-in-charge and his subordinates and the Contractor shall, at all times during the usual
working hours, and all other times for which reasonable notice of the intimation of the Engineer-in-charge or his
subordinate to visit the works shall have been given to the contractor, either himself be present to receive orders
and instructions or have a responsible agent duly accredited in writing present for that purpose. Orders given to
the contractor’s duly authorized agent shall be considered to have the same force and effect as if they had been
given to the Contractor himself.
CLAUSE 18: (A)Employment of a qualified site Engineer by the Contractor.

100
For the work estimated to cost above Rs. 100 lacs within 15 days of issue of work order the contractor will have
to furnish to the deputy Executive Engineer –in-charge of the work the Name,Qualification,copy of mark
sheet,color photograph and the appointment order issued to such engineer engaged for this contract work. If 15
days after issue of work order such designated site engineer do not resume or do not remain present on site of
work. The recovery at the rate of Rs.15000-00 per month per engineer will be made from the bill /deposit/dues
of the contractor. Such recovery shall be non-refundable.
The Engineer so employed for the Government work must have sufficient experience to handle the work
independently. Such an Engineer shall have to stay at the site of work and he shall not be entrusted with other
duty except this work.
In case the contractor or partner of the contractor firm is a Civil Graduate Engineer, Employment of separate
Engineer will not be necessary provided that the Engineer partner himself attends the execution of the work on
the site. G.R.B. & CD No.RGN-602006- (35)-C, dated 31-05-07
CLAUSE 19: Notice to be given before work is covered up:
The contractor shall give not less than five days’ notice in writing to the Engineer-in-charge or his subordinate
in charge of the work before covering up or otherwise placing beyond the reach of measurement any work in
order that the same may be measured and correct dimensions there of taken before the same is so covered up or
placed beyond the reach of measurement and if any work shall be covered up or placed beyond the reach of
measurement without such notice having and if any work shall be covered up or placed beyond the reach of
measurement without such notice having been given or consent obtained, the same shall be uncovered at the
contractor’s expenses and in default thereof no payment or allowance shall be made for such work or for the
materials with which the same was executed.
CLAUSE 20: If the contractor or his workmen, or servants shall break, deface, injure or destroy any part of the
building or the work in a question in/on which they may be working or any building, road, fence, enclosure or
grassland or cultivated ground contiguous to the premises on which the works or any part thereof is being
executed or if any damage shall be done to the work from any causes whatever before damage occurred/caused
due to normal flood or rain or if any imperfections become apparent in it within three months from the grant of a
certificate of completion, final or otherwise by the Engineer-in-charge, the contractor shall make good the same
at own expenses or in default, the Engineer-in-charge may cause the same to be made good by other contractor,
and deduct the expenses (of which the certificate of the Engineer-in-charge shall be final ) from any sums that
may thereafter become due to the contractor or from his security deposit or the proceeds of sale thereof or a
sufficient portion thereof.
CLAUSE 20A: Neither party shall be liable to the other for any loss or damage occasioned by or arising out of
God, such as "Unprecedented flood", volcanic eruption, earthquake or other convulsion of nature and other acts
such as but not restricted to general strike, invasion, the acts of foreign countries, hostilities, or war like
operations before or after declaration of war, rebellion, military or usurped power which prevent performance of
the contract and which could not have been foreseen or avoided by a prudent person.
Note: “Unprecedented flood” means the flood crossing the High Flood Level of the past ................Year(s)
which is on the available record.
(Modified Vide R& B D.G.R. No/ TNC – 1096 – IB –143 – (16) – C dated 11-1-99)
CLAUSE 21: Contractor to supply plant, ladders, scaffolding etc. and is liable for damage arising from
non-provision of lights, fencing etc.: The contractor shall supply at his own cost all materials (except such
special materials if any, as may, in accordance with the contract to be supplied from the Public Works
Department Stores), plant, tools, appliances, implements, ladders, cordage, tackle, scaffolding, and any
temporary works which may be required for the proper execution of the work whether in the original, altered or
substituted form and whether included in the specifications, or other documents forming part of the contract or
referred to in these conditions or not and which may be necessary for the purpose of satisfying or complying
with requirements of the Engineer-in-charge as to any matter or to which under these conditions he is entitled to
be satisfied or which he is entitled to require together with carriage there for to and from the work. The
contractor shall also supply without charge the requisite number of persons with the means and materials
necessary for the purpose of settings out works and counting, weighing and assisting in the measurement or
examination at any time and from time to time, of the work or the materials, failing this, the same may be
provided by the Engineer-in-charge at the expenses of the Contractor and the expenses may be deducted from

101
any money due to the Contractor under the contract or from his security deposit, or proceeds of sale thereof or of
a sufficient portion thereof. The contractor shall provide all necessary fencing and lights required to protect the
public from accident and shall also be bound to bear expenses of defense of every suit, action or other legal
proceeding, at law that may be brought by any person for injury sustained. Owing to neglect of the above
precautions and to pay any damages and costs which may be awarded in any such suit, action or proceedings to
any such person or which may, with the consent of the Contractor, be paid in compromising any claim by any
such person.
B\0 Z!o %,Fg84 ;L0LVM4 5F,BM lJU[Z[ SMg8=FS8Z[ 5]ZF\ 5F0JF AFATP T[DH NLJFAtTL4 JF0 JU[Z[GL HMUJF. G CMI
T[G[,LW[ YTF G]SXFG DF8[ SMg8=FS8Z CMJF AFAT o SMg8=FS8 VG];FZ sAF\WSFD :8MZDF\YL 5]ZM 5F0JFDF\ VFJ[ T[JF
DF,;FDFG l;JFIf D]/ S[ O[ZOFZ SZFI[,L S[ GJF :J~5GF VYJF SMg8=FS8ZGM V[S EFU AGL ZC[TF VUZ TM VF
XZTMDF\ H[GM p<,[B SZFI[, CMI T[JL lJUTMDF\ S[ ALHF N:TFJ[HM VG[ VF XZTM VgJI[ H[ SM. AFAT V\U[ CJF,FGF
.HG[ZGL H~ZTM ;\TMQFFI VYJF 5F,G YFI T[JM VFU|C ZFBJFGM T[GM CS CMI VG[ H[G[ SFDGF :Y/[ S[ tIF\YL VgI :Y/[
B[\RFD6 ;lCT ZH] SZFJJFGM H[ T[ CS CMI T[JM AWM DF,;FDFG4 %,Fg84 VMHFZ4 ;FDU|L4 ;FWGM4 ;L0LVM4
UZU0LVM4 5F,BM4 SFD IMuI ZLT[ CFY WZL XSFI T[ ;F~ H~ZL V[JF ALHF SFDR,Fp ;FWGM SMg8=FS8Z[ 5FTFGF BR["
5]ZF 5F0JFGF ZC[X[P SFDM DF8[GL CN GSSL SZJF DF8[ VG[ SFD VYJF DF,;FDFGGL SM.56 JBTV[JF ;FWGM VG[
DF,;FDFG ;lCT HM.TL ;\bIFDF DF6;M4 SM. 56 BR[" SZFJL,LWF lJGF4 SMg8=FS8Z[ 5]ZF 5F0JFGF ZC[X[P VFD G SZTF
V[ V\U[GL HMUJF. CJF,FGF .HG[Z SMg8=FS8ZG[ BR[" SZFJL,[X[ VG[ T[ lJX[ BR[",L ZSD4 SMg8=FS8 C[9/ SMg8=FS8ZGL,[6L
YTL SM. ZSDDF\YL S[ T[GL HFDLG VGFDTDF\YL S[ T[GL VGFDTGF VYJF T[GF 5]ZTF EFUGF J[RF6DF\YL p5H[,L
ZSDDF\YL SF5L,[JFDF\ VFJX[P HFC[Z HGTFG[ VS:DFT G YFI T[ DF8[ SMg8=FS8Z[ H~ZL JF0 VG[ NLJFAtTLGL HMUJF.
SZJFGL ZC[X[ VG[ p5ZGL ;FJR[TL ZFBJF V\U[GL A[NZSFZLG[ SFZ6[ YI[, .HF V\U[ SF[.56 jIlST4 H[ NFJM DF\0[4
5U,F\,[ VYJF ALHL SFG]GL SFI"JFCL SZ[ T[GF AFRFJG]\BR" VG[ VFJF SM. NFJF45U,F\ VYJF SFI"JFCLDF\ T[JL SM.
jIlSTG[ H[ SF\. G]SXFGL S[ BR" VF5JFG]\ R]SFNFDF\ H6FJFI T[ VYJF VFJF SM. jIlSTGF SM. 56 CSNFJFGL SMg8=FS8ZGL
;\DlTYL ;DFWFG YTF\ H[ ZSD R]SJJFDF\ VFJ[ T[G]\ BR" EMUJJF 56 SMg8=FS8Z A\WFI[, ZC[X[P
CLAUSE 21A: The Contractor shall provide suitable scaffolds and working platforms, gangways and stairways, and
shall comply with the following regulation in connection therewith.
B\0 Z! S: SMg8=FS8Z[ IMuI 5F,BM VG[ SFRF DF\R0F4 HJFvVFJJF DF8[GF 5Fl8IF VG[ ;L0LGM HMUJF. SZJFGL ZC[X[ VG[ T[ V\U[
GLR[ D]HAGF lGIDMG]\ 5F,G SZJFG]\ ZC[X[P
(a) Suitable scaffolds shall be provided for workmen for all works that cannot be safely
done from a ladder or by other means.
Sf ;L0L p5ZYL VYJF ALHF SM. ;FWG wJFZF ;,FDTL5]J"S G SZL XSFI T[JF AWF SFD DF8[ SFDNFZM ;F~ IMuI 5F,BMGL જોગવાઈ

કરવાની રહશે.
(b) A scaffold shall not be constructed, taken down or substantially altered except
(i) Under the supervision of a competent and responsible person.
sBP!f SFI"1FD VG[ HJFANFZ jIlSTGL N[BZ[B C[9/ T[ l;JFI4
(ii) appointed by contractor and by competent workers possessing adequate experience
in this kind of work.
Zf SMg8=FS8Z wJFZF lGDFI[, VG[ VG]EJ WZFJTF SFI"1FD SFDNFZM wJFZF YT]\ CMI T[ l;JFI4 SM.56 5F,S AF\WJL GCL\4
pTFZJL GCL\ S[ T[DF\ DCtJGF O[ZOFZ SZJF GlCP
(c) All scaffolds and appliances connected therewith and all ladders shall
sUf AWL 5F,BM VG[ T[GF ;FY[ ;\S/FI[, ;FDU|L VG[ AWLH ;L0LVM
(i) be of sound material!P DHA]T RLHJ:T]GL AG[,L CMJL HM.V[P
(ii) be of adequate strength having regard to the loads and strains to which they will be subjected and
Zf T[GF 5ZGF VFJGFZF JHG VG[ W;FZFG[ BDL XS[ T[8,L DHA]T CMJL HM.V[ VG[
(iii) be maintained in proper condition#f T[G[ ;FZL l:YlTDF\ ZFBJFGL ZC[X[P
(d) Scaffolds shall be so constructed that no part thereof can be displaced in consequence of normal use.
s3f 5F,BM V[JL AF\WJFGL ZC[X[ S[ ;FDFgI J5ZFXYL T[GM SM.56 EFU K]8M 50L GHFIP

102
(e) Scaffolds shall not be overloaded and so far as practicable the load shall be evenly distributed.
sRf 5F,BM 5Z JWFZ[ 50T]\ JHG D]SJ] GlC VG[ XSI CMI tIF\ ;]WL T[ JHG ;DU| 5F,B 5Z V[S;ZB]\ JC[RL GF\BJ]\
(f) Before installing the lifting gear on scaffolds, special precaution shall be taken to ensure the strength
and stability of the scaffolds.
sKf 18,BM 5Z DF, pRSJF DF8[GF lUIZ UM9JTF 5C[,F 5F,BMGL DHA]TF. VG[ 8SFp56FGL BFTZL SZJFGL BF;
;FJR[TL,[JLP
(g) Scaffolds shall be periodically inspected by a competent person.
SHf SFI"1FD jIlST wJFZF JBTMJBT 5F,BMGL T5F; SZJFGL ZC[X[P
(h) Before allowing a scaffold to be used by his workmen, the Contractor shall, whether the scaffold has
been erected by his workmen or not, take steps to ensure that it complies fully with the regulation
herein specified.
shf T[GF SFDNFZMV[ 5F,BM AF\WL CMI S[ G CMI TM 56 5F[TFGF SFDNFZMG[ T[ 5F,BGM p5IMU SZJF N[T\ 5C[,F SMg8=FS8Z[ T[JL
5F,BM VCL\ H6FJ[, lJlGIDM VG];FZ AZFAZ CMJF AFATGL BFTZL SZJFGL ZC[X[P
(i) Working platforms, gangways shall –
(i) be so constructed that no part thereof can dug unduly or unequally.
s8f SFRF DF\R0F HJFvVFJJF DF8[GF 5Fl8IF VG[ ;L0LVM AF\WTL JBT[ GLR[GL AFATM bIF,DF\ ZFBJFGL ZC[X[P
!P T[GM SM. 56 EFU JW] 50TM S[ V;DFG ZLT[ h]SL G HJM HM.V[P
(ii) be/so constructed and maintained having regard to the prevailing conditions as to reduce as far as
practicable risks of persons tripling or slipping and
Zf DF6;M UA0L S[,5;L 50[ T[J] HMBD AG[ T[8,] VMK]\ ZFBJF DF8[ 5|JT"TF ;\HMUM VG];FZ T[ AF\WJF VG[ HF/JJF4 VG[
(iii) be kept free from any unnecessary obstruction.
#P SM.56 HFTGF lAG H~ZL VJZMWYL D]ST ZFBJFP
(j) In the case of working platforms, gangways working places and stairways at a height
exceeding 2.00 Mtr. (to be specified)
s9f ZP__ DL8Z YL JW] pRF\.JF/F SFRF DF\R0F4 HJFvVFJJF DF8[ 5Fl8IF SFDGL HuIF VG[ ;L0LVMGL G[R[ D]HAGL HMUJF.
ZC[X[P
(i) every working platform and every gangway shall be closely boarded unless other adequate
measures are taken to ensure safety.
!f ;,FDTLGF ALHF 5]ZTF 5U,F\ G,[JFIF CMI TM NZ[S SFRM DF\R0M VG[ HJF VFJJF DF8[G]\ NZ[S 5Fl8\I],UM,U H0[,]\ CMJ]\
HM.V[P
(ii) every working platform and every gangway shall have adequate width, and
Zf NZ[S SFRF DF\R0F VG[ HJF v VFJJF DF8[GF 5Fl8IF4 5]ZTL 5CM/F. JF/F CMJF HM.V[4 VG[
(iii) every working platform, gangway, working place and stairway shall be suitably fenced.
#f NZ[S SFRF DF\R0F VG[ HJFvVFJJF DF8[GF 5Fl8IF\ SFDGL HuIF VG[ ;L0LVMG[ IMuI S9[ZF CMJF HM.V[P
(k) Every opening in the floor of a building or in a working platform shall, except for the time and to the
extent required to allow the access of person or the transport or shifting of materials be provided with
suitable means to prevent the fall of persons or material.
s0f DF6;M VFJL H. XS[ VYJF DF,;FDFGL C[ZO[Z Y. XS[ S[ V[S :Y/[YL ALH[ :Y/[,. H. XSFI T[8,F JBT VG[ T[8,F
5]ZTL DSFGGL OZ; S[ SFRF DF\R0F 5ZGL 5|tI[S B]<,L HuIF 5Z V[JF IMuI ;FWGM D]SL ZFBJF S[ H[YL SM. DF6; S[
DF,;FDFG 50L G HFIP
(I) When persons are employed on a roof where there danger of falling from a height exceeding 3.00
Mtr.(to be specified ) meters suitable precaution shall be taken to prevent the fall of persons or
material.
s-f HIF\YL 50L HJFGM EI CMI T[JL #P__ sH6FJJLf DL8ZYL JW] p\RF.GF KF5ZF\ 5Z DF6;MG[ SFD[ ZFBJFDF\ VFjIF CMI
tIF\YL DF6;M S[ DF,;FDFG 50L G HFI T[ DF8[ ;FJR[TLGF IMuI 5U,F\,[JFGF ZC[X[P
(m) Suitable precautions shall be taken to prevent persons being struck by articles which might
fall from scaffold or other working places.
sTf 5F,BM S[ SFDSFHGL ALHL HuIFVM 5ZYL 50[ T[JL RLHJ:T]VMYL DF6;G[ .HF G YFI T[DF8[ ;FJR[TLGF\ IMuI 5U,F\,[JFP
(n) Safe means of access shall be provided to all working platforms and other working places.

103
sYf AWF SFRF DF\R0F VG[ SFDGL ALHL HuIFVMV[ ;C[,F.YL HJF DF8[ ;,FDT DFUM"GL HMUJF. SZJFGL ZC[X[P
CLAUSE 21B: The contractor shall comply with the following regulations as regards the hoisting appliances
to be used by him
х 21-х: SMg8=FS8Z JHG pRSJFGF ;FWGM JF5Z[ T[ ;A\WDF\ T[6[ GLR[GF lGIDMG]\ 5F,G SZJFG]\ ZC[X[P
(a) Hoisting machines and tackle including their attachments, anchorages and supports shall
sSf JHG pRSJFGF I\+M VG[ UZU0LJF/F I\+4 T[DGL ;FY[GF HM0F6M4,\UZ DF8[GF ;FDFG VG[ 8[SF GLR[ D]HAGF CMJF HM.X[ ov
(i) be of good mechanical construction, sound material and adequate strength and free from patent defect, and
s!f ;FZL IF\l+S ZRFGFJF/F\4 DHA]T J:T]GF T[DH 5]ZTL TFSFTJF/F VG[ N[BLTL SM. BFDL lJGFGF VG[
(ii) be kept in good repair and in working order
Zf ;FZL N]Z:T CF,TFD\F VG[ RF,] l:YlTDF\ ZFBJF HM.X[P
(b) Every rope used in hoisting or lowering materials or as a means of suspension shall be of suitable
quality and adequate strength and free from patent defect.
sBf DF,;FDFGG[ p\R[ R0FJJF S[ GLR[ pTFZJF VYJF,8STM ZFBJFGF ;FWG TZLS[ J5ZFT] NMZ0]\ IMuI HFT]\ VG[ 5]ZTL
DHA]TF.JF\/]\ T[DH N[BLTL ZLT[ BFDL lJGFG]\ CMJ]\ HM.V[P
(c) Hoisting machines and tackles shall be examined and adequately tested after erection on the
site and before use and be re-examined in position at intervals to be prescribed by Engineer-in-charge.
sUf JHG pRSJFGF\ I\+M VG[ UZU0LJF/F I\+G[ SFDGF :Y/[ UM9jIF AFN VG[ p5IMUDF\,LWF 5C[,F T5F;L HM.G[ 5]ZTF
5|DF6DF\ RSF;L,[JFGF ZC[X[4 T[DH CJF,FGF .HG[Z lGIT SZ[ T[JF\ ;DIF\TZ[4 UM9J[,L l:YTLDF\ T[GL O[Z T5F; SZJFGL
ZC[X[P
(d) Every chain, ring, hook, shackle, swivel and pulley block used in hoisting or lowering materials or as a
means of suspension shall be periodically examined.
sWf DF,;FDFG p\R[ R0FJJFGF S[ GLR[ pTFZJFGF S[,8STM ZFBJFGF ;FWG TZLS[ J5ZFTF 5|tI[S ;F\S/4 ZL\U4 VF\S0M S0L4
GS]RF VG[5],La,MS JBTMJBT T5F;JFP
(e) Every crane driver or hoisting – appliance operator shall be properly qualified.
(Rf 5|tI[S S|[.G v 0=F.JZ S[ JHG pRSJFGF I\+GF RF,S IMuI ,FISFTJF/F CMJF HM.V[P
(f) No person who is below age of 15 years shall be in control of any hoisting machine, including
any scaffolds, nor shall give signals to the operator.
sKf !5 JQF"YL GLR[GL SM. 56 jIlSTG[ SM. 5F,S ;lCT JHG pRSJF SM. I\+GF lGI\+S TZLS[ VYJF VM5Z[8ZG[ lGXFGLYL
;]RGF VF5JF4 SFD[ ZFBL XSFX[ GCLP
(g) In the case of every hoisting machine and of every chain, ring hook, shackle, swivel and
pulley block used in hoisting or lowering or as a means of suspension the safe working load
shall be ascertained by adequate means.
sHf JHG pRSJFGF 5|tI[S I\\+ VG[ DF,;FDFG p\R[ R0FJJFGF S[ GLR[ pTFZJFGF S[,8SFJL ZFBJFGF ;FWG TZLS[ J5ZFTL
5|tIS[ ;F\S/4 ZL\U4 S0L4 GS]RF VG[ 5],Lva,MSGL ;,FDT ZLT[ JHG p9FJJFGL XlST S[8,L K[ T[ IMuI ;FWGM J0[ GSSL
SZJFG]\ ZC[X[P
(h) Every hoisting machine and all gears referred to in preceding regulation shall be plainly marked with
the safe working load.
shf VFU/GF lJlGDI H[DF\ H6FJ[, JHG pRSJFGF 5|tI[S I\+ VG[ AWFH lUIZ 5Z T[ ;,FDT ZLT[ S[8,]\ JHG p9FJL XS[
T[D K[P T[ RMbB],B[,] CMJ]\ HM.V[P
(i) In the case of hosting machine having a variable safe working load, each safe working load and
conditions under which it is applicable shall be clearly indicated.
s8f H]NF\ H]NF\ JHG ;,FDT ZLT[ pRSL XSFTF4 pRSJFGF I\+ 5Z4 ;,FDT ZLT[ pRSL XSF\T] 5|tI[S JHG VG[ S. CF,TDF\
I\+G[ T[,FU] 50X[ T[ :5Q8 NXF"JJFG]\ ZC[X[P
(j) No part of any hoisting machine or gear referred to in regulation ‘g’ above shall be loaded beyond the
safe working load except for the purpose of testing.
s9f p5ZGF lJlGID H[DF\ H6FJ[, JHG pRSJFGF SM. 56 I\+ S[ lUIZGF SM. 56 EFU 5Z RSF;6L DF8[ H~ZL CMI T[
l;JFI4 ;,FDT JHG SZTF\ JW] JHG,FNJ]\ GlCP
(k) Motors, gears, transmissions, electric wiring and other dangerous parts of hoisting appliances shall be
provided with sufficient safeguards.

104
s0f JHG pRSJFGF ;FWGGL DM8ZM4 lUIZ4 lJW]TJFCS ;FWGM4 JLH/LGF TFZ VG[ HMBDL EFU[ DF8[ 5]ZL ;,FDTLGL
HMUJF. SZJFGL ZC[X[P
(l) Hoisting appliances shall be provided with such means as will reduce to a minimum the risk of the
accidental descent of the load.
s-f SM. JHG VS:DFT GLR[ ;ZSL 50[ T[J]\ HMBD VMKFDF\ VMK]\ ZC[ T[ 5|DFZGL SM.S ;UJ0 JHG pRSJFGF ;FWGDF\
SZJFGL ZC[X[P
(m) Adequate precautions shall be taken to reduce to minimum the risk of any part of a suspended
load becoming accidentally displaced.

CLAUSE 22: Measures for Prevention of Fire: The contractor shall not set fire to any standing jungle, tree
bush wood or grass without a written permit from the Engineer-in-charge.
When such permit is given, and also in all cases when destroying cut or dug up tree, bush wood, grass etc. by
fire, the contractor shall take necessary measures to prevent such fire spreading to or otherwise damaging
surrounding property.
When such permit is given and also in all cases when destroying cut or dug up tress, bush wood, grass etc. by
fire, the contractor shall take necessary measures to prevent such fire spreading to or otherwise damaging
surrounding property.
CLAUSE 23:Liability of contractors for any damages done in or outside work area: Compensation for all
damage done intentionally or unintentionally by Contractor’s laborers whether in or beyond limits of
Government property including any damage caused by the spreading of fire mentioned in the clause 22, shall be
estimated by the Engineer-in-charge, or such other Officer as he may appoint and the estimates of the Engineer-
in-charge, subject to the decision of the Superintending Engineer, on appeal, shall be final and the contractor
shall be bound to pay the amount of the assessed compensation on demand, failing which the same will be
recovered from the Contractor as damages in the manner prescribed in clause 1 or deducted by the Engineer-in-
charge from any sums that may be due or become due from Government to the contractor under this contract or
otherwise.
B\0vZ# o SFDGF lJ:TFZ VYJF T[GF ACFZ YI[, SM.56 G]SXFG DF8[ SMg8=FS8Z HJFANFZ CMJF AFAT o B\0vZZDF\ H6FjIF
5|DF6[ VFU 5|;ZJFYL YI[, SM.56 G]SXFG ;lCT S\8=FS8ZGF DH}ZMV[ .ZFNF5}J"S S[ Vł6TF\ ;ZSFZL lD,STGL CNGL
V\NZ S[ ACFZ SZ[,F\ AWF H G]SXFGGF J/TZGM V\NFH CJF,FGF .HG[Z VYJF V[D6[ GLD[,F ALł SM. VlWSFZL SF-X[
VG[ CJF,FGF .HG[ZGM VF H\NFH4 V5L, YI[4 VlW1FS .HG[ZGF R]SFNFG[ VFlWG4 VFBZL U6FX[ VG[ DFU6L SZTF\
VFSFZFI[,L J/TZGL T[JL ZSD R}SJJF DF8[ S\8=FS8Z A\WFI[, ZC[X[ VG[ T[D SZJFDF\ S;}Z SZX[ TM T[JL ZSD B\0v!DF\
9ZFJ[,L ZLT[ G]SXFGL TZLS[ S\8=FS8Z 5F;[YL J;}, SZJFDF\ VFJX[ VYJF VF S\8=FS8 C[9/ VgIYF ;ZSFZ 5F;[,[6L YTL S[
CJ[ 5KL,[6L YFI T[JL ZSDDF\YL CJF,FGF .HG[Z SF5L ,[X[
CLAUSE 24: The Contractor shall bear the expenses of defending any action or other legal proceeding that may
be brought by any person for injury sustained by him owing to neglect of precautions to prevent the spread of
the fire and he shall also pay the damages and cost that may be awarded by the court in consequence.
VFU 5|;ZTL V8SFJJF ;FZ]\ ;FJR[TLGF 5U,F\,[JFDF\ YI[,L A[NZSFZLG[ 5lZ6FD[ SM. jIlSTG[ YI[, .HF DF8[ SM. 5U,F\ S[ ALHL
SFG}GL SFI"JFCL SZ[ TM T[GL ;FD[GF ARFJG]\ BR" S\8=FS8Z[ EMUJJFG]\ ZC[X[ VG[ T[JL SFI"JFCL 5lZ6FD[ SM8" TZOYL R}SFNM
VF56F\ T[ G]SXFGL VG[ BR" EZJFG]\ YFI T[ T[D6[ R}SJJFG]\ ZC[X[P
B\0 Z$ ~l5IF V[S SZM0YL JW] ZSDGF JF.0GL\U VG[ :8|[gWGL\UGF SFDMDF\ NZ[S :TZG]\ SMd5[SXG jIJl:YT ZLT[ YFI T[ DF8[ GLR[GL
SFI"JFCL VG];ZJFGL ZC[X[P
Z$P!P Z:TFGL SZJFGL 5CM/F.DF\ WFZF WMZ6 D]HA SMd5[SXG YFI T[ DF8[ A[AL ZM,Z OZHLIFT ZLT[,FJL SMd5[SXG SZJFG]
ZC[X[P
Z$PZ VF SFDMDF\ NZ[S :TZG] SMd5[SXG WFZF WMZ6 D]HA YI] K[4 T[GL NZ[S,[IZ[ OZHLIFT 56[ 0[g;L8M DL8ZYL U|L0 5|DF6[
YIFGL RSF;6L .HFZNFZ[ SZL T[G] ZHL:8Z lGEFJJFG]\ ZC[X[P VF RSF;6L ;\AlWT GFIA SFI"5F,S .HG[ZzL4 VG[
DNNGLXqVlWS DNNGLX .HG[ZzLV[ 56 SZJFGL ZC[X[P .HFZNFZ[ SZ[, SFDMGL 0[g;L8L 5]Z[5]ZL D?IF AFN H
S,LIZg; V5FI VG[ tIFZAFN H ALHF,[IZGL SFDULZL CFY WZFI T[ HMJFG]\ ZC[X[P .HFZNFZzLG[ T[D6[ SZ[,
SFDULZL V\U[ HIFZ[ 56 AL,GL R]SJ6L SZJFGL YFI tIFZ[ p5ZMST ;]RJ[, 5wWlT 5|DF6[ T[ SFD SZJFDF\ VFJ[, K[ S[

105
S[D m T[GL BZF. ;\AlWT VlW1FS .HG[ZzL 5F;[ SZjIF AFN H AL,G]\ R]SJ6] SZJFDF\ VFJX[P sDFPDPJLP5ZL5+
G\PV[;PV[;PVFZPv!_vZ__(v!(v;L4 TFP!#P!_P_(P f

CLAUSE 25: Deleted

CLAUSE 26: Work not to be sublet. Contract may be rescinded and security deposit forfeited for
subletting it without approval or for bribing a public officer or if contractor becomes insolvent: The
contract shall not be assigned or sublet without the written approval of the Engineer-in-charge. And if the
contractor shall assign or sublet his contract or attempt to do so or become insolvent or commence any
proceeding to get himself be adjudicated an insolvent or make any compromisation with his creditors, or attempt
to do so, the Engineer-in-charge may, by notice in writing rescind the contract, Also if any bride, gratuity, gift
loan, perquisite, reward or advantage, pecuniary or otherwise, shall either directly or indirectly be given,
promised or offered by the contractor, or any of his servants or agents to any public officer or person in the
employ of Government in any way relating to his office or employment, or if any such officer or person shall
become in any way directly or indirectly interested in contract, the Engineer-in-charge may thereupon by notice
in writing rescind the contract. In the event of contract being rescinded, the security deposit of the contractor
shall thereupon stand forfeited and be absolutely at the disposal of Government and the same consequence shall
ensure as if the contract had been rescinded under clause 3 hereof and in addition the contractor shall not be
entitled to recover or be paid for any work therefore actually performed under contract.
B\0vZ& o AF\WSFD 5[8F EF0[ G VF5JF AFATP D\H}ZL lJGF 5[8FEF0[ VF5JFYL VYJF ;ZSFZL VlWSFZLG[,F\R VF5JF DF8[ VYJF
S\8=FS8Z GFNZ YI[YL S\8=FS8 ZN YFI VG[ łDLG VGFDT H%T YJF AFAT o CJF,FGF .HG[ZGF l,lBT 5ZJFGUL l;JFI
S\8=FS8 SM.G[ V[;F.G SZL XSFX[ S[ 5[8FEF0[ VF5L XSFX[ GlC4 VG[ S\8=FS8Z T[DGM S\8=FS8Z V[;F.G SZX[ VYJF 5[8FEF0[
VF5X[ S[ T[D SZJFGM 5|ItG SZX[ S[ GFNFZ AGX[ S[ 5MTFG[ GFNFZ SZFJJF DF8[GL SM. SFI"JFCL SZX[ S[ 5MTFGF,[6NFZM
;FY[ SM. T5FJ8 SZX[ S[ T[D SZJFGM 5|ItG SZX[ TM CJF,FGF .HG[Z l,lBT GM8L; VF5LG[ S\8=FS8 ZN SZL XSX[P J/L
S\8=FS8Z S[ T[DGF SM. GMSZ S[ V[Hg8 SM. ;ZSFZL VlWSFZLG[ VYJF ;ZSFZL GMSZLDF\ GF SM. 56 jIlSTG[ T[GF CMNF S[
GMSZLGL ~V[ SM.56 5|SFZGL,F\R4 Al1F;4 E[84 VG],FE4 .GFD S[ VFlY"S ALł SM. 5|SFZGF,FE 5|tI1F S[ 5ZM1F ZLT[
VF5X[4 VF5JFG]\ JRG VF5X[ S[ VF5JFGL T{IFZL ATFJX[ VYJF VFJF SM. VlWSFZL S[ jIlST 5|tI1F S[ 5ZM1F ZLT[
S\8=FS8DF\ lCT WZFJTF YX[ TM CJF,FGF .HG[Z l,lBT GM8L; VF5LG[ S\8=FS8 ZN SZL XSX[P VFJL ZLT[ S\8=FS8 ZN YTF\
S\8=FS8ZGL łDLG VGFDT H%T U6FX[4 VG[ T[ ;\5}6"56[ ;ZSFZ C:TS ZC[X[ VG[ VF SZFZGF B\0v# C[9/ ł6[ S[ S\8=FS8
ZN SZJFDF\ VFjIM CMI T[JF H T[GF 5lZ6FDM VFJX[ VG[ JW]DF\ S\8=FS8 C[9/ BZ[BZ SZ[,F SM. 56 SFD DF8[ SM. ZSD
J;}, SZJFG[ S[ R}ST[,[JFGM S\8=FS8ZG[ C: ZC[X[ GlCP
CLAUSE 27:Sums payable by way of compensation to be considered as reasonable compensation without
reference to actual loss: All sums payable by a contractor by way of compensation under any of these conditions
shall be considered as a reasonable compensation to be applied to the use of Government without reference to
the actual loss or damage sustained and whether any damage has or had not been sustained.

B\0vZ* o BZ[BZ UI[, BM8G[,1FDF\,LWF l;JFI J/TZ~5[ R}SJJFGL YTL ZSDG[ JFHAL U6JF AFAT o BZ[BZ BM8 S[
G]SXFGG[,1FDF\,LWF l;JFI VG[ SM. G]SXFG YI]\ CMI S[ G YI]\ CMI TM 56 VF XZTMDF\YL SM.56 XZT C[9/ S\8=FS8Z[
J/TZ~5[ R}SJJFGL YTL TDFD ZSDG[ JFHAL J/TZ U6JFDF\ VFJX[ VG[ T[G[ ;ZSFZ DF8[ p5IMUDF\,[JFX[P
CLAUSE 28:Change in the constitution of firm to be notified: In the case of a tender by partners, any change
in the constitution of a firm shall be forthwith notified by the Contractor to Engineer-in-charge for his
information.
B\0vZ( o 5[-LGF A\WFZ6DF\ SM. O[ZOFZ YI[ T[GL ł6 SZJF AFAT o EFULNFZMV[ 8[g0Z EI]"\ CMI T[ S[;DF\ 5[-LGF A\WFZ6DF\ SM.
O[ZOFZ YTF\ S\8=FS8Z[ CJF,FGF .HG[ZG[ T[DGL ł6 VY[" T[JF O[ZOFZ V\U[ TZT DFlCTUFZ SZJFGF ZC[X[P
CLAUSE 29: Works to be under directions of Superintending Engineer: All works to be executed under the
contract shall be executed under the direction and subject to the approval in all respects of Superintending
Engineer of the Circle for the time being, who shall be entitled to direct at what point or points and in what
manner they are to be commenced and from time to time carried on.

106
B\0vZ) o VlW1FS .HG[ZGL ;}RGF C[9/ SFDM SZJF AFAT o S\8=FS8 C[9/ SZJFGF AWF H SFD ;S",GF H[ T[ JBGF VlW1FS
.HG[ZGL ;}RGF VG[ C[9/ TDFD AFATM DF8[ T[DGL D\H}ZLG[ VFWLG ZCLG[ SZJFGF ZC[X[P VF SFD SIF :Y/[ S[ :Y/MV[ VG[ S[JL
ZLT[ X~ SZJF JBTMJBT S[JL ZLT[ VFU/ W5FJJF T[ V\U[ ;}RGF VF5JF VlW1FS .HG[Z C:NFZ ZC[X[
CLAUSE 30:(1) Disputes to be referred to Tribunal: The disputes relating to this contract, so far as they
relate to any of the following matters, Whether such disputes arise during the progress of the work or after the
completion or abandonment thereof, shall be referred to the Arbitration Tribunal, Gujarat State.
(i)The rates of payment under clause 5 for any tools, materials and stores, in or upon the works of the site
thereof or belonging to the contractor or procured by him an intended to be used for execution of the work or
any part thereof possession of which may have been taken by the Engineer-in-charge under the said clause-5
(ii) The Reduction in rates made by the Engineer-in-Charge under clause 9 from the items of works not accepted
as completed fully in accordance with the sanctioned specifications.
(iii) The rate of payment for any class of work which is included in the additional or altered work carried out by
the contractor in accordance with the instructions of the Engineer-in-Charge under clause 14 and the rates for
which is to be determined under the said clause 14.
(iv) The rates of payment for materials already purchased or agreed to be purchased by the contractor before
receipt of notice given by the Engineer-in-Charge under clause 15, and/or the amount of compensation payable
to the contractor under the said clause for loss in respect of such materials.
(v) The amount of compensation which the contractor shall be liable to pay under clause 17 in the event of his
failure to rectify, remove or reconstruct the work within the period specified in the written intimation or the
amount of expenses incurred by the Engineer-in-Charge under the said clause 17 in rectifying, removing or re-
executing the work or in removing and replacing the materials or articles complained of.
(vi) The reduction of rates as may be fixed by the Engineer-in-Charge under clause 17 for the inferior work or
materials as accepted or made use of.
(vii) The amount of compensation payable by the contractor for damages as estimated and assessed under clause
23.
(viii)The amount payable to the contractor for the work carried out under clause 33 in accordance with the
instructions and the requirements of the Engineer-in-Charge in a case where there are no specifications.
(2) The provision of Section-21 of the GPWD dispute Arbi. Tribunal Act –92 & order issued by the Govt. in
connection with this Act will now apply for Arbitration (As per Government in N. & W.R.D. letter No.
SUT/1090/2679/K2 dtd. 9/2/94.
(3) The provision of Arbitration Act .,shall in so far as they are inconsistent with the provision of this act cease
of to apply to any dispute arising from a works contract and all arbitration proceedings in relation to such
dispute before an arbitrator, court of authority shall stand transferred to the Tribunal.
(4) The awards declared by the arbitrator should be speaking award, giving reasons and calculations for every
item of claims. The decision will have to be implemented by all the departments of the State Government and
Public Sector Enterprises of Gujarat.(ResolutionFD.No. PB/1088/735/KT/Sachivalaya/Gandhinagar 5th October
1988.)
(5) In case of dispute leading to the contractor or Government of Gujarat approaching to Court of Law, it shall
be within the jurisdiction where the site of work is situated.
(6) The reference to arbitration proceeding under this clause shall not
(i) Affect the right of the Engineer-in-charge under clause 5 to take possession of all or any tools plants
materials and stores in or upon the works of site thereof belonging to the contractor or procured by him and
intended to be used for the execution of the work or any part thereof.
(ii) Preclude the Engineer-in-charge from utilising the materials purchased by the contractor in any work or
from removing such materials to other places, during the period the work is stopped or suspended in pursuance
of notice given to the contractor under clause 15
(iii) Entitle the contractor to stop the progress of the work or the carrying out the additional or altered work in
accordance with the provisions of clause 14 or as the case may be or clause 33.
CLAUSE 31: Deleted
CLAUSE 32: Lump sum in estimates: When the estimate on which a tender is made

107
includes lump sum in respect of part of the work, the contractor shall be entitled to payment in respect of the
items of work involved or the part of the work in question at the same rates as are payable under this contract for
such items, or if the part of the work in question is not in the opinion of the Engineer-in-charge capable of
measurement the Engineer-in-charge may, as his discretion, pay the lump sum amount entered in the estimate
and the certificate in writing of the Engineer-in-charge shall be final and conclusive against the contractor with
regard to any sum or sums payable to him, under the provisions of this clause.
B\0v#Z o V\NFHDF\GL prRS ZSDM o H[ V\NFHGF VFWFZ[ 8[g0Z T{IFZ SZJ]\ CMI T[DF [ SFDGF VD]S EFUM V\U[ prRFS ZSDGM ;DFJ[X
YTM CMI TM VFJL AFATM DF8[ VF S\8=FS8 C[9/ R}SJJF5F+ CMI T[ H NZ[4 YI[, SFDGL AFATM DF8[ pST SFDGF SM. EFU DF8[ R}SJ6L
D[/JJF S\8=FS8Z C:NFZ ZC[X[4 VYJF CJF,FGF .HG[ZGF DT[ pST SFDGF T[ EFUG]\ DF5,. XSFI T[D G CMI4 TM CJF,FGF .HG[Z
5MTFGF :JlJ[S VG];FZ V\NFHDF\ GM\WFI[,L prRS ZSD R}SJL XSX[ VG[ VF B\0GL HF[UJF. C[9/ S\8=FS8ZG[ R}SJJF5F+ YTL ZSD S[
ZSDMG[,UT]\ CJF,FGF .HG[ZG]\ l,lBT 5|DF65+ T[GF DF8[ VFBZL VG[ lG6F"IS ,[BFX[P
CLAUSE 33: Action where no specifications: In the case of work for which there is no such
specification, such work shall be carried out tin accordance with the Divisional Specification and in
the event of there being no Divisional Specifications, then, in such case the work shall be carried out
in all respects in accordance with the instructions and requirements of the Engineer-in-charge.
B\0v## o SM. lJUTM G VF5L CMI tIFZ[,[JFGF\ 5U,F\ o SM. lJUTM G CMI T[JF 5|SFZGF SFDGL AFATDF\ T[J]\ SFD l0lJhGGL lJUTM
VG];FZ CFY WZJFG]\ ZC[X[ VG[ l0lJhGGL lJUTM G CMI tIFZ[ T[J]\ SFD TDFD ZLT[ CJF,FGF .HG[ZGL ;}RGFVM VG[ H~lZIFT
VG];FZ CFY WZJFG]\ ZC[X[P
CLAUSE 34: Definition of work: The expression “work” or “works” where used in these conditions
shall, unless, there be something in the subject or context repugnant to such construction to mean the
work, or the works, contracted to be executed under or in virtue of the contract, whether temporary or
permanent and whether original, altered, substituted or additional .
B\0v#$ o SFDGL jIFbIF o VF XZTMDF\ J5ZFI[, SFD VYJF XaN5|IMU lJQFIGF ;\NE"DF\ SX]\ lJ~a G CMI TM SFDR,Fp S[ SFIDL
VG[ D}/ ;]WFZ[,4 AN,JFDF\ VFJ[,F S[ JWFZFGF S\8=FS8 C[9/ S[ S\8=FS8ZGL ~V[ SZJFGF YTF\ SFD S[ SFDM V[JM YX[P
CLAUSE 35: (I) On receipt of the work order, the contractor will identify the source of procurement
of quarried construction materials like metal, kapchi, grit, sand etc. and seek the permission of the
engineer-in-charge about the sources. The engineer-in-chrage will issue orders approving the sources
of procurement of quarried construction materials. The contractor will thereafter procure the materials
from approved sources for use in the contract work. The deputy executive engineer will verify this
with reference to the copies of gate passes before recording the measurements of such materials.
(ii) Non refund of quarry fees & Royalties: The contractor shall pay the royalty to the competent
authority / local body as per rules. The contractor shall furnish quarterly the statement showing
quantity of quarried materials, from whom purchased ( with full address of the seller ) and copies of
bills for purchase to the District Officer of the Mining and Geology Department or authority
competent to levy royalty in the area of work. Contractor shall also furnish such additional
information as regard royalty payment to the royalty authority. The royalty charges paid shall be
borne by theContractor and shall not be reimbursed by the Executive Engineer (Civil), GMB,Morbi
(Authority :- R & BD Circular No. TNC – 2286 – UO – 39 (19) – C dated 23-10-1989.)
(૩) કાયપાલક ઈજનેર ી કામનો વકઓડર આપે ક $ુરત જ કામના શીડ'ુલ–બીની નકલ ) તે િવ+તારના મદદનીશ િનયામક
અથવા .ઓલો/જ+ટ અથવા આસી+ટટ .ઓલો/જ+ટ અથવા 1 ૂ+તર અને ખનીજ શાખાના .4લા કચેર5ના વડા )ઓ કલે6ટર ીની
કચેર5 માં બેસે છે તેમને આપવાની રહશે.
!f ~FP ZP__,FB sA[,FBf YL JW] V\NFHL ZSDGF\ SFDM CMI T[JF SFDM DF8[ SFI"5F,S .HG[ZzL SFDGM JS" VM0"Z VF5[ S[ T]ZT H SFDGF XL0I],vALGL
GS, H[ T[ lJ:TFZGF DNNGLX lGIFDS VYJF šHLVM,MHL;L:8 VYJF VF;L:8g8š HLVM,MHL;L:8 VYJF E]:TZ VG[ BGLH XFBFGF
šHL<,F SR[ZLGF J0F H[VM S,[S8ZzLGL SR[ZLDF\ A[;[ K[ T[DG[ VF5JFGL ZC[X[P
Zf ~FP ZP__,FB sA[,FBf YL p5ZGF SMg8=FS8ZMV[ T[VMV[ BZLN[, BGLHGM HyYM VG[ T[ SIF\YL BZLN[, K[ T[ J[RGFZGL lJUTM
NXF"JTF AL,MGL GS,M TYF 5+GF ~5DF\ DFCLTL NZ +6 DF; p5Z !P DF\ NXF"J[, VlWSFZLG[ 5]ZL 5F0JFGL ZC[X[P VF AL,MDF\
DF, J[RGFZG]\ GFD4 :Y/4 TFZLB VG[ DF,,[GFZG]\ GFD VG[ HyYM JU[Z[ NXF"J[,F CMJF HM.V[P

108
#f H~Z 50I[ H~ZL SL:;FDF\ p5Z !P DF\ NXF"J[, VlWSFZL|zL TZOYL JW] DFCLTL lJUT DF, S[ AL,GF ;A\WDF\ DF\UJFDF VFJ[ TM
T[ H[ T[ SFI"5F,S .HG[ZzL BGLH BFTFGF VlWSFZLG[ T[ lJUTM SMg8=FS8Z 5F;[YL D[/JJFDF\ DNN SZX[P HM VFJL DFCLTL ;DI;Z
VF5JFDF\ GF VFJ[ T[ SM. SFI"5F,S .HG[ZzL4 TZOYL VF V\U[ ;CSFZ G D/[ TM BGLH lJEFUGF VlWSFZL T]T" H VF AFAT
lGIFDSzLGF wIFG p5Z D]SX[P H[VM VF V\U[ pnMU4 BF6 VG[ pHF" lJEFU TYF H[ T[ ;\A\lWT lJEFUGF ;lRJzLGF wIFG 5Z D]SX[
VG[ VFJM 5+ D?I[YL ;A\lWT lJEFUGF ;lRJzL4 H[ T[ SFI"5F,S .HG[ZzLG[ TFtSFl,S DFCLTL 5]ZL 5F0JF ;]RGF VF5X[P VF
5|YF VD,L AGTF\ VF 5lZ5+GL TFZLBYL ;LSIMZL8L 0L5MhL8 5ZT SZJF DF8[ ZMI<8L EIF¶ V\U[GF 5|DF65+GM VFU|C ZFBJFGM
ZC[X[ GCLP
ZFHI ;ZSFZGF AF\WSFD DF8[ J5FTF UF{6 BlGHGL ZMI<8L EZJF AFATPPPPP
VF SFDDF\ HIFZ[ ;FNL DF8L sVM0L"GZL S,[f VG[ s;MO8f D]ZD JF5ZJFDF\ VFJ[ T[GF p5Z 56 ZMI<8L R]SJJF 5F+ K[P lJX[QFDF[
UF{6 BGLH AFATDF\ U]P UF{PVPlGP!)&& VG[ T[GF VG];\WFGDF\ JBTMJBT ACFZ 5F0JFDF\ VFJ[,F 9ZFJM4,FU] 50X[P4 VG[ T[
D]HA,Lh S[ 5ZDL8,[JFG]\ VG[ ZMI<8L EZJFGL ZC[X[P s pWMU4 BF6 VG[ pHF¶ lJEFU 9ZFJ S|DF\S V[DPV[DPVFZP q !!Z___ q
Z_!# q K TFP!v)v૨૦૦૪ કામ : ૂ;ું થયે ફાઇનલ >બલ બ?યે તેની નકલ .4લા 1 ૂ+તરશા@ીને મોકલી રોય4ટ5 પેટ જો
રકમ વA ૂલ કરવાની બાક5 હોય તો કટલી રકમ વA ૂલ કરવાની છે તે જણાવવા પC લખવો. આ પC 1 ૂ+તરશા@ીને મEયા
બાદ પી+તાળ5સ દ5વસ માં કોઈ GH'ુIર ના મળે તો રોય4ટ5 પેટ કોઈ રકમ વA ૂલ કરવાની નથી તેમ માની ફાઇનલ >બલ
J ૂકવી દવાKુ ં રહ છે . િવશેષમાં ઇMરદાર ી Nારા રોય4ટ5 ભયા Pગેના રQુ કરલ દ+તાવેજો અ: ૂરતા લાગે તો કામમાં
વપરાયેલ ગૌણ ખનીજોની રોય4ટ5 ભરવાની બાક5 હશે તો તે ભરપાઈ કરવા ઇMરદાર ી બંધાય છે તેવી બાહTધર5
ઇMરદાર ી પાસેથી મેળવી િસUોVરટ5 ડ5પોઝીટ પરત કરવાની કાયવાહ5 કરવાની રહશે. (મા.મ.િવ.ના પVરપC Xમાંક
ટ5એનસી/૧૦-૨૦૦૨(૧૪)સી, તાર5ખ ૨૮-૦૪-૨૦૦૩ તથા ૨૭-૦૪-૨૦૦૫ અને મા.મ.િવ.ના પVરપC Xમાંક ટ5એનસી/૧૦-
૨૦૧૩(૪)સી, તાર5ખ ૦૮-૦૮-૨૦૧૪, તા. ૨૦-૦૭-૨૦૧૬ અને તા. ૦૪-૧૧-૨૦૧૫ નો મા.મ.િવ.ના પVરપC Xમાંક: પરચ -
૧૦-૨૦૧૫-૫૫-સી)
Clause 36: Compensation under the workmen’s compensation Act: The contractor shall be responsible for
and shall pay compensation to his workman payable under the Workman’s Compensation Act. 1923 (VIII of
1923) hereinafter called the said Act) for injuries caused to the workman. If such compensation recoverable by
Government as principal under sub-section 12(1) of the said Act on behalf of the Contractor it shall be
recoverable by Government from the contractor under sub section 12(2) of the said section. Such compensation
shall be recovered in the manner laid down in clause 1 above.
B\0 #& o SFDNFZ J/TZ VlWlGID C[9/ J/TZ o SFDNFZMG[ YI[, .HFVM DF8[ !)Z# GF SFDNFZ J/TZ VlWlGID C[9/
R]SJJF5F+ SM. 56 J/TZ R]SJJF SMg8=FS8Z HJFANZ ZC[X[P pST VlWlGIDGL S,D !Z GL 5[8F S,D !P C[9/4 SMg8=FS8Z JTL
;ZSFZ[ D]bI 51FSFZ TZLS[ VFJ]\ J/TZ R]SjI]\ CMI TM ;ZSFZ T[ ZSD pST S,DGL 5[8F S,D !P C[9/4 SMg8=FS8Z JTL ;ZSFZ[ D]bI
51FSFZ TZLS[ VFJ]\ J/TZ R]SjI]\ CMI TM ;ZSFZ T[ ZSD pST S,DTL 5[8FvS,D ZP VgJI[ SMg8=FS8Z 5F;[YL J;], SZL XSX[P VFJ]\
J/TZ p5ZGF B\0 ! DF\ H6FJ[,L ZLT[ J;], SZJFDF\ VFJX[P
CLAUSE 36-A The Contractor shall be responsible for and shall pay the expenses of providing medical aid to
any workmen who may suffer a bodily injury as a result of an accident. If such expenses are incurred by
Government, the same shall be recoverable from the contractor for with and be deducted, without prejudice to
any other remedy of Government from amount due or that may become due to the Contractor.
B\0 #&PSP VS:DFTG[ 5ZL6FD[ SM. SFDNFZG[ XFZLZLS .HF YFI TM T[ G[ TALAL ;CFI 5]ZL 5F0JF DF8[ SMg8=FS8Z HJFANZF ZC[X[
VG[ T[ V\U[G]\ BR" T[D6[ R]SJJFG]\ ZC[X[P VFJ]\ BR" ;ZSFZ[ SI]" CMI TM SMg8=FS8Z 5F;[YL T[ TZTH J;], SZJF 5F+ ZC[X[ VG[
;ZSFZGF ALHF SM. 5U,FG[ AFW GF VFJ[ T[ ZLT[ SMg8=FS8ZGL,[6L VYJF CJ[ 5KL,[6L YGFZ ZSDDF\YL T[ SF5L,[JFX[
Clause 36-B: The contractor shall provide all necessary personal safety equipment and first aid apparatus
available for the use of the person employed on the site and shall maintain the same in suitable condition for
immediate use at any time and shall comply with the following regulations in connection therewith.
(a) The workers shall be required to use the equipment so provide by the Contractor and Contractor shall take
adequate steps to ensure proper use of the equipment by those concerned.
(b) When work is carried on in approximates to any place where there is a risk of drowning all necessary
equipment shall be provided and kept for use and all necessary steps shall be taken for the prompt rescue of any
person, in danger.

109
(c) Adequate provision shall be made for prompt first aid treatment of all injuries to be sustained during the
course of the work.
Clause 37: The quantities shown in the tender are approximate and no claim shall be entertained for quantities
of work executed being less than those entered in the tender. In the case of increase in the quantities by more
than 30% the new rate will be paid to the contractor for the quantities in excess of 30%The rates for the
increased quantities as aforesaid will be fixed in the manner specified in clause – 14
Clause 38: Employment of famine or other labour: The contractor shall employ any famine, convict or other
labour or particular kind or class, if ordered in writing to do so by the Engineer-in-charge.
B\0 #( oN]QSF/U|:T lJ:TFZGF VYJF ALHF DH]ZMG[ SFD[ ZFBJF AFAT o CJF,FGF .HG[Z V[JM,[lBT C]SD SZ[ TM N]QSF/YL
V;ZU|:T4 U]G[UFZ TZLS[P ;HF 5FD[,F VYJF VD] RMSS; 5|SFZGF JU" S[ JU"GF ALHF DH]ZMG[SMg8=FS8Z SFD[ ZFBJFGF ZC[X[P
Clause 39: No compensation shall be allowed for any delay caused in the starting of the work on account of
delay in making available the full site of land at a time.
Clause 40: No claim for compensation shall be allowed for any delay in execution of the work on account of
water standing in borrow pits or compartment. The rates are inclusive of hard or cracked soil, excavation in
mud, sub soil water or water standing in borrow-pits and no claim for an extra rate shall be entertained unless
otherwise expressly specified.
B\0 $_ o SFD SZJFDF\ YI[, lJ,\A DF8[ J/TZ V\U[GM CSS NFJM o RMS0LDF\ VYJF SM. EFUDF\ 5F6L HJFG[ SFZ6[ SFD SZJFDF\
lJ,\A V\U[ SX] J/TZ V5FX[ GlCP VF NZDF\ ;BT VYJF lTZF0JF/L HDLG DF8[GF SFNJ VG[ E]UE" H/JF/F EFUDF\ 5F6L
EZF. ZC[T] CMI T[JL RMS0LGL HuIFDF\ BMNSFD DF8[GF NZGM ;DFJ[X YFI K[ VG[ VgIYF :5Q8 H6FjI] CMI T[ l;JFI4 JWFZFGF NZ
DF8[ SM. CS NFJM wIFGDF\,[JFX[ GlCP
Clause 41:Entering upon or commencing any portion or work: The Contractor shall not enter upon or
commence any portion or work except with the written authority and instruction of the Engineer-in-charge or of
his subordinate in charge of the work. Failing such authority, the Contractor shall have no claim to ask
measurement of or payment for work.
B\0 $! oSFDGM SM. EFU GJ[;ZYL CFY WZJF S[ X~ SZJF AFAT oCJF,FGF .HG[ZG[ VYJF TFAFGF SFDGF CJF,FGF VlWSFZLGM
l,lBT C]SD VG[ ;]RGF l;JFI SMg8=FS8Z SFDGM EFU GJ[;ZYL CFY WZL S[ X~ SZL XSX[ GlCP VFJM C]SD G D?IM CMI TM SFDGF
SM. DF5,[JF V\U[ S[ R]SJ6L DF8[SMg8=FS8Z SXM CSSNFJM SZL XSX[ GlCP
Clause 42: Minimum age of person employed: (I) No Contractor shall employ any person who is under the
age of 15 years.
B\0 $Z oSFD[ ZBFI[, jIlSTVMGL VMKFDF\ VMKL JI o SMg8=FS8Z !5 JQF"GL GLR[GL pDZGL SM. 56 jIlST SFD[ ZFBL XSX[ GCLP
Clause 42(1) :( A) The employment of donkeys and / or other animals and the payment of fair wages: For
Asphalt work(s) as far as possible, only the adult persons should be employed by the contractor. If the adult
person are not available, then the children below the age of 15(Fifteen years) should not be employed under any
circumstance.
(ii)No contractor shall employ donkeys or other animals with branching of string or thin rope. The branching
must be at least three inches wide and should be of tape (Newer).
Zf SMg8=FS8Z UW[0F VYJF ALHF 5|F6LVMGF 5L9GF EFU 5Z hL6L NMZL VYJF 5FT/]\ NMZ0]\ AF\WLG[ T[DG[ SFD[,. XSX[ GlCP 5L9
EFU 5Z AF\WJF VMKFDF\ VMKL # .\R 5CM/L OLT sGJFZfSFDDF\,[JLP
(iii)No animal suffering from stores, lameness or emaciation or which is immature shall be employed on the
work.
#f WFZFJF/F4 BM0\UFTF VYJF S'X S[ GFGF 5|F6LG[ SFD[ ZFBL XSFX[ GCLP
(iv) The Engineer-in-charge or his agent is authorized to remove from the work any person or animal found
working which does not satisfy these conditions and no responsibility shall be accepted by Government for any
delay caused in the completion work by such removal.
$f VF XZTM D]HA G CMI T[JL SM. 56 jIlST S[ 5|F6L SFD SZTLq SZT]\ DF,]D 50[ TM T[G[ SFD 5ZYL N]Z SZJFGL ;tTF CJF,FGF
.HG[ZG[ S[ T[DGF V[Hg8G[ K[ VG[ VFJL ZLT[ SM. jIlST S[ 5|F6L N]Z SZJFYL UI[, SM. 56 lJ,\A DF8[ ;ZSFZGL SM. HJFANFZL
ZC[X[ GlCP
(v) The Contractor shall pay fair and reasonable wages to the workman employed by him in the contract
undertaken by him in the event of any dispute arising between the Contractor and his workmen on the grounds

110
that the wages paid are not fair and reasonable, the dispute shall be referred without delay to the Engineer-in-
charge who shall decide the same. The decision of the Engineer-in-charge shall be conclusive and binding on
the Contractor, but such decision shall not in any way affect the conditions in the contract regarding the payment
to be made by Government at the section tender rates.
5f 5MT[ CFY WZ[,F SMg8=FS8 DF8[ SFD[ ZFB[, SFDNFZMG[SMg8=FS8Z[ jIFHAL J[TG R]SJJFG]\ ZC[X[P R]SJ[, JFHAL G CMJFGF D]–F 5Z
SMg8=FS8Z VG[ T[DGF SFDNFZM JrR[ SM. hW0M pEM YFI TM T[ hW0M lJGF lJ,\A[ CJF,FGF .HG[ZG[ ;M5JFDF\ VFJX[ VG[ T[ V\U[
T[VM lG6"I VF5X[P CJF,FGF .HG[ZGM lG6"I VG[ A\WGSTF" ZC[X[P 5Z\T] VF lG6"IYL D\H]Z SZ[,F 8[g0ZGF NZ[ ;ZSFZ[ SZJFGL
YTL R]SJ6LG[,UTL SMg8=FS8DF\YL XZTMG[ SXL V;Z YX[ GlCP
(vi) Government at the sanctioned tender rates. The contractor shall provide drinking water facilities to the
workers/ laborers employed on Government works Amenities relating to sanitation shall also be provided to the
workers/laborers employed on works (in urban areas) . if the contractor fails to comply with these provisions,
the Engineer-in-charge shall give notice in writing and if the contractor does not provide this facility to the
workers/ laborers within a period of ten days from the date of the notice in writing, the Engineer-in-charge shall
thereupon make the arrangement for drinking water at the cost of the contractor.
&f ;ZSFZL SFD[ ZFB[,F SFDNFZM o DH]ZMG[ 5LJFGF 5F6LGL ;UJ0 SMg8=FS8Z[ 5]ZL 5F0JFGL ZC[X[P sXC[ZL lJ:TFZMDF\ fSFD[ ZFB[,F
SFDNFZMG[ :JrKTF lJQFIS ;UJ0M 56 5]ZL 5F0JFGL ZC[X[P SMg8=FS8Z VF HMUJF.G]\ 5F,G SZJFDF\ lGQO/ HX[ TM CJF,FGF
.HG[Z T[G[,[lBT GMl8; VF5X[ VG[SMg8=FS8Z VFJL,[lBT GM8L;GL TFZLBYL NLG N;GL D]NTDF\ SFDNFZMvDH]ZMG[ VF ;UJ0 GCL
VF5[ TM CJF,FGF .HG[Z SMg8=FS8ZGF BR[" 5LJFGF 5F6LGL jIJ:YF SZX[P
(vii) The Contractor shall provide the amenity of proper shade and shelter to the workers/ labourers and their
children on Government works as soon as the work starts. If the contractor fails to provide shed and shelter, the
Engineer-in-charge shall provide the same at the cost of contractor.
*f SFD X~ YFI S[ TZTH SMg8=FS8Z[ ;ZSFZL SFD 5ZGF SFDNFZM DH]ZM VG[ T[DGF AF/SMG[ IMuI X[0 VG[ VFzI VF5JFGL ;UJ0
5]ZL 5F0JFGL ZC[X[P X[0 VG[ VFzI:YFG 5]ZF 5F0JFDF SMg8=FS8Z lGQO/ HX[ TM SMg8=FS8ZGF BR[" CJF,F .HG[Z 5]ZF 5F0X[P
Clause 43: Method of payment: Payment to contractor shall be made by cheque drawn on any Bank within the
division convenient to them, provided the amount exceeds Rs. 10 Amount not exceeding Rs. 10 will be paid in
cash.
B\0 $# R]SJ6LGL ZLT o R]SJ6LGL ZSD ~ !_ SZTF JW] CMI TM4 SMg8=FS8ZG[ VG]S]/ CMI T[JF 0LJLhGGF lJ:TFZGL SM.56
Bank 5ZGF R[S wJFZF T[DG[ R]SJ6L SZFX[ ~FP !_ YL JW] G CMI T[JL ZSD ZMS0[YL R]SJJFDF\ VFJX[P
Clause 43 A : Any sum of money due and payable to the Contractor (including the security deposit returnable to
the contractor) executing any Government work or work of any District Panchayat wholly financed as grant-in-
aid under this contract shall be appropriated by any District Panchayat / Government and shall be set off against
any claim of the Government/District Panchayat of Gujarat state by the District Panchayat of Gujarat
State/Government for the payment of a sum of money arising out or under any other contract made by the
contractor with the Government/District Panchayat of Gujarat State for the work wholly the contractor against
any claim of the Government / District Panchayat of Gujarat state is available, such a recovery shall be made
from the contractor as arrears of land revenue.
Clause 44:Deleted
Clause 45: Employment of scarcity labour: If Government declares a state of scarcity or famine to exist in any
village situated within 16 kilometers of the work, the Contractor shall employ upon such parts of the work, as
are suitable for unskilled labour, any person certified to him by the Engineer-in-charge or by any persons to
whom, the Engineer-in-charge may have delegated this duty in writing to be in need of relief and shall be bound
to pay to such persons, wages not below the minimum which Government may have fixed in this behalf. Any
disputes which may arise in connection with the implementation of this clause shall be decided by the
Engineer-in-charge whose decision shall be final and binding on the contractor.
B\0 $5 o VKTU|:T lJ:TFZGF DH]ZG[ SFD[ ZFBJF AFAT o SFDGF :Y/[YL !& SLDLGL V\NZ VFJ[,F SM. 56 UFDDF\ VKTGL
VYJF N]QSF/GL l:YTL 5|JT"TL CMJFG]\ ;ZSFZ HFC[Z SZ[4 TM H[DF\ S]X/ SFZLUZMGL H~Z G CMI T[JF SFDGF SM. 56 EFU p5Z
SMg8=FS8Z4 CJF,FGF .HG[Z VYJF T[D6[ T[ V\U[GL OZH H[G[,[lBT ZLT[ ;M\5L CMI T[JL jIlSTV[ H[ jIlSTV[ H[ jIlSTVMG[ ZFCTGL
VFJxISTF CMJFG]\ 5|DF65+ VF%I]\ CMI T[DG[ SFD[ ZMSJFGF ZC[X[ VG[P VF V\U[ ;ZSFZ[ H[ NZ GSSL SIF" CMI T[YL VMKF G CMI

111
V[JF NZ[ VFJL jIlSTVMG[ J[TG R]SJJF T[ A\WFI[, ZC[X[P VF B\0GF VD, 5ZtJ[ SM.56 TSZFZ p5l:YT YFI TM T[GM lG6"I
CJF,FGF .HG[Z SZX[ VG[ T[ lG6"I SMg8=FS8Z DF8[ VFBZL VG[ A\WGSTF" ZC[X[P
[

Clause 46:Deleted
Clause 47: The rates to be quoted by the Contractor must be inclusive of sales tax . No extra payment on this
account will be made to the contractor.
B\0 $* o SMg8=FS8Z 8F\S[ T[ EFJDF\ J[RF6J[ZFGM ;DFJ[X Y. UI[,M U6FX[P VF 5[8[ SMg8=FS8ZG[ SM. JWFZFGL R]SJ6L SZJFDF\
VFJX[ GlCP
Clause 48: The Contractor should, as far as possible, obtain his requirement of laborers skilled and unskilled,
from the nearest Employment Exchange so as to utilize the local employment potential. If there are no local
Employment Exchange or such Exchanges are not able to provide the required labour locally, suitable laborers
should be utilised to the maximum extent possible.
B\0 $( o SMg8=FS8Z[ HM.TF S]X/ VG[ ALGS]X/ DH]ZM XSI CMI tIF\ ;]WL GHLSDF\ GHLSGL ZMHUFZ SR[ZLV[YL D[/JJF4 H[YL
:YFlGS ZMHUFZ XlSTGM p5IMU Y. XSX[P :YFlTS ZMHUFZ SR[ZLVM G CMI VYJF VFJL SR[ZLVM H~ZL DH]ZM :YFlGS ZLT[ 5]ZF
5F0L XS[ T[D G CMI TM IMuI DH]ZMG[ AT[ T[8,F JW] 5|DF6DF\ p5IMU SZJMP
Clause 49: Fair Wages: If a Contractor fails to pay within ‘7’ (Seven) days to the laborer(s) /worker(s) the
minimum wages prescribed by the Government under the Minimum Wages Act. 1948 as in force from time to
time, the Engineer-in-charge shall be at liberty to deduct the amount payable to the laborer/ workers from his
(Contractors) bills or deposit(s) payable by the Contractor after making due inquiries and establishing the
claim(s) of the laborer(s) /Workers(s).
The contractor shall not be entitled to any payment of compensation on account of any loss that the Contractor
may have to incur on account of the action as aforesaid. Before the action as aforesaid, is enforced, a notice in
writing to the Contractor shall be issued by the Engineer-in-charge to pay the wags as per Minimum Wages Act
in force at the relevant time. If Contractor does not act as aforesaid within seven days, then the action
contemplated as above shall be taken against him.
B\0 $) oJFHAL J[TG oJBTM JBT VD,DF\ CMI T[ D]HA !)$( GF,W]TD J[TG VlWlGID C[9/ ;ZSFZ[ lGIT SZ[,F,W]TD J[TG
DH]ZG[ SFDNZG[ ;FT lNJ;DF\ SMg8=FS8Z G R]SJ[ TM CJF,FGF .HG[ZG[ IMuI TF5F; SZL T[DH DH]ZMGL SFDNFZMGM CSS :YFl5T
SZLG[ DH]ZMG[ SFDNFZMG[ R]SJJF5F+ ZSD SMg8=FS8ZGF AL,M VYJF SMg8=FS8Z[ R]SJJF5F+ VGFDTvVGFDTMGL ZSDDF\YL
SF5L,[JFGL K]8 ZC[X[P
p5Z H6FjIF D]HA,[JFDF\ VFJ[,F 5U,FG[ SFZ6[SMg8=FS8ZG[ SM. 56 G]SXFG HFI TM T[ DF8[ SM.56 R]SJ6L VYJF J/TZ
D/JF5F+ ZC[X[ GlCP p5Z H6FjIF D]HAG]\ 5U,]\ VD,DF\ D]SJFDF\ VFJ[ T[ 5C[,F CJF,FGF .HG[Z T[ ;DI[ VD,DF\ CMI T[,W]TD
J[TG VlWlGID VG];FZ J[TG R]SJJFDF\ SMg8=FS8ZG[,[lBT GM8L; VF5X[4 SMg8=FS8Z p5Z H6FjIF D]HA ;FT lNJ;DF\ JT"X[ GCLTM
T[GL ;FD[ p5Z lJRFIF" D]HAGF 5U,F EZJFDF\ VFJX[P
Clause 50: Deleted
Clause 51: List of Machinery:
The contractors shall also give a list of machineries in his possession and which they purpose to use on the
work.
B\0 5! o I\+;FDU|LGL IFNL o SMg8=FS8Z 5F[TFGF SAHFDF\GL VG[ SFD DF8[ p5IMUDF\,[JF lJRFZ[, I\+;FDU|LGL IFNL 56 VF5JFGL
ZC[X[P
Clause 52: (I) In case, the roller deployed by Department for the use on contract work is kept idle by the
contractor for want of adequate labour and materials, the contractor will have to pay rental charges as per
prevailing rules even though the items of rolling and watering are to be carried out by the department.
(ii) If the contractor does not plan his programme so as to suit the requirement of the Department, the
proportionate rental charge on roller shall be recovered from the contractor.
Clause 53: Local labour on normal rates: The contractor shall have to engage local labour and person seeking
employment where available on normal rate.
B\0 5# o;FDFgI NZ[ :YFlGS DH]ZM o ;FDFgI NZ[ D/L XS[ T[D CMI tIF\ ZMHUFZ JF\K] :YFlGS DH]ZM VG[ :YFlGS jIlSTVMG[
SMg8=S8Z[ SFD ZFBJFGF ZC[X[P

112
Clause 54: Rent will be recovered from the contractor for the land given to them for stacking materials as well
as for construction of temporary hutments etc.
Land measuring Charges
1. One hectare or less Rs. 05 Per month
2. More than 1 hectare & upto 2 hectares Rs.10 per month
3. More than 2 hectare & upto 3 hectares Rs.15 per month
4. More than 3 hectare & upto 4 hectares Rs.20 per month
Clause 55: The contractor shall employ only such labour who shall produce a valid certificate of having been
vaccinated against small-pox within a period of last three years.
B\0 55 o SMg8=S8Z K[<,F # JQF"GL D]NT NZlDIFG XLT/FGL Z;L V5F. CMJF AFATG]\ :JLSFI" 5|DF65+ ZH] SZGFZ DH]ZMG[H
SFD[ ZFBX[P
Clause 56:1 Huts: The contractor shall build sufficient number of huts on a suitable plot of land for the use of
the laborers according to the following specifications.
(1) Huts of bamboos and grass may be constructed.
(2) A good site shall be selected. High ground removed form jungle but well provided with tress shall be
chosen wherever it is available. The neighborhood of rank jungle, grass or weeds should particularly be avoided.
Camps should not be established close to large cuttings of earth work.
(3) The lines of huts shall have open spaces of at least 10 m. between rows. When a good natural site cannot be
procured, particular attention should be given to the drainage.
(4) There should be no over-crowding. Floor spaces at the rate of 2.8 Sq.m. per head shall be provided. Care
should be taken to see that the huts are kept clean and in good order.
(5) The contractor must find out his own land. If he wants Government land, he should apply for it and pay
assessment for it.
2. Drinking Water: The contractor shall as far as possible, provide an adequate supply of chlorinated pure
potable drinking water for the use of laborers. This provision shall be at the rate of not less than 4.5 liters per
head. No provision need-be made where there is a suitable nala, river or well within 0.4 km of the camp.
However arrangement should as far as possible, be made to chlorinate water by chlorinated tables fore it is
allowed for drinking purpose.
3. The contractor shall construct semi permanent latrines for the use of Laborers on the following scale,
namely (a) Where female are employed, there shall be at least one latrine for every 25 females. (b) Where males
are employed there shall be at lest one latrine for every 25 males provided that where the number of males or
female exceed 100, it shall be sufficient if there is one latrine for every 25 males or females, as the case may be
upto the first 100 and one for every 50 thereafter.
4. Privacy in latrines: Every latrine shall be under cover and so partitioned off as to secure privacy, and shall
have a proper door and fastenings.
5. Notice to be displayed outside latrines and urinals : (1) Where workers of both sexes are employed there
shall be displayed outside each block of latrine and urinal a notice in the language understood by the
majority f the workers For Men Only or For Women Only : as the case may be. (2) The notice shall also
bear the figures of a man or of a women, as the case may be.
6. Urinals: There shall be at least one urinal for male/female workers upto 50 employed at a time . Provided
that where the number of male or female workmen, as the case may be, exceeds 500, it shall be sufficient if
there is one urinal for every 50 males or females upto the first 500 and one for every 100 males or females
or part thereof.
7. Latrines and Urinals to be accessible: (1) The latrines and urinals shall be conveniently situated and
accessible to workers at all times at the establishment. (2) (I) The latrines and urinals shall be adequately
lighted and shall be maintained in a clean and sanitary condition at all times (ii) Latrines and urinals other
than those connected with a flush sewage system shall comply with the requirements of the Public Health
Authorities.

113
8. Water for latrines and urinals: Water shall be provided by means of pipes or tanks or the rise, so also be
conveniently accessible in or near the latrines and urinals.
9. Bathing and washing places: (1) The contractor shall construct sufficient number of bathing places every
unit of 20 persons being provided with a separate bathing place. (2) Washing places should also be provided for
the purposes of washing clothes. Every unit of 30 persons shall have at least one washing place. (3) such
bathing and washing place should be suitably screened and separate places provided for male and female
workers. (4) Such facilities shall be conveniently accessible and shall be kept in clear and hygienic condition.
10. Drainage: The contractor shall make sufficient arrangement for draining away the sewerage water as well
as water from the bathing and washing places and shall dispose off this waste water in such as way as not to
cause nuisance. The contractor should obtain a permission from the Gujarat Water Pollution Control Board,
Gandhinagar if Water is so be drained in river or near the well . The contractor would put malaria oil once in a
week in stagnant water round about the residence.
11. Medical facilities: The contractor shall engage a medical officer with a traveling dispensary for a camp
having 500 or more persons if there is no Government or other private dispensary situated within 6 k.m. from
the camp.
12. Conservancy and cleanliness: The contractor shall provide the necessary staff for effecting the satisfactory
conservancy and cleanliness of the camp to the satisfaction of the Engineer-in-charge. At least one sweeper per
200 persons should be engaged. Conservancy staff should dump refuge in compost pit, away from the labour
camp.
13. Health Provisions: The District Health Officer of the District or the Executive Engineerof Health Service
shall be consulted before opening a labour camp and his instructions on matters, such as the water supply,
sanitary convenience, the camp-site, accommodation and food supply shall be followed by the contractor.
14. Precautions against epidemic: (a) The authorities in charge of the colonies should get the laborers
inoculated against cholera and plague and vaccinated against smallpox at the time or recruitment, if they are not
inoculated or vaccinated within 6 months or 3 years respectively prior to the date of recruitment. (b) When, in
any labour camp there is an epidemic disease or is threatened with such an outbreak, the authorities in charge of
the labour camps should ensure that all the inmates of the labour colonies are inoculated or vaccinated as the
case may be, depending on the diseases, within 72 hours after the outbreak. (c) The authorities in charge of the
labour colony should arrange to communicate by wire regarding the outbreak of the epidemic diseases on the
very day of the outbreak, of the Mamlatdar of the Taluka, the District Health officer or to the Executive
Engineerof Public Health in charge of that area and the Director of Public Health. Thereafter they should
continue to send daily reports to the above officers in the prescribed form regarding the progress of the epidemic
disease. (d) When the authorities in charge of the labour colony suspect or have reason to believe that any
immediate of the labour colonies is suffering from the infectious or contagious disease, they shall forthwith
arrange for the segregation of such persons to isolated huts to be specifically provided for the purpose and also
for their treatment (e) As regional malaria epidemic outbreaks are likely to occur in such project areas, the
authorities in charge of the labour colonies should report promptly the occurrence of unusual incidence of cases
of malaria and also inform the District Health Officer of the District, Executive Engineerof Public Healthy
(Malaria) and the Director of Public Health and also arrange to institute all necessary anti malarial measures as
may be advised by the officials of the Public Health Department.
(f) The authorities in charge of the colonies should also arrange to carry out any other measures that may be
recommended by the officials of the Public Health Department necessary to prevent or control the spread of
disease.
15. Rest rooms: (1) In every place where in contract labour is required to halt at night in connecting with the
contract works and in which employment of contract labour is likely to continue for three month or more, the
contractors shall provide and maintain rest rooms or other suitable alternative accommodation within fifteen
days of the employment of contract labour.
(2) If the amenity referred to in sub rule is not provided by the contractor within the period prescribed, the
employer shall provided the same within a period of fifteen days of the expiry of the period laid down in the
sub-rule (1).

114
(3) Separate rooms shall be provided for women employees.
(4) Effective and suitable provision shall be made in every rooms for securing and maintaining adequate
ventilation for the circulation of fresh air and there shall also be provided and maintained sufficient and suitable
natural or artificial lighting.
(5) The rest room or other suitable alternative accommodation shall be of such dimensions as to provide at
least a floor area or 1. Sq. mt. For each person making use of rest rooms.
(6) The rest room or other suitable alternative accommodation shall be so constructed as to afford adequate
protection against heat, wind, rain, and shall have smooth, hard and impervious surface.
(7) The rest rooms or other suitable alternative accommodation shall be at a convenient distance from the
establishment and shall have adequate supply of whole some drinking water.
16. Canteen Facilities: (1) In every establishment of contract work and wherein work regarding the
employment of contract labour is likely to continue for six months and wherein contact labour numbering one
hundred or more are ordinarily employed, the adequate canteen facilities shall be the contractor for the use of
such contract labour within sixty days of the commencement of the employment of contract labour.
(2) If the contractor fails to provide the canteen facilities within the time limit laid down the same shall be
provided by the principal employer within sixty days of the time allowed to the contractor.
(3) The canteen shall be maintained by the contractor or principal employees as the case may be in an efficient
manner.

17. Accommodation in canteen: (1) The canteen shall consist of at least dining hall, kitchen, storeroom, pantry,
and washing places separately for worker and for utensils.
2 (I) The canteen shall be sufficiently lighted at all times where any person has access to it.
(ii) The floor shall be made of smooth and impervious materials and inside walls shall be lime-washed or color-
washed at least once in each year, provided that the inside walls of the kitchen shall be lime-washed every four
months.
3 (I) The premises of the canteen shall be maintained in clean and sanitary condition.
(ii) Waste water shall be carried away in suitable covered drains and shall not be allowed to accumulate so as
cause nuisance.
(iii) Suitable arrangements shall be made for the collection and disposal of garbage.
18. Accommodation in dining hall: (1) The dining hall shall accommodate at a time, atleast 30% of the
contract labour working at a time.
(2) The floor area of the dining hall excluding the area occupied per dinner to be accommodated shall as
prescribed in sub rule (1)
(3) (I) A portion of the dining hall and service counter shall be partitioned and reserved for women workers, in
proportion to their numbers. (ii) Washing places for women shall be separate and screened to secure
privacy.
(4) Sufficient table, stools, chairs or benches shall be available for the number of diners to be accommodated as
prescribed in sub rule 1.

19. Equipment in canteen : (I) There shall be provided and maintained sufficient utensils, crockery, cutlery,
furniture and any other equipment necessary for the efficient running of the canteen.
(ii) The furniture utensils and other equipment shall be maintained in a clean and hygienic condition.
(2) (I) Suitable clean cloths for the employees serving in the canteen shall also be provided and maintained.
(ii) A service counter, if provided, shall have a top of smooth and impervious materials.
(iii) Suitable facilities including an adequate supply of hot water shall be provided for the cleaning of utensils
and equipment.

20. Food stuff to be served: The food stuff and other items to be served in the canteen shall be in conformity
with the normal food habits of the contract labour.
21. Prices to be displayed: The charges for food stuffs, beverages and any other item served in the canteen
shall be based on “no profit, no loss” and shall be conspicuously displayed in the canteen.

115
22. Canteen to be run on “No profit no loss” basis: In deriving the prices of food stuffs and other articles
served in the canteen, the following items shall not be taken into consideration as expenditure, namely.
(a) the rent for the land and building.
(b) The depreciation and maintence charges for the building and equipment provided for in the canteen.
(c) The cost of purchase, repairs and replacement of equipment including furniture, crockery, cutlery and
utensils.
(d) The water charges and other charges incurred for lighting and ventilation.
(e) The interest on the amount spent on the provisions and maintenance of furniture and equipment provided
for in the canteen.
The local officers should check up whether, facilities as offered and which are admissible under the existing
rules and orders are made available to the workers and enforce upon the contractors the necessity of adhering to
the instructions for promotion of welfare of the workers according to the terms of the contract.
23.-BOOKS OF ACCOUNTS AND REGISTRES OF THE CANTEEN: The books of accounts and registers
and other documents used in connection with the running of the canteen shall be produced on demand to an
inspector.
24.-AUDIT OF THE ACCOUNTS OF THE CANTEEN: The accounts pertaining to the canteen shall be
audited once every 12 months by registered accountants and auditors. Provided that the Labour Commissioner
may approve of any other person to audit the accounts; if he is satisfied that it is not feasible to appoint a
registered accountant and auditor in view of the site or the location of the canteen.
CLAUSE 57: Contractor shall have to arrange for the supply of gumboots. Hand gloves, mask etc. invariably to
the laborers/workers engaged by the contractor on asphalt work.
CLAUSE 58: The Contractor shall not show any distinction between Harijan and other class of laborers /
workers employed to carry out the Government work.
CLAUSE 59: Price variation clause
For (A) Labour (B) Materials and (C) P.O.L. The amounts payable to the Contractor for the work done shall be
adjusted for increase or decrease in the rates of (A) Labour (B) Materials excepting those materials supplied by
Government as per Schedule-A and cement, steel and asphalt and (C) P.O.L. as under :
(A) Labour: Increase or decrease in the cost due to Labour shall be calculated quarterly in accordance with
the following formula.
VI = 0.75 x {pl x R x i – io}
100 io
Vl = Increase or decrease in the cost of work during the quarter under consideration due to change in rates for
labour.
R = The value of work done in rupees during the quarter under consideration, after excluding the value
of extra items and after deducting the cost of.
(i)-Materials supplied from the Departmental store to the Contractor at fixed rate as specified in schedule –A
and.
(ii) Value of cement, steel and asphalt brought by the contractor valued at star rate plus the increase/decrease for
which price adjustment is done under clause 59 / A below :-
io = The average consumer price index for industrial workers for the quarter in which tenders were opened (as
published in *..........................................................................................)
i = The average consumer price index for industrial workers for the quarter under consideration.
pl = Percentage of labour components (specified in Schedule i.e 60% Labour)
* This refers to average consumer’s price-index (wholesale) for industrial workers as applicable to Ahmedabad
as published by Government of India, Ministry of Labour Bureau.
(B)Materials other than Cement, Steel and Asphalt: The increase or decrease in cost of materials other than
cement, steel and asphalt shall be calculated quarterly in accordance with the following formula:
Vm = 0.75 x {pm x R x i – io }
100 io

116
Vm = Increase or decrease in the cost or work during the quarter under consideration due to charge in the rates
of material.
R = The value of work done in rupees during the quarter under consideration, after excluding the value of extra
items and after deducting the cost of.
(i) Materials supplied from the Department store to the Contractor at fixed rates as specified in schedule – A.
(ii) Value of cement asphalt and steel brought by the contractor valued at star rate plus the increased / decrease
for which price adjustment is done under clause 59/A below :-
io : The average wholesale price index * (all commodities) for the quarter in which tenders were opened as
published in @………… ....................……………………)
i = The average wholesale price index (all commodities) for the quarter under consideration.
pm= Percentage of material component (specified in schedule…i.e.30%) of item.
@ = For materials wholesale price index as published by Reserve Bank of India should be referred to.
(C) P.O.L.: The increase or decrease in the cost of petrol, diesel, oil, and lubricants shall be calculated quarterly
in accordance with the following formula.
Vd = 0.75 x { pd x R x D – Do }
100 Do
Vd = Increase ir decrease in cost of work during quarter of consideration due to change in rates of petrol, oil and
lubricants (POL)
R = The value of work done in rupees during the quarter under consideration, after excluding the value of extra
items and after deduction the cost of.
(i)-Materials supplied from the Department store to the Contractor at fixed rate as specified in schedule –A and
(ii) Value of cement, steel and asphalt broght by the contractor valued at star rate plus the increase / decrease for
which price adjustment is done under subclause 59/A below.
Do = The average price of high speed diesel (HSD) fixed by I,O.C. for the district in which the work is to be
carried out for the quarter in which the tenders were opened.
D = The average price of HSD fixed by the I.O.C. for the district in which the work is to be carried out for the
quarter under consideration.
pd = Percentage of P.O.L. Component (specified in schedule) of the item. 10 % of the item.
Conditions for variation except for Cement, Steel and Asphalt:
(1) No adjustment shall be done for the work done in the first twelve months of the time limit. Adjustment
payable / recoverable will be calculated for the remaining work done during the subsequent period.
(2) The sum total price adjustment for A, B and C will be limited to % of the estimated cost of work put to
tender less the cost of Materials supplied from the Departmental store to the Contractor at fixed rate as
specified in schedule-A and cement, steel and asphalt valued at input rates mentioned as under on which
the sanctioned estimate is based. When clause 60A (B1) 59A (b2) is not deleted.

QUANTITY STAR RATES


Cement 18491 M.T. Rs. 5300/- per M.T. DTP
Mild Steel : ------------- Rs. per M.T. Approved in
TMT Bars 11 M.T. Rs. 37000/- per M.T. Month of Aug
CRS steel 7365 MT Rs. 39000/- per M.T. 2017
Structural steel 2411 MT Rs. 50000/- per M.T.

(3.) The quarter referred to in the above formula shall mean the quarter of the calendar year
January to March, April to June, July to September and October to December. Even if the tenders
are opened in the middle of a quarter, the average index for the calendar quarter will be considered.
The same principle would apply for identifying the quarter when the work is completed in the
middle of calendar quarter.
(4.) The value of extra items will be excluded for working out the value of ‘R’ in the above
formula in all these cases.

117
(5.) Intermediate payment of escalation to be made under this clause on each occasion shall be limited
in such a manner that the total up-to-date payment of escalation will not exceed the proportionate
percentage of the ceiling of calculation as related to the proportionate value of the contract cost.
(6.) Price adjustment shall be applicable only for the work that is carried out within the stipulated time
or extensions thereof as are not attributable to the contractor. No claim for price adjustment other
than those provided herein shall be entertained.
(7.) This clause will be applicable in respect of works which of the estimated cost put to tender is above
Rs. 25.00 lacs and the time limit involved is more than 12 months.
* Guidline for ceiling : 5% in case were time limit of contract is three year, 6% in case were time limit
of contract exceed 3 year but is up to four year and 7% were time limit is more than four year.

Clause 59A:
Price Variation for Cement Steel and Asphalt brought by Contractor: The amounts payable to the
contractors for the work done involving use of cement, steel and asphalt when these materials are not
supplied by the Government as for schedule A shall be adjusted for increase or decrease in the rates of
these materials as under :-
(4) Price variation for cement, steel and asphalt brought by the Contractor. The star rates for cement, mild
steel, for steel and asphalt to be brought by the Contractor shall be considered Ex-supply Depot/ Godown
as under.

QUANTITY STAR RATES


Cement 18491 M.T. Rs. 5300/- per M.T. DTP
Mild Steel : ------------- Rs. per M.T. Approved in
TMT Bars 11 M.T. Rs. 37000/- per M.T. Month of Sept.
CRS steel 7365 MT Rs. 39000/- per M.T. 2017
Structural steel 2411 MT Rs. 50000/- per M.T.

The above star rates are linked with Reserve Bank of India price index for steel and cement for the
month in which the DTP’s are approved.
The month in which DTP are approved will be specified in the tender document
Star rates should be mentioned in the tender copy as under:-
i. For Cement, Price of cement from authorized dealer should be obtained for the month in which the
DTP s are approved & mentioned as star rate before uploading of tender.
ii. (a) For steel & CRS bars, rate of SAIL should be obtained for the month in which the DTP”s are
approved and mentioned as star rate before uploading of tender.
ii (b) For Assphalt star rate is based on coyaly refinery prevailing in the month in wich DTP is approved
and should be mentioned before issue of tender copy.
iii. For basic index specific month in which the DTP s are approved should be mentioned before. issue of
tender copy. The fluctuations in rates of cement and steel shall be adjusted in the bills payable to the
contractors as under :
A = B x { C1 /Co - 1} x D
A = Difference of Amount payable or recoverable
B = Star rate of steel / cement / Asphalt
C1 – The (Quarterly) average corresponding index of steel, cement for the quarter under consideration (as
published in monthly bulletin or Reserve Bank of India).
C0. - Price index of cement/steel for the month in which the DTPS are approved published in monthly
bulletin of Reserve Bank of India).
D- Qty. of cement/steel actually brought by the contractor on site of work and consumed in the work during
the quarter duly supported with bill as recorded in cement consumption register or MB (for steel ).
Conditions for variation in prices of cement and steel only:-
1. No Ceiling for escalation for difference in the cost of steel and cement will be applicable.

118
2. This clause shall be operative from the date of issue of work order and up to the expiry of original and
extended time limit.
3. This formula shall be used individually for cement/mild steel and Tor steel for calculating adjustment.
4. The cement and steel brought by the contractor on site of work shall be used only after the same is tested by
the Department.
5. If such materials are not found as per the requirement of I.S. specification, the same shall be removed by the
contractor for which no claim shall be entertained.
6. This clause will be applied to the work irrespective of the cost of work

Conditions for variation in rates of asphalt only:-


1. The Contractor shall procure asphalt directly from refinery only.
2. The Contractor will not be furnished “P” form for purchase of quantity of asphalt required for this work.
3. The Contractor will have to produce in original all the gate passes issued by the refinery and also the bill in
original to the Engineer-in-charge.
4. The Number of transport tanker carrying the asphalt shall be furnished by the contractor.
5. The test certificate regarding the grade of asphalt as well as test result of asphalt from GERI Laboratory or
other Laboratory approved by R & B Department shall have to be produced.
6. The difference between the actual rate of purchase as per original bill of the refinery produced and the star
rate shown above in this clause shall be payable / recoverable for
The quantity of asphalt actually used in this work. This difference shall be payable / recoverable for the
asphalt consumed in the work executed during original & extended time limit, if time limit is extended for
reasons of delay attributable to the department. This difference shall not be payable for the work executed
in extended time limit, when extension is given for the reason of delay attributable to the contractor.
7. The difference will be payable/recoverable from the date of issue of work order and this price variation will
not be subject to any ceiling.
8. No advance payment or secured Advance will be payable against asphalt.
9. This part of clause for price variation of asphalt will be applicable for works estimated to cost above Rs.5
Lacs and involving use of asphalt.
10. It is permissible to use asphalt produced by private companies like ESSAR and imported asphalt also. If the
contractor opt to use asphalt produce by private companies or imported asphalt, Condition No.1,3&6 above
shall be replaced and reads as under.
1. The contractor can procure asphalt produced by private company of India or imported asphalt and use in the
work.
3. The contractor will have to produce in original, the purchase invoice of asphalt in case of asphalt.
6. For calculation of variation in the rate of asphalt, the prevalent at Indian port at the time of purchase in case
of imported asphalt and the rate as per purchase invoice in case of asphalt purchase from private Indian
company or Ex. Refinery(Of Indian public sector under taking) Rate on the date of purchase, which ever is less,
shall be consider for working out the difference and for compensation for the star rate shown above in this
clause.This difference shall be payable/ recoverable for the asphalt consumed in the work executed during
original and extended time limit, if time limit is extended for reason of delay attributable to the department. The
difference shall not be payable for the work executed in extended time limit, when extension is given for the
reason of delay attributable to the contractor.
11. If the contactor use imported asphalt, it will be verified that the imported asphalt to be used is of specified
viscosity grade before permitting to use imported asphalt. Grade certificate of refinery from which asphalt
is imported and only must be obtained. Grade certificate of any other laboratory / institution should not be
accepted.
(Authority R & B D GR No. TNC–1089 (4)–C, dated 31-8-1991 modified vide G.R.s of even numbers
dated 5-10-1991 & 7-4-1992,21-10-2005 and G.C.No. STR–1097–182/H dated 27-11-97 and 21-11-98
Misc-1093-UO-53-40-C dated 16-6-2001 &26-07-2012 S.T.R.-10-2001-M-34/29/H dated 4-10-05 & 2-2-
07and STR/102006-1577-8-Hdated2-09-08 and dated 08-12-08 of R & BD No. પરચ-૧૦૨૦૧૫-૫૫-સી તા.

૦૪/૧૧/૨૦૧૫ and R&B Circular No. PRC-10-2015-55 (PT-1)C dated 08/02/2016

119
CLAUSE 60: FENCING AND LIGHTING:
(a) The contractor shall, unless otherwise specified, be responsible for the proper fencing, lighting grading and
taking of the necessary safety measures for all works comprised in the contract and for the proper provision of
temporary road, way, foot-way, guards, fences, caution notices, etc. as far as the same may be rendered
necessary by reasons of the work for the accommodation of workmen, foot passengers or other traffic and of
owners and occupiers of adjacent property and the public and shall remain responsible for any accident that may
occur on account of his failure to take proper & timely precautions.
(b)All the arrangements made for fencing and lighting shall be maintained by the contractor through the
currency of the contract till the physical taking over of the work by department.
CLAUSE 61:LIABILITY OF ACCIDENTS TO PERSONS: Responsibilities and liabilities lf the contractor
under Workmen’s Compensation Act are given in clause No.37 in addition following shall also apply:
(a) On the occurrence of an accident, which result in death of workmen employed y the contractor or which is
so serious as likely to result in death of any such workmen the contractor, shall within 24 hours of happening of
such Government against all loss or damage sustained by the Government resulting directly or indirectly from
his failure to give intimation in the manner aforesaid including the penalties or fines, if any, payable by the
Government as a to the provisions of the said act in regard to such accident(s).
(b) In the case of an accident, in respect of which compensation may become payable under Workmen’s
Compensation Act. whether by the contractor or by the Government as principal Employer, it shall be lawful for
the Engineer-in-charge to retain out of money due and payable to the Contractor, such sum or sum of money as
may, in the opinion of the Engineer-in-charge, be sufficient to meet such a liability. The opinion of the
Engineer-in-charge shall be final regard to all matters arising under this clause.
CLAUSE 62: ACCESS TO SITE AND WORK ON SITE: The Engineer may, if he considers fit form to
time, enter upon any land(s) which may be in possession of the contractor this contract for the purpose of
executing any work not included in this contract by agents or by other contractors, at this opinion and the
contractor shall, in accordance with the requirements of the Engineer-in–charge, afford all reasonable facilities
for execution of the work including occupation of lands by structure or otherwise for any other contractor
employed by the Government and his workmen for the workmen of the Government who may be employed in
the execution on or near the site of the work not included in the contract or of any contract in connection with or
ancillary to the work and in default, the contractor shall be liable to the Government for any delay or expenses
incurred by reason of such default. Provided always that if damage arising. Make a statement of the same to the
Engineer-in-charge who shall from time to time, assess the value in his judgment of such damage and goes
Government shall from time to time pay to the contractor the amounts (if any) accepted as justified by the
Engineer-in-charge.

CLAUSE 63: REPORTS REGARDING LABOUR: The Contractor shall submit the following
reports to the Engineer-in-charge: (a) (I) A daily report in the suitable form of the strength of labour, both
skilled and unskilled employed by him on the work(s). The contractor shall increase or decrease the strength
both skilled or un skilled. if directed by the Engineer-in-charge. The submission of such reports shall not,
however, relieve the contractor of his responsibilities and duties regarding progress or any other obligation
under the contract
(ii) A classified weekly return in the suitable form of the number of person employed on the works during the
preceding week.
(ii) A weekly medical report in the suitable form showing the health of the contractor’s camp. The number of
persons ill or incapacities and the nature of their illness.
(iii) A report of any accident, which may have occurred, to be sent within 24 hours of the occurrence.
(iv) Such other report as may be prescribed.
CLAUSE 64:Treasure Trove:In the event of discovery by the contractor or his employees, during the progress
of work of any gold, silver, oil or other minerals of any description and precious stones, treasures, coils,
antiquates, relic, fossils or other articles or value of interest whether geological, archaeological or any other such
treasure & other things hall be deemed to be the absolute property of the Government and the contractor shall

120
duly preserve the same to the satisfaction of the Engineer-in-charge, form time to time, and relieve the same to
such persons as the Engineer-in-charge may appoint.
The contract shall take all reasonable precautions to prevent his workmen other person from removing or
damaging any such articles or things, immediately after the discovery thereof and before removal acquaint the
Engineer-in-charge with discovery and carry out his orders for the disposal of the same.
CLAUSE 65:Indemnity: The contractor shall indemnify the Government against all actions, suits, claims &
demands through or made against the Department in respect of work of this contractor against any loss damage
to Department in consequence of any action or suit being brought against the contractor for anything done or
omitted to be done in execution of the work of this contract.
CLAUSE 66:Insurance of Labour: The contractor shall be responsible to arrange for insurance of all labour,
skilled and unskilled workers, supervisors etc. employed by him as per labour regulation of the State.
CLAUSE 67:Setting Out: The contractor shall be responsible for the true and proper setting out of the works
and the correctness of positions, levels, dimensions and alignments of all parts of the work and for the
provisions of all necessary instruments, appliance and labour in connection therewith. if, at any time during the
progress of the work, any errors, appear or arise in the position, levels, dimensions or alignments of any part of
the work, the contractor, on being required to rectify such errors by the Engineer-in-charge shall at hisown
expense do so to the satisfaction or the Engineer-in-charge . if however, such euro is based on incorrect data
supplied in writing by the Engineer-in-charge, the expenses of rectifying the same shall be borne by the
Department.
The checking of and setting out of any line or level by the Engineer-in-charge or his representative shall not in
any way, relive the contractor of his responsibilities for the correctness of the error. The contractor shall
carefully protect and observe all bench-mark, site-nails, page and other things used in setting out of the work(s).
CLAUSE 68:Cement Register: A register in the prescribed form showing day-to-day receipt, consumption and
balance of cement on site of work will be maintained by the Department, which shall invariably be signed daily
by the contractor or his authorized representative in token of its correctness.
CLAUSE 69 : (1) Materials and Works Test Register and Core cutting Machine : A register in the
prescribed from showing day -to day receipt consumption and balance of cement on site of work by the
Department and every entry thereof shall invariably be signed by the Contractor or his authorized
representative in token of it correctness.
(2) Contractors registered in special category-1 (Roads) will have to procure and keep available on site two core
cutting machines, similarly those registered in special category-2 (Roads) will have to procure and keep
available on site one core machine, similarly those registered in special category-2 (Roads) will have to procure
and keep available on site one core cutting machine on ownership basis. The thickness of sub base and base
layers of road will be tested by taking cores and recording results of layer thickness in paver site
register.(R&B.D. Circular NO. RGN-60-2006-35-C dated 26-05-06)
(3) In case of asphalt items (other than BSG & BBM) having total thickness of more than 50mm., the contractor
will take two to four core samples core cutting machine at the interval of 250 m. distance at each cross at each
cross section in the presence of Executive Engineer (Civil), GMB,Morbi. These samples will sealed and will be
sent for testing of thickness, density & bituminous content in the approval laboratory. Five percent of the
amount payable for asphalt items will be withheld till the test results are received. If the results are not
satisfactory, the action as per Condition of contractor will be taken (R & B. D. Circular No.RGN 602006(35)-
C-dated 31-05-07)

CLAUSE 70:Progress Schedule: (a) The contractor shall furnish within one month (unless extended by the
Engineer-in-charge) of the order to start the work, the progress schedule in quadruplicate indicating the date or
staring. The monthly progress expected to be achieved and the anticipated completion date of each major item
of work to be done by him, also indicating dates of, procurement and setting up the materials, plants and
machinery. The schedule should include a statement of proposed general and detailed arrangements for caring
out works, and of item, order and manner in such it is proposed general and detailed arrangements for caring out
works, and of item, order and manner in which it is proposed that these shall be executed. The practice to the
achievement towards completion of the work in the time limit and of the particular items on the dates specified

121
in the contract and shall have the approval of the Engineer-in-charge. Further the dates for the progress, as in
this schedule shall be adhered to.
(a) in case it is sound necessary, at any stage to alter the schedule. the contractor shall submit in good, time a
revised schedule incorporating necessary modification proposed and get the same approved from the Engineer-
in-charge. No revised schedule shall be operative without such acceptance in writing. The Engineer-in charge is
further empowered to ask for more detailed schedule or schedule any by week, for any item or items and the
contractor shall supply the same as and when asked for.
(b) The Engineer-in-charge shall have, at all times, the right, without in any wayvitiating this contract forming
grounds for any claim, to after the order of the work of any part thereof and the contractor shall after receiving
such direction, proceed in the order directed. The contractor shall also revise the progress. Schedules
accordingly and submit four copies of the revised schedule to the Engineer-in-charge within seven days of the
said Engineer's direction to alter the order of works.
(c) The contractor shall furnish sufficient plant, equipment and labour and shall work such hours and shifts as
may be necessary to maintain the progress of the work as per approved progress-schedule, The working and
shift shall company with all the Government regulations in force and shall be such, as may be approved by
the Engineer-in-charge and the same not be varied without the prior approval of Engineer-in-charge.
(d) The contractor shall from time to time. as may be required by the Engineer-in-charge. Furnish the Engineer-
in-charge with a statement in writing of the arrangements he proposes to adopt for the execution of this
contract and the Engineer-in-charge may, if he considers necessary at any time advice alternation in the
same. Which the contractor shall adopt on notice thereof.
(e) The progress-schedule(s) shall be in the form of progress chart, forms, statements and/ or reports as may be
approved by the Engineer-in-charge.
The contractor shall submit four copies showing the progress of the work in the form of a chart etc. at
periodical intervals as may be specified by Engineer-in-charge.
(f) The approval of the progress schedules by the Engineer-in-charge shall not relieve the contractor of
schedule required by the Engineer-in-charge shall not entitle the contractor to any extra payment.
CLUASE 71: Secured Advance To Contractor: DELETED
(1) Before any secured advance for metal is paid to the contractor, the metal shall have to be tested for its
quality in the laboratory. Contractor's request for such secured advance will be considered only after test
results of metals are received and results are satisfactory. (As per Government circular No. SSR 1070-1B-
191-22-S of 5-3-92 )
(2) Advance on security of materials brought to site will not exceed 75% of the value (as assessed by the
Executive Engineer (Civil), GMB,Morbi) of such material provided that they are of imperishable nature.
(3) Recovery of advances will not be postponed until the whole of the work entrusted is completed Secured
advance will be recovered within 3 month in which secured advance is given even if material is not utilised
in the work.
(4) Secured advance is permissible on materials which are all actually brought on site and are required by the
contractor for use on items of works for which rates for finished work have been agreed upon.
(5) Secured advance will be given only on materials for which the full value is paid by the contractor to the
seller.
&f HIFZ[ ;LSIM0" V[0JFg; VF5[, ;ZSFZL DF,v;FDFGDF\ SFDGL ;F.8 p5Z W8 DF,]D 50[ tIFZ[ T[GM VC[JF, SZJFGL HJFANFZL .HFZNFZGL ZC[X[P VFJL
W8GL HF6 .HFZNFZ wJFZF CJF,FGF .HG[ZG[ TFtSF,LS SZJFGL ZC[X[ VG[ HM VFJL HF6 .HFZNFZ wJFZF CJF,FGF .HG[ZG[ TFtSF,LS GCL SZJFDF\ VFJ[
TM SFDGL ;F.8 p5Z DF,]S 50[, W8 S[ RMZLGF AGFJDF\ .HFZNFZ 5MT[ 56 51FSFZ K[ T[D U6L T[GL ;FD[ 5U,F\,[JFDF\ VFJX[P p5ZF\T SFD p5ZGF TF\l+S
SD"RFZLVM H[JF S[ SFZS]G4 JS" VF;L:8g8 H[VMGL 56 ZL5M8" SZJFGL HJFANFZL K[ T[VMV[ DF,v;FDFG SFDGL ;F.8 p5ZYL G HFI T[ HMJFG]\ ZC[X[ T[DGL
HF6 ACFZ HM VF DF,;FDFG p50L HFI TM T[JF AGFJ AgI[ +6 lNJ;DF\ ZL5M8" SZJFDF\ lGQO/ HX[ TM T[VM ;FD[ 56 HJFANFZL GSSL SZJF 5U,F,[JFDF\
VFJX[ sDFPDP lJEFU 9ZFJ S|DF\S 5LP 0A<I]P 0L V[D !_)_vI]PVMP !#s5f4 TFP Z$q!_q)_Pf
*f HIFZ[ SMg8=S8Z TFZ6JF/L 5[XUL,[JF .rKTM CMI tIFZ[ T[G[ VZHL SZL GD]GFv#! DF\ ULZMBT SZJFGM ZC[X[P VF VZHL HM0[ DF,;FDFGGL
BZLNLG]\ AL, VYJF .gJM.;q 0L,LJZL R,6 VZHL ;FY[ ZH] SZJFG]\ ZC[X[P VFJF ULZMBTYL ;ZSFZG[ TFZ6JF/F DF,;FDFG p5Z c,LVGc 5|F%T YX[
VG[SMg8=S8Z SFD BMZ\E[ 5F0[4 DF,;FDFGDF\ W8 N]~5IMU S[ RMSLNFZL TYF ;,FDTLGL jIJ:YFGF VEFJ[ BM8 S[ BR" YFI T[ ;FD[ ;ZSFZG[ Z1F6 D/X[P
(f ~l5IF 5_4___ YL JW] ZSD l;SIM0" V[0JFg; VF5JFG]\ CMI tIFZ[ VFJF DF,;FDFGGL 5]Z[5]ZL RSF;6L SFI"5F,S .HG[ZzLV[ SZJFGL ZC[X[P
(R. & B.D.G.R.No. P.W.M. - 1090-40-13(5)-C, dated 24-4-92. )
)f l;SIM0" V[0JFg;GL ZSD H[8,L A[\S U[Z[g8L .HFZNFZ[ ZH] SIF" AFNH l;SIM0" V[0JFg; R]SJJFDF\ VFJX[sDFPDP lJEFU 9ZFJ S|DF\S 5LP 0A<I]P 0L
V[D !_)_vI]PVMP !#s5fv; 4 TFP $q!_q)*Pf

122
CLAUSE 72:Advance Payment: Deleted
Advance payment for the work done, but not measured, may be made upto 80% of the approximate value of the
work done as shown in the progress reports of approximate measurement Sheets with location furnished by the
sub-Divisional Officer subject to the following conditions :-
(1) That in the case of advance payment on the item of earth-work payment should be made on the basis of
detailed measurement except during the monsoon period (June to September).
(2) That the detailed measurements should be recorded within the month from the date of payment of the bill
incorporating the advance payment. However in the case of sectional measurements of earth work, detailed
measurement should be recorded within three months instead of one month stipulated above.
If, on recording of the detailed measurements, it is found that the advance payment was made for more
amount that the value of work now measured, excess payment shall be refunded forthwith by the contractor
on demand, if it cannot be adjusted from the bill in which the item/s on which advance payment was given
are recorded by measurements.

CLAUSE 73 - Advance Against Machinery's: DELETED


1 Secured advance on plants and machineries brought to the site of work is admissible for the contract
estimated to cost more than Rs. Ten lacs.
2 Simple interest in such advances granted to contractor against plants and machineries brought to work site be
charged at the rate of __________________________ % per annum.
3 The recovery of the advance shall be effected from the second moth from the month in which advance is
given and full recovery will be completed by the time seventy five percent of scheduled time is completed.
4 Such advance will be limited to 5 percent of the estimated amount put to tender.
5 The advance will be granted for the plant and machinery actually brought to the site of work.
6 The machinery and equipment on which the advance is granted shall be of full undisputed ownership of the
contractor, and they shall be hypothecated to Government and also comprehensively insured till the advance
granted is fully recovered. The hypothecation deed shall be executed separately before the advance is
actually given.
7 The advance will be granted as 75 percent of the cost of new equipment for which the contractor is able to
produce purchase vouchers and other documents. This will not be applicable in the case of second hand
equipment purchased the contractor.
8 In the case of used or second hand equipment brought by the contractor, advance will be allowed at 50
percent of the value of the equipment arrived at in the following manner :
(a) For used equipment, for which the records of original purchase price and past utilsation are available,
depreciated value, to worked out will be subject to the confirmation by Mechanical wing of the Department.
(b) For used equipment, for which proper records of purchase price and past utilsation are not available, the
value will be assessed by a committee of Executive Engineer (Civil), GMB,Morbi of civil and Mechanical
wings. The value assessed will be based on the probable age of the equipment, its present condition and its
probable depreciated value. In working out depreciation age of the equipment. its present condition and its
probable department of spares, repair, reconditioning of the equipment shall not be taken into account
towards the capital cost. The value arrived at by the committee will be final.
9 No advance may be allowed for equipment which is more than 8 years old or which has already worked for
more than 80 percent of its life.
10 No advance shall be given on transport vehicles like jeeps, stationwagons, estatecar and such other vehicle
ordinarily required for transport purposes.
11 The recovery will have to be competed within the stipulated period of completion of work i.emonths.
[Specified advance on plant and machinery brought on site of work can be given to contractor only after
prior approval of the Government [G.P.W. Vol. I Para 3443 (i)]
CLAUSE 74 - DELETED- Mobilization advance: 1. Mobilization advance to the extent of 5% of the
estimated coast may be granted at the commencement of the work after the contractor has set up camp on site
ahs brought machineries, equipment and centering etc. for well sinking and has completed the work of service
road, water supply and lighting arrangement on the site of works which are estimated to cost over Rs. 40
Lacs.

123
2. The advance will carry simple interest at the rate of ………………………. % per annum.
3.The recovery of advance shall commence from the sixth month from the month in which the advance is paid,
and full recovery of advance and interest shall be completed by the end of . months from the date of
issue of work order. In other words the recovery of advance and intrest will spread over a spell of
____________months or less as above in equal instalments.
4. A bank guarantee from scheduled commercial bank shall have to be produced fro the amount of advance
applied or, the bank guarantee can be scaled down to the extent of recovery of advance.
5. Mobilization advance will be treated as interest bearing refundable loan for the purposed. The responsibility
of the contractor for the refund of Mobilization advance is absolute and not dependent upon the completion of
the work. The contractor will have to refund the advance with accrued interest irrespective of the fact whether
the contract is breached by either party or abandoned or finalized prematurely. (Govt. R & B Dept. Reso. No.
TCF 1382/ (8) J dated 22-4-1985)
CLAUSE 75:Before starting the work, the contractor will have to obtain the license from the District Assistant
Labour Commissioner under the Contract Labour (Regulation and Abolition) Act. 1970 and contract Labour
(regulation and Abolition ) Gujarat Rules 1972 after paying necessary fees and deposit on the basis of the
number of labour to be employed on the work and will have to supply two true copies of the said license to the
Executive Engineer (Civil), GMB,Morbi before the work is started.
CLAUSE 76:One percent of estimated cost put to tender for this work after deducting the cost of materials as
per Schedule 'A' valued at basic rate in the sanctioned estimate shall be deducted from the running account bills
of the contractor for testing the quality of materials and workmanship, no additional testing charges in addition
to the above shall be recovered from the contractor (G.R.No. R & B TNC-1085-4-C, Dated 20-12-91&
NWR&KD Circular No.PARACH/1097/1397(II) Part File /K-1(MI Cell) dated 12-01-2013)
TheAllEngineer
testing charges
in chargeas per
will provision of tender
get the cement and and
steelastested
suggested by the EIC
in laboratories of shall
G.E.R.I.beEngineering
borne by Colleges,
the contractor.
Polytechnics, Engineers India Ltd, D.G.T.D. and other laboratories approved by R & B or Water Resources
All testing
Department or involved
Industriesin the work actually
Department shall
and the test be carried
results of theseout in government
Laboratories will belaboratory
binding to or
theasContractor
per the directives of GoG..
about suitability of use of materials (G.R. No R & B TNC /1088 /IB / 220 / 18 - C Dated 31-3-05)
All expenditure there of it shall be entirely done by the agency including transportation to
However in respect of works involving use of asphalt, the contractor will set up the site testing Laboratory and
laboratories and testing charges, taxes (if any).
will provide testing instruments etc. as under:
Laboratory: The contractor will construct pucca structure of minimum 25 square meter area duly connected with
water and electric supply to house site testing Laboratory.
Instruments: The contractor will provide and install the instruments as per following. I.S. Standard to carry out
the test prescribed therein.
1. Penetration test as per I.S. 1203 2. Softening point test as per I.S. 1204
3. Ductility test as per I.S. 1208 4. Viscocity test as per I.S.1206
5 Specification gravity test as per I.S.1202
The instruments provided should be as per I.S. Standard, so certified and be regularly and periodically (R. & B.
D. G.R. No. SSR-1099-IB/91(9)-c dated 26-7-1999)
B\0 *&P! o SMg8=FS8Z wJFZF 5]ZF 5F0JFDF\ VFJ[, DF,;FDFGGF S[8,F\ 5ZL1F6M SZFJJF T[ V\U[GF ccXL0I], VMO 8[:8L\Ucc VF HM0[
;FD[, K[P VF 5lZ1F6M 5{SL !_ @ 5lZ1F6M DFgI,[AMZ[8ZL q U[ZL4 ALHF !_@ 5lZ1F6M U[ZL,[AMZ[8ZL VG[ AFSLGF (_@ 5lZ1F6M
OL<0,[AMZ[8ZLDF\ SZFJJFGF ZC[X[P 5Z\T] U[ZLDF\ GLR[GF NZ[S 5{SL VMKFDF\ VMK]\ V[S 5lZ1F6 U[ZL,[AMZ[8ZLDF\ TYF VMKFDF\ VMK]\
V[S 5lZ1F6 U[ZL q ;ZSFZ DFgI,[AMZ[8ZLDF\ VG[ AFSLGF :Y/ p5Z :YF5[,,[AMZ[8ZLDF\ SZJFGF ZC[X[P
* V[P V[U|LU8 s!f U|[0[XG sZf O,[SLG[X VG[ .,MgU[XG J[<I] s#f .d5[S8 J[<I] s$f JM8Z V%;M5"XG * ALP DF8L s!f OL<0
V[OP0LP0LP VG[ V[OPV[DP;LP sZf ;LJ V[GF,L;L;P *;LP Z[TL s!f U|[0[XGP * 0LP .8M s!f 0FID[g;G VG[ 8M,Zg; 8[:8 sZf
JM8Z VA;M5"XG 8[:8 * .P SM\S|L8 s!f GMG 0L;:8=LS8LJ 8[:8 sV<8=F;MGLS 8[:8L\U 5wWlTYLf sZf ;d5 8[:8 s#f SMd5|[;LJ :8=[gY *
V[OP AL8]DLG DLS; s!f 0FDZGL 8SFJFZL * HLP 0=FI DL1F D8LZLI<; s!f U|[0[XG
*&P!PZ :Y/ 5ZGF 5lZ1F6M DF8[ .HFZ wJFZ[ :J BR[" H~ZL TDFD ;FWGM ;lCTGL OL<0 8[:8L\U,[AMZ[8ZL SFDGF Y/[ IMuI HuIF
p5Z :YF5JFGL ZC[X[P Z:TFGF SFD DF8[ %,Fg8GF :Y/G[ SFDG]\ :Y/ U6JFDF\ VFJX[P 5Z\T]\ SFDG]\ :Y/,[AMZ[8ZL N]Z CMI TM
.HFZNFZzL wJFZF DMAF.,,[AMZ[8ZLGL H~ZL jIJ:YF ZFBJFGL ZC[X[P
*&P!P# WFZF WMZ6 5|DF6[GF 5lZ1F6MGL ;\bIF 5{SL (_@ 5lZ16 OL<0,[AMZ[8ZL DF\ .HFZNFZGF VlWS'T SJM,LOF.0 .HG[Z S[
H[VMG[ ;A\WLT SFI"5F,S .HG[ZzLV [I-CARDVF5[, CMI T[DFGF N|FZF BFTFGF GFIA SFI"5F,S .HG[Z Zl q DNNGLX .HG[Z q

124
VlnS DNNGLX .HG[ZGL CFHZLDF\H SZJFGF ZC[X[P VG[ 5lZ6FDMDF\ ;I]ST ;CLVM SZJFGL ZC[X[P HIFZ[ !_@ 5lZ1F6 U[ZL q
;ZSFZDFgI,[AMZ[8ZL sVMKFDF\ VMK]\ V[S 5lZ1F6f VG[ !_ @ U[ZL,[AMZ[8ZL sVMKFDF\ VMK]\ V[S 5lZ1F6f DFZOT[ SZFJJFGF
ZC[X[P
*&P!P$ S], 5ZL1F6MGF (_ @ 5ZL1F6 V[SH :Y/[ V[SH ;DI[ V[SH TASSFDF\ GCL SZTF SFDGL 5|UTL D]HA H[T[ TASSFV[ H[T[
SFDULZLGL VG]~5 H[ D8[ZLV, JF5ZJFG]\ YT] CMI TNVG];FZ X~VFTGF TASSFDF\ ZFBJ]\P JrR[GF TASSFDF\ T[DH VFBZL
TASSFDF\ SZFJJFG]\ ZC[X[P VFD KTF VF AFAT[ :YFGLS S1FFV[YL GFIA SFI"5F,S .HG[ZzLV[ H~ZLIFT D]HA TaASFJFZ
5lZ1F6MGL GSSL SZX[P
*&P!P5 U]6JTF lGIDG nFZFvnMZ6 5|DF6[GF AnFH ZHL:8Z lGIDLT ZLT[ lGEFJJFGF ZC[X[ VG[ T[H[ :Y/[,[AMZ[8ZLDF\
p5,an ZC[ T[D ZFBJFGF ZC[X[P
*&P!P& HM SM. SFZ6;Z 8[:8L\UGF ;FnG V5|F5I CMI VYJF J;FJJFDF\ ;DI HFI T[D CMI S[ jIJCF~ G CMI sH[DS[
.,[S8|MD[l8S A[ZL\Uf TM VFJF 5ZL1F6M U[ZL q ;ZSFZ DFgI ;\:YFVMDF\ SZFJL XSFX[ VG[ VF AFATGM lG6I ;\A\lnT SFI"5F,S
.HG[Z zL q GFIA SFI"5F,S .HG[ZzL SZX[ H[ SMg8=FS8ZG[ A\WG STF" ZC[X[P U[ZLDF\ G Y. XS[ T[JF 8[:8 ;ZSFZ DFgI,[AMZ[8ZLDF\
SZFJL XSFX[P
*&P!P* U[ZLDF\ VG[ ;ZSFZ DFgI,[AMZ[8ZLDF\ SZFJJFGF 8[:8L\UGM BR" .HFZNFZzL wJFZF EMUJJFGM ZC[X[ VG[ HM .HFZNFZ
SFDGL ;F.8 p5Z,[AMZ[8ZL G :YF5[TM SFDGL V\NFHLT lS\DTGF !@ GL DIF"NF J;],FT DF8[ ;LDLT ZC[X[ GCLP 5Z\T] BZ[BZ R]SJJF
5F+ AL,GL ZSD VFWFZLT J;], SZFX[P sDFPDP lJP GM TFP #!v!Zv_) GM 5ZL5+F\\S o 5ZRq!_Z__*qZ(q;f
B\0o** R]SJJFGF AL,DF\YL H[ T[ ;DI[,FU] 50TM J[[8 VlWlGID vZ__# D]HAGL HMUJF. D]HA R]SJ6FGF :YFG[YLSF5JF5F+ CX[
TM T[ SF5JFDF\ VFJX[P CF,GL HMUJF. D]HA V[S SZM0YL JWFZ[ lS\DTGF SZFZMGF SFDMDF\ _P&@,[B[ V[0JFg;
J[8 sTDS f SF5JFGL HMUJF. VD,DF\ K[P VF AFAT V[8 ;M;" SF5JFG[,UTL CM. VF V\U[GF SFINFDF\ JBTMJBT H[ O[ZOFZ YX[ T[
D]HA 8[S; S5FT SZJFDF\ VFJX[P.HFZNFZ[ EFJM 8[S; ;lCT EZJFGF CM. VF 8[S; S5FT DHZ[ D/JF5F+ GYLP sGF6F lJEFUGF
TFP!v$v_( GF HFC[ZGFDF S|DFS sHLPV[RPV[GPv!$f J[8vZ__(vV[;Pv5)vALvs#f s!f Y
B\0v*( oR]SJ6F\GF AL,DF\YLYI[, SFDGL lS\DTGF\ V[S 8SF,[B[ "lA<0L\U V[g0 VWZ Sg:8=SXG JS"; J[<O[Z ;[; V[S8cc VG[ T[ C[9/
30FI[, U]HZFTGF\ !))( GF\ lGIDMGF lGIDv5GL HMUJF. D]HA pST ;[;GM OF/M J;], SZJFDF\ VFJX[P szD VG[ ZMHUFZ
lJEFUGL TFP #!v!v_5GL VlW;]RGF S|DF\S o HLPV[RPVFZPqZ__5q_$q ;LP0A<I]PV[PqZ__$q($!qDv# VG[ T[ lJEFUGM TFP
_)P!ZP_5GM 9ZFJ S|DF\S ;LP0A<I]PV[PqZ__$q!(#!qDv#f TYF DFPDPlJEFUGM TFP _ZP!ZP_& GF 5ZL5+ S|DF\S o
V[;PV[;PVFZPv!_Z__$v VF.PALPv$!sZ$f;P

B\0v*)P SFDGL ;F.8 p5Z HFC[Z HGTFGL HF6 DF8[ .HFZNFZzLV[ કામનો વક ઓડર ઇ+'ુ થયા પછ5 તરત જ GLR[
D]HAGF ,BF6JF/F AF[0"G[ T[GF BR[",UFJX[PP
!P SFDG]\ GFD ov s SFDGM 5|SFZ f &P ;]5ZJF.hZL :8FOGF GFD ov
ZP lJEFUG]\ GFD VG[ ;ZGFD]\ov *P SFD X~ SZJFGL TFZLB ov
#P 5[8F lJEFUG]\ GFD VG[ ;ZGFD]\ ov (P SFD 5]~ SZJFGL TFZLB ov
$P 8[g0ZGL ZSD ov )P SZJFGF SFDGL 8]\SL lJUTov
5P .HFZNFZzLG]\ GFD ov

Z:TFGF SFDM
v DF8L SFDGL HF0F. PPPPPPPPPPPPPPPP ;[PDLP v D[8,GF 5|YD :TZGL HF0F. PPPPPPP ;[PDLP
v 0FDZGL ;5F8LG]\ SFD PPPPPPPPPPPPPPP ;[PDLP v D[8,GF ALHF :TZGL HF0F. PPPPPPPP;[PDLP

s PPPPPPPPPPPPPPPPPPPPPS5RL PPPPPPPPPPPPPPPPPPPPPP U|L8 VG[ PPPPPPPPPPPPPPPPPPPPP 0FDZ JF5ZJFGF[ f


v 0FDZGL ;L,L\U ;ZO[;G]\ SFD PPPPPPPPPPPPPPPP ;[PDLP
s PPPPPPPPPPPPPPPPPPP S5RL4 PPPPPPPPPPPPPPPPPP U|L8 VG[ PPPPPPPPPPPPPPPPPPPPPPP 0FDZ JF5ZJFGM f
5],GF SFDM
v5],GF PPPPPPPPPPPPPPP,\AF.GF PPPPPPPPPPPPP UF/F v 5],GF 5FIGF SMgS|L8G]\ 5|DF6 PPP s;LD[g84 S5RL4 Z[TL f
- 5],GF YF\E,FqV[A8D[g8GF SMgS|L8G]\ 5|DF6PP s;LD[g84S5RL4Z[TLf - ;]5Z :8=SRZGF SMgS|L8G]\ 5|DF6 PPs;LD[g84 S5RL4
Z[TL f
v VgI lJX[QF HMUJF.

125
ÂDSFGGF SFDM
v 5FIFGF SMgS|L8G]\ 5|DF6 PPPPPPPPs;LD[g84 S5RL4 Z[TL f v .\8MGF R6TZDF\ ;LD[g8qZ[TLG]\ 5|DF6 PPPPPPP
s;LD[g8qZ[TLf
v EM\IT/LIFGF SMgS|L8G]\ 5|DF6 PPPs;LD[g84 S5RL4 Z[TL f v EM\IT/LI[ PPPP ;[PDLP HF0F.GL PPPP ;[PDLP ;F.hGL
DMh[S 8F.<;
v AFZLAFZ6F v ;FUL,FS0FGF q :8L, O|[D q VgI
VFZP;LP;LPSFDM
VFZP;LP;LPSFDDF\ SMgS|L8G]\ 5|DF6 PPPPPPP s;LD[g84 S5RL4 Z[TL f
!PVF SFDGF lJUTJFZ :5[XLOLS[XG GFIA SFI¶5F,S .HG[ZzL PPPPPPP 5[8F lJEFU PPPPPPPPPPGL SR[ZLDF\ VMOL;GF
;DI NZdIFG SM.56 ;DI[ HM. XSX[P VF SFDGF DFl,SL HFC[Z HGTFGL K[P VG[ SFDDF\ SM. 1FlT S[ VlGIlDTTF H6FI
TM T[ AFATDF\ GLR[GF SF[.56 VlWSFZLGF[ ;\5S‰ SZJF TYF T[DG]\ wIFG NF[ZJF lJG\TL K[P s!f GFIA .HG[ZzLGL SR[ZL
PPPPPPPP sZf SFI‰5F,S .HG[ZzLGL SR[ZLPPPPPPP s#f VlW1FS .HG[ZzLGL SR[ZL PPPPPPPPPPPPPP
ZP DSFG H[JF l;DL8 1F[+O/ DF8[ V[S AF[0‰ D]SJ]\ H~ZL K[P HIFZ[ Z:TF4 5],F[DF\4 5F6LGL 5F.5,F.G4 U8Z,F.G4
S[GF, lJU[Z[ SFDF[DF\,\AF.GF[ jIF5 JW] CF[I tIFZ[ VFJF SFDF[DF\ V[S SZTF\ JW] AF[0‰ s HGTFGL VJ/ HJZ JW] CF[I tIF\
T[DH A\G[ K[0F p5Z VG[ JrR[f 8=FOLS ;,FDTLG[ wIFG[ ZFBL AF[0" D]SJFGF ZC[X[P
.HFZNFZzL lGIT :Y/[ AF[0‰,UFJLG[ OF[8F[U|FO ;CLTGF[ VC[JF, VF SFD ;\A\lWT GFIA SFI"5F,S .HG[ZzLG[
SFI‰5F,S .HG[ZzLGL HF6 C[9/ JS‰ VF[0‰Z .:I] SIF‰ TFZLBYL V[S DCLGFDF\ SZX[P HF[ T[D SZJFDF\ lJ,\A YFI TF[
lJ,\ALT ;DIDF\ R]SJJFGF ZGL\U AL,DF\YL DSFGF[GF SFDDF\ 8[g0ZGL ZSD ~FP _PZ5@ VG[ VgI SFDF[DF\ 8[g0ZGL ZSDGF
!@ H[8,L ZSD ZF[SJFDF\ VFJX[P
DFPDPlJPGF TFo Z&v$v*(GF 5lZ5+ TYF TFo Z*v!!v)_4!(v!!v)!4ZZv*v)( TYF TFo 5v#vZ_!!gf
9ZFJ G\P .V[,;LP !_)_vZ$v;4 VFWFZLTf

Annexure: The information in the following annexure specimens should be furnished on separate letter
pad if necessary.

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

126
ANNEXURE – 1
(Referred to condition No.2 general rule and direction for the guidance of contractor)
To,
The Executive Engineer Place:
Division: Date:
Details regarding my our partners our company (In case of limited company) Name,address(es),Telephone
Numbers(s) income tax etc.are as under.

Sr. Name(s) of Full address of the Teleph Residential Teleph Full address of
no. Person/Partner place of business one address(es) one income tax office
Director of the (with pin code) No.(s) (Resi) No.(s) ward where
company (office) income tax return
is filed
1 2 3 4 5 6 7

I/We hereby agree to intimate to you about change if any, in the above-mentioned address(es) and telephone No.
(s) within Fifteen days of its occurrence till may/our deposit, for the said work paid by me/us is not returned to
me/us.

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

127
ANNEXURE-2
Annexure: -2 8[g0Z VF.8DMGF EFJM EZTL JBT[ U6TZLDF\,LW[, DH]ZL TYF :5[XLOLS[XGDF\ H6FjIF D]HA DF,;FDFG V\U[GF SFDGF :Y/GF
50TZ EFJM sNZf V\U[GL lJUTP s VF lJUT #_,FB SZTF p5ZGF\ SFDDF\ EZL ZH] SZJL OZHLIFT K[Pf
Vf DH]ZLGF N{lGS NZ
!f S0LIF4 ;]YFZ4 %,dAZ4 :SL<0 SFZLUZMGF NZ ~FP
Zf EL:TL4 C[<5Z4 JU[Z[ ;[DL :SL<0 SFZLUZMGF NZ ~FP
#f DH]ZM s:+Lv5]~QFf к DH]ZMGF NZ ~FP
!f DSFGM
VG]\ 8[g0Z VF.8D G\P DF,;FDFGGL lJUT I]lG8 NZ
!P .\8MP !___ G\U ~FP
ZP 5yYZ R6TZGM WPDL
BF6,L0 !Z DLDL YL
S5RL Z_ DLDL
BF6 WPDL
#P ,L0 SLPDL ~FP
$P Z[TL 5|F%TL :YFG ,L0 SLDL ~FP
5P ,FS0]\ ;FULgS8 ;F.h
s;Z[ZFX IFNL DF8[f
sVf AFZL RMPDL ~FP
sAf AFZ6F RMPDL ~FP
&P O,MZL\U 8F.<; RMDL ~FP
* 5M,L; SM8F :8MG HF0F. DLDLP RMDL ~FP
( U[<J[GF.h 45F.5
Vf Z5 DLDL NZPDL ~FP
Af !Z DLDL NZPDL ~FP

Zf sZ:TFVMf SFDGF :Y/ p5ZGF EFJ


VG\ 8[g0Z DF,;FDFGL lJUT BF6 ,L0 I]lG8 NZ ~FP
VG]\ 5|Fl%T :YFG]\ SLDL
GFD s;Z[ZFXf
!P D]ZD WPDLP
ZP CF0" D]ZD WPDLP
#P Z[TL WPDLP
$P D[8, WPDLP
5P S5RL WPDLP
!Z DLDL YL Z_ DLDL WPDLP
&P 5yYZ 5LRL\U DF8[ WPDLP

#f CM8 DL1FGF SFDM DF8[ SFDGF :Y/ p5ZGF 50TZGF EFJ

VG]\ 8[g0Z VG]\ lJUT I]lG8 NZ ZLDFS;"


!P S5RL WPDLP BF6
ZP U|L8 WPDLP BF6
#P A<S VF:OF\<8 WPDLP
$P 0FDZ SFDL DH]ZL WPDLP
$f 5],MGF SFDM o SFD :Y/ p5ZGF EFJ
VG\ 8[g0Z DF,;FDFGL lJUT BF6 ,L0 I]lG8 NZ ~FP
VG]\ 5|Fl%T :YFG]\ SLDL
GFD s;Z[ZFXf
!P DXLG S:04 D[8, WPDLP
ZP S5RL WPDLP
#P U|L8 WPDLP
$P Z[TL WPDLP
5P CF. 8[g;F.,JF8Z WPDLP
V[SZFZ 5+

128
p5ZMST 5lZlXQ8MDF\ VF5[, 8[g0ZDF\ EZ[, EFJMGL RSF;6L V\U[ CM. T[ BFTFG[ A\WGSTF" ZC[X[ GCLP T[DH T[GF\ NXF"J[, BF6 DYS[YL
:5[;LOLS[XG D]HAGM DF,;FDFG GCL D/[ TM T[ :5[XLOLS[XG 5|DF6[GFM DF,;FDFG BFT] DFgI SZ[ T[ VgI HuIFV[YL,FJL VF5LX] H[ DF8[ SM.
J/TZGM S,[.D D]SJFDF VFJX[ GlCP

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

129
ANNEXURE - 3
PERFORMANCE BOND (See clause no. 1)
(The date of this bond must not be prior to the date of the instrument in connection with which it is given)
Principal (Contractor)………………………………………………………………………………..
Surety (Bank)………………………………………………………………………….
Sum of bond (express in words and figures)……………………………….
Contract No. and date of Contract………………………………………………………..
KNOW ALL MEN BY THESE PRESENT, THAT WE, THE PRINCIPALS AND SURETY: Above named are
held firmly bound unto the ……………………………….. hereinafter called the Employer in the amount stated
for payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors. administrators
and successors jointly and severally, firmly by these presents subject to the provisions of which the aforesaid
Contractor on demand and without demand on a claim being made by the Employer.
THE CONDITION OF THIS OBLIGATION IS SUCH : That whereas the principals have entered in to a
contract with the Employer numbered and dates as shown above and hereto attached for the execution of work
………………………………………………
NOW THEREFORE, if the Principal shall well and truly perform and fulfill at the undertakings, covenants,
terms, conditions and agreements of said contract during the original terms of the said Contract and any
extensions thereof that may be granted by the Employer with or without notice to the surety and during the life
or any guarantee required under the contract and shall also well and truly perform and fulfill all the
Undertakings, covenants terms, conditions and agreements of any all duty and unduly authorized modifications
of said Contract that may hereafter be made, notice of which modifications to the surety being hereby waived or
shall pay over, make good and reimburse to the Employer all loss and damages which the employer may sustain
by reason of failure or default on the part of said Principal so to do.
We ………………………………………………. further agree that the guarantee herein contained shall remain
in full force and effect during the period that would be taken for the validity of the said Contract, and that it shall
continue to be enforceable till all the dues of the employer under or by virtue of the Contract have been fully
paid and its claims satisfied or discharge or till the Employer certifies that the terms and conditions and
accordingly discharges the guarantee. Unless a demand or claim under this guarantee is made on us in writing
on or before the ……………………………………………… we shall be discharged from all liability under this
guarantee thereafter.
IN WITNESS WHERE OF, the above bounded parties have executed this instrument under their several seals
on the date indicated above the name and corporate seal of each corporate partly being hereto affixed and these
presents duly signed by its undersigned representatives, pursuant to authority of its governing body.
In the presence of witness
Principal
1……………………………………………as to ……………………………………….. (seal)
2……………………………………………as to ……………………………………….. (seal)
3……………………………………………as to ……………………………………….. (seal)
4……………………………………………as to ……………………………………….. (seal)
by…………………………………………. affix Corporate Seal
Attested
Corporate suretyBusiness address _______________
Affix by ………………………………………………………………..corporate Seal
Title
For and on behalf of the Employer

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

130
ANNEXURE - 4
LIST OF WORKS ALREADY COMPLETED BY THE TENDERER
.HFZNFZ[ 5}ZF SZ[, SFDMGL IFNL
Sr.No. Name of work Place Cost on Time taken in Remarks
S|DF\S SFDG]\ GFD :Y/ completion months To complete lJX[QF GM\W
5}ZF YI[, SFDGL the work
lS\DT SFD 5]Z] SZJF DF8[,LW[,
;DI DF;DF\

1 2(a) 2(b) 3 4 5

Note: Necessary certificate from office concerned shall be attached with the tender
;A\lWT VlWSFZLG]\ H~ZL 5|DF65+ 8[g0Z ;FY[ ZFBJ]\P

ANNEXURE - 5
LIST OF PLANT AND MACHINERY IN GOOD WORKING ORDER AVAILABLE WITH TENDERER
.HFZNFZ 5F;[ ;FZL VG[ RF,] CF,TDF\ CMI T[JF I\+M VG[ VMHFZMGL IFNL
Sr. Plant or Location Age of Make Capacity Approximate Remark
No. Machinery :Y/ Machinery AGFJ8 1FDTF Value lJX[QF GM\W
S|DF\S VMHFZM VYJF DXLGZL S[8,F V\NFHL lS\DT
I\+M JQF¶ H]GL K[P

1 2(a) 2(b) 3 4 5 6 7

ANNEXURE - 6
DECLARATION REGARDING WORKS ON HAND WITH TENDERER
.HFZNFZGF CFY 5Z CMI T[JF SFDGL lJUT
Sr. Name of Place Estimated Date of Stipulated Amount Brief Remark
No. work :Y/ Cost issue of period of of work details of lJX[QF GM\W
S|DF\S SFDG]\ GFD V\NFHL lS\DT work order completion done on delay if
SFD X~ SZJFGF SFD 5]Z] date of any
C]SDGL TFZLB SZJFGL lGIT filling -L, HM
D]NT tender YI[, CMI
8[g0Z EIF¶ TM T[GF
TFZLB 8}\SDF\
SFZ6M

1 2(a) 2(b) 3 4 5 6 7 8

Note 1: Amount of work in column 6 should be given up to the month previous to the month in which
tenders are invited.
GM\W ov VF;G & DF\ H[ DF;DF\ 8[g0Z DF\UJFDF\ VFjI] CMI T[ 5C[,FGF DF;GF V\T ;]WL SZ[, SFDMGL ZSD NXF¶JJLP

131
Note 2: Necessary certificate from the officer concerned shall be attached with the tender.

ANNEXURE – 7. Special condition of contract


1. If bids are invited by district Panchayat the words “By order of” or “On behalf of the
governor of Gujarat” shall be read as “On behalf of President of district Panchayat” in place
of designations of state engineers other than executive engineers the words “P.W.D.
committee of district Panchayat” / к will be read and so
understood.
2. If the item specifications provide for mixing wetmix Macadam at plant site, the three registers
prescribed to be maintained or asphalt items on the basis of hot mix plant as per PWD circular
No. / / 88/" / . 07/08/1980 shall be maintained in which the detail of gate pass,
weight etc. shall be recorded however mixing on site will not be permitted and no payment
will be made for mixing on site. The payment for such item will not be made on the basis of
weight of wetmix as per gate pass but will be made on the basis of the thickness of layer
achieved after density test of volumetric quantity, as provided in the specifications of such
item (R&B Circular No. / 102015-55- . 0(/11/2015)

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

132
SCHEDULE – A VG];]lRvS
Schedule showing (approximately) the materials to be supplied from the Public works store
for work contracted to executed and the rates at which they are to be charged for
H[ SFD CFY WZJF DF8[ SMg8=FS8 SZFIM CMI T[ SFDDF\ AF\WSFD lJEFUGF :8MZDF\YL 5}ZM
5F0JFGM DF,;FDFG s VFXZ[ f VG[ T[ V\U[ J;],,[JFGF NZ NXF¶JTL VG];}lR

Particulars Approximate Rate at which the materials Place of


lJUT quantity will be charged to the delivery
V\NFHL HyYM contractor 0L,LJZLG]\ :Y/
SMg8=FS8Z 5F;[YL DF,;FDFG
DF8[,[JFGM YTM NZ

1 2 3 4 5
Unit V[SD Rate in
Rupees EFJ
~l5IFDF\

GM\W ! ov ~l5IF 5,FBYL JW] S[ VMKL lS\DTGF SFDDF\ JF5ZJF ;LD[g8 VG[ VYJF :8L, TYF SM.56 SFDDF\ 0FDZ
SFDDF\ lJEFU TZOYL 5]ZL 5F0JFDF\ VFJX[ GCLP sDFPDPlJP 9ZFJ S|DF\S 8LPV[GP;LP q !_(5 q $ q V[;
TFPZ_v!Zv)! TYF V[;P8LPVFZPq!_)* q (Z q C TFPZ*v!!v)* TYF 8LPV[GP;LPv!_(( v VF.AL q
ZZ_v!(v ; TFP #!v#v_5 f 5Z\T] GD¶NF 4 H/;\5ltT VG[ 5F6L 5]ZJ9F lJEFU wJFZF SFDDF\ JF5ZJF H~ZL :8L,
lJEFU wJFZF 5]~ 5F0JFGL HMUJF. TFPZ#v&v)* GF lJEFUGF 9ZFJ S|DF\S V[;P8LPV[,Pq !_) q S[ q 5( q EFU sCf
wJFZF RF,] ZFBJFDF\ VFJ[ K[P VF V\U[ X[0I], vV[ DF\ H[ HMUJF. SZJFDF\ VFJ[ T[ VFBZL U6FX[P
GM\WvZ ov ;LD[g8 ov HIFZ[ ;LD[g8 .HFZNFZ wJFZF SFDDF\ JF5ZJF,FJJFDF\ VFJ[ tIFZ[ VFJM ;LD[g8 .HFZNFZ
VF.PV[;P5|DF65+JF/F TYF D}/ pt5FNS S\5GLDF\YL ;LWL ZLT[ D[/JJFGM ZC[ K[P VG[ T[GL BZF. DF8[ T[GF R]SJ6FGF
AL,M SFP.PzLG[ ZH] SZJFGF ZC[X[P VFJM ;LD[g8 S\5GLGF VlWST lJS|[TF 5F;[YL BZLNL XSFX[[ GCL 5Z\T] EFJ JWFZFGF
:8FZ Z[.8 D]HA R]SJ6] SZJF V\U[GL U6TZLDF\,[JFGF ;LD[g8GF EFJM VlWST lJS|[TF 5F;[YL D[/JL XSFI4 5Z\T]
VlWST lJS|[TF 5F;[YL BZLN SZL XSFI GCLP s TFP&v$v)( GF[ DFPDPlJP5lZ5+ 8LV[G;L q !_((q VF.AL q s!(f q
;f
GM\W ov# ov,MB\0 ov HIFZ[,MB\0 .HFZNFZ wJFZF,FJJFDF\ VFJ[ tIFZ[ T[ V\U[G]\ AL, V;,DF\ SFP.PG[ ZH] SZJFG]\
ZC[X[PVG[ VFJF :8L,G]\ U[ZL,[AMZ[8ZL S[ .HG[ZL SM,[H S[ 5M,L8LSGLSDF\ 8[:8L\U SZFjIF AFN H :8L, SFDDF\ JF5ZJF
N[JFDF\ VFJX[P
GM\W $ ov 0FDZ ov HIFZ[ SFDDF\ JF5ZJF 0FDZ .HFZNFZ wJFZF,FJJFGM CMI tIFZ[ T[ 0FDZ .HFZNFZ[ VM.,
ZLOF.GZLDF\YL 5{;F EZL tIF\YL H ;LWM BZLNJFGM ZC[X[PVF V\U[ .HFZNFZ[ 5]ZL SZJFGL XZTM GLR[ D]HA ZC[X[P s!f
.HFZNFZ 0FDZ SIF\YL,FjIF T[ V\U[G]\ AL, V;,DF\ SFP.P G[ ZH] SZJFG]\ ZC[X[P sZf ZLOF.GZLGF U[85F; 56 AL,
;FY[ ;FD[, SZJFGF ZC[X[P s#f 0FDZ H[ 8[gSZDF\,FJJFDF\ VFJ[ T[ 8[gSZGM JFCG G\AZ ATFJJFGM ZC[X[P s$f 0FDZ
p5Z .HFZNFZzLG[ V[0JFg; 5[D[g8 VYJF ;LSIM0¶ V[0JFg; D/L XSX[ GCLP s5f .HFZNFZ[ ZH] SZ[, V;, AL,DF\
0FDZGM U|[0 s SJM,L8L V\U[ f p<,[B CMJM HM.V[P VF V\U[ .HFZNFZ[ 0FDZGF U|[0 V\U[G]\ 8[:8 ZLh<8 q U|[0 V\U[G]\

133
5|DF65+ ZH] SZJFG]\ ZC[X[P s&f .HFZNFZ[ 0FDZGL VFJS qJ5ZFX q ART V\U[G]\ ZHL:8Z %,Fg8 q ;F.8 p5Z
lGEFJJFG]\ ZC[X[P s DFPDPlJP5lZ5+ S|DF\S V[;P8LPVFZ q!_)* q (Z q C TFPZ*v!!v)* VG[ Z!v!!v)( f
Note 5: The person or firm submitting the tender should see that the rates in the above
schedule are filled up by the Engineer-in-charge the issue of the form prior to the submission
of the tender.
GF[\3v5o 8[g0Z ZH] SZGFZ jIlST S[ 5[-LV[ 8[g0Z ZH] SZTF\ 5C[,F\ T[G[ VF5JFDF\ VFJTF\ OMD¶DF\ CJF,FGF .HG[Z[ p5ZGL
VG];]lRDF\ NZ EZL VF%IF CMI T[GL BFTZL,[JL
Note 6: Store to be supplied to contractors for a work free of cost should be mentioned in
Schedule 'A' in addition to schedule 'B' and the specification attached to the contract
agreement form.
GF[\3v&o SM. SFD DF8[ SMg8=FS8ZG[ lJGF D]<I[ 5]ZM 5F0JFGM DF,;FDFG VG];]lRvB T[DH SMg8=FS8ZGF SZFZ ;FY[ HM0[,L
lJUTMGL IFNL p5ZF\T VG];]lR vS DF\ H6FJJ]\P

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

134
SCHEDULE ' B'

Memorandum showing items works to be carried out:

CFY WZJFGF SFDGL AFATM NXF¶JTL IFNL

Items Quantities Item of work Tendered Rates Unit Total amount


No. estimated SFDGL AFAT 8[g0ZDF\ NXF¶J[, NZ V[SD according to estimated
AFAT out or less In figures In quantities
G\AZ V\NFH[, VF\S0FDF\ words V\NFHL HyYF VG];FZ S],
HyYM H[ Rs. Ps. XaNMDF\ ZSD
VMKM JtTM
Y. XS[
1 2 3 4 5 6
As per price bid

(A) Total Tendered amount Rs………………………


(B) Rebate on above tendered amount (if any) …………. % (In figure)
Rs……………………..
(……………………………………………………………………………in words)
(C) Net tendered amount (A – B) Rs………………………
(In words Rupees…………..………………………………………………………….)
Notes 1 - All work shall be carried out as per Public Works Department Handbook and other
specifications of Division or as directed.
GM\W v!ov AW]\ H SFD AF\WSFD lJEFUGL 5]l:TSF VG[ l0lJhGGL ALHL BF; lJUT D]HA VYJF ;}RGF 5|DF6[ SZL
VF5JFG]\ ZC[X[P
Notes 2 - Rates quoted include clearance of site (prior commencement of work and at its
close) in all respects and hold good for work under all conditions, site, moisture,
weather etc.
GM\W vZ ov 8F\S[,F NZDF\4 :Y/GL s SFDGF VFZ\E[ VG[ 5}~ YFI T[ JBT[ f NZ[S ZLT[ ;FO;}OL SZJFGM ;DFJ[X YFI K[P
VG[ T[ NZ TDFD 5lZl:YlT 4 :Y/4 E[H4 CJFDFG JU[Z[ C[9/ SFD DF8[ VD,DF\ ZC[X[P

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

135
SCHEDULE - C

(see clause No. -2 )

Time Schedule, for completion of different designated parts of the work and rate of liquidated
to be paid by the Contractor, if he fails to complete the part of work within stipulated time
limit is as detailed below :

Time Schedule of Completion

Percentage of time of the Percentage of work Rate of liquidated damages


total time limit per day
1 2 3
Earth Work
25% 17% 0.1%
50% 50% 0.1%
75% 75% 0.1%
100% 100% 0.1%
Dismentaling, Earthwork,
Building & Concerete work
25% 17% 0.1%
50% 50% 0.1%
75% 75% 0.1%
100% 100% 0.1%
Road work
25% 25% 0.1%
50% 50% 0.1%
75% 75% 0.1%
100% 100% 0.1%
Harbour/Marine work
25% 10% 0.1%
50% 40% 0.1%
75% 80% 0.1%
100% 100% 0.1%

(As corrected vied B & CD GR. No. TNC - 1091 - IB - 10/(11) - C, dated 29-6-92)

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

136
CHAPTER-8

Construction of new jetty on south side of USL jetty at port


Navlakhi. (Part A, B & C- jetty, approach & Back up area.)
GENERAL SPECIFICATIONS

8.1 GENERAL

8.1.1 Indian Standard: All materials used in the works shall be of the best quality of their
respective kinds and as specified herein, obtained from sources and suppliers approved by the
Engineer-in-Charge (EIC) or his authorized representative and shall conform to the latest
edition of Indian Standard issued by the Bureau of Indian Standards. All materials shall
comply strictly with the tests prescribed hereinafter or where with the requirements of the
latest issues of the relevant Indian Standards. Standards issued elsewhere may be used only
when appropriate Indian Standards are not available and are subject to approval of EIC.
8.1.2 Inspection, Sampling and Testing:
All materials used in the works shall be subjected to inspection and tests. Samples of all
materials proposed to be employed in the permanent works shall be submitted to the EIC for
approval before they are brought to the site.
Samples provided to the EIC or his AR for their retention are to be in labeled boxes suitable
for storage. Materials or workmanship not corresponding in character and quality with
approved samples will be rejected by the EIC.
Samples required for approval and testing must be supplied in sufficient time to allow for
testing and approval, due to allowance being made for the fact that if the first samples are
rejected, works arising from the late submission of samples will not be acceptable as reason
for delay in the completion of the works.
Materials shall be tested leaving the manufacture's premises, quarry or sources where
possible. Materials shall also be tested on the site and they may be rejected if found not
suitable or not in accordance with the specifications notwithstanding the results of tests at the
manufacturer's works or elsewhere or of test certificates or of any approval given earlier. The
contractors shall provide all assistance, instruments, machinery, labour and materials as are
normally required for examining, measuring and testing any work.
8.1.3 Dispatch of Materials: No materials shall be used in the works unless they have first
been approved by EIC. Materials shall not be dispatched from the manufacturer's works to
the site without written authority from the EIC or his AR.
8.1.4 Test Certificate: All Materials have been tested in accordance with the requirement
of this specification, the appropriate Indian Standard or other relevant
Standard specifications are to be supplied free of charge, on request to the EIC or
his AR.
8.1.5 Name of Manufacturers and Copies of Orders: Before ordering any materials or
any description for the works, the Contractor shall submit for the approval of the EIC,
suppliers proposed and any other detail required by the EIC and shall afterwards send to the
EIC.
8.1.6 Storage of Materials: All materials used in the work shall be stored as appropriate to
prevent deterioration or damage from any cause whatsoever to the entire satisfaction of the
EIC or his AR and as amplified in the succeeding clauses.

137
8.1.7 Record and Usage of Materials: The contractor shall maintain a detailed record of
all materials received on the site or in his stores or storage and working areas in the vicinity
of the site and shall make such recordsavailable to the EIC. Materials shall wherever possible
and practicable be used on the order in which they arrive on the site and in the stores on
storage and working areas in the vicinity of the site.
8.1.8 Notice for Inspection of Materials: Where the EIC or his AR shall give notice to the
contractor that materials are to be inspected off the site, the contractor shall, having regard to
the location of the materials and the nature of the inspection, test or examination required,
give to the EIC or his AR when such materials are ready for inspection, test or examination,
such notice as the EIC may reasonably require to enable the inspection, test or examination to
be made. Delay to the works arising from the late submission of such notice will not be
acceptable as reason for delay to the completion of works.
8.1.9 Use of Permanent Materials for Temporary works: Materials for the permanent
works shall not be used for temporary works unless otherwise approved in writing by the
EIC. Granting of such permission shall not prejudice the right of the EIC to reject materials
so used which have become unfit for use in the permanent works.
8.1.10 Cost of Sampling and Testing: Sampling of materials for approval and testing as
called for under the appropriate Indian Standard or other relevant standard specification is to
be done without charge to G.M.B, the cost of all such tests and sampling shall be deemed to
be included in the rates and prices quoted in the Bill of Quantities.
8.1.11 Standard of Workmanship: A high standard of workmanship in all trades will be
required. The contractor shall ensure that only skilled and experience persons are employed.
8.1.12 Plant: 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 a manner as to ensure its efficient working. The EIC may direct that
plant, which is not efficient and is prejudicial to the quality of the work be removed from the
site and replaced by plant to his satisfaction.
8.1.13 Contractor's Supervision: The Contractor's supervisory staff shall be men/women
fully experienced in the type of work being carried out under their supervision and capable of
ensuring that it is done well and efficiently.
Temporary Works:
Where required, the Contractor shall furnish such details of his temporary works as may be
called for by the EIC and the Contractor shall satisfy the EIC as to their safety and efficiency.
The EIC may direct that temporary works which he considers unsafe or inefficient shall be
removed and replaced in satisfactory manner.
8.1.14 Materials Not Specified: All materials not herein fully specified and which may be
offered for use in the works shall be subject to the approval of the EIC without which they
shall not be used anywhere in the permanent works.

8.2 EXCAVATION
8.2.1 General
Excavation for the foundation works shall be carried out to the widths, lengths and depths and
within the lines and levels indicated on the drawings or as directed by the EIC. Any
excavation beyond such limits or instructions shall be made good by filling with approved
earth to the required compaction by the contractor at his own expense to the satisfaction of
the EIC.
8.2.2 Record Survey
Before beginning excavation or filling the EIC and the contractor shall jointly survey
and record all ground levels and surroundings on the site.

138
8.2.3 Disposal of Excess Excavation
Excavated material not required for filling is to be disposed of as directed by the EIC
as a contingency of the contract. The site must at all times be kept free from surplus material.

8.3 SHIFTING AND SETTING UP OF PILE EQUIPMENT


The piling rig should be placed at the required location, so that pile can be erected exactly at
its stipulated location. The soil boring tools, rock-boring tools, bentonite slurry, tremie pipe,
the reinforcement cage for the pile, etc. should be kept in readiness as close to the pile
location as possible. The concrete mixing plant with more than adequate quantities of
aggregates,cement and water for the estimated quantity of concrete in the pile should also be
kept in the readiness. If at any time during the progress of the work, any discrepancy is found
in the position, level or alignment of any part of the work, the Contractor shall rectify such
error at his own cost to the satisfaction of the E.I.C. The checking of any setting or line and
alignment by the EIC shall not in any way to relieve the Contractor of his responsibility for
the correctness.
The Contractor shall carefully protect and preserve all Benchmarks, pegs and other things
used in the setting out the work.Care shall be taken to shift the piling rig and equipment
after completing the bored pile and for starting the next bored pile so that the
completed bore is not damaged. Any damage, if caused during the shifting and setting,
the same shall be rectified to the original design as directed by the EIC without any
extra cost for the labour, materials and the equipment.

8.4 LOWERING AND PITCHING OF LINER


The steel cylindrical liner delivered at the site shall be placed accurately in position for the
piling with approved equipment. The Contractor shall provide all required survey equipment
of approved accuracy and the technical manpower to handle them. He shall set up required
control stations and make all necessary calculations (to be checked and approved by EIC in
each case) so that the liners can be located accurately in their position. The Contractor shall
inform the EIC before each setting and it shall be checkedand approved by him.The MS
liners for piles shall be lowered and pitched to exact pile location and alignment. Care shall
be taken to see that the liners shall not be out of alignment. The permissible positional
deviation shall be within the limits as laid down in IS-2911 part-I section-2. The liners which
are beyond the above mentioned tolerances shall be liable for rejection and no payment shall
be made for such rejected liners. The Contractor shall take all precautionary measures at
every stage of lowering and pitching of liners so that it does not deviate from the permissible
limit.

8.5 DRIVING OF M.S. LINERS


The cylindrical liners are driven accurately so that the piles can be cast as accurately as
possible to the vertical specified. Any liner found to deviate from its proper alignment will
have to be pulled out and re-driven. Any damaged part of the liner shall be rectified before re-
driving. For fixing the pile position, theodolite, level or GPS method should be used, and
the contractor should provide pile-driving frame with power, winch etc.
The Contractor shall submit to the EIC the method and type of equipment that will be
adopted for driving the liners before starting the work and the same shall be got approved
from the EIC. The Contractor shall employ qualified, experienced and standby gang at the
site during the driving operation. The driving of the liner should be in plum. Any liner if
found out of plum should be rectified by lifting and re-driving to the satisfaction of EIC. The
liners shall be driven up to the level as directed by the E.I.C.. The department's decision of
founding of liners shall be the final. All subsequent pieces of liners shall be got approved

139
through the EIC before fabricating over the driven liners at the respective pile location. The
contractor shall remove the liners above designed cut off level and this shall be cut in
approved manner at the contractor's cost.

8.6 ADMIXTURES FOR CONCRETE


8.6.1 Approval
Admixture to the concrete shall not be used without the written consent of the EIC.
When permitted the contractor shall furnish full details from the manufacturer and shall
carry out such tests as the EIC may require before any admixture is used in the work.
8.7 CONCRETE

8.7.1 Codes
All design and construction shall be performed in accordance with the Indian Standard
Code of Practice for plain and reinforced concrete IS:456(Latest) and other relevant
codes mentioned therein.
8.7.2 Qualified Personnel
A fully qualified and experienced concrete quality control engineer shall be employed by the
Contractor and shall be available on site at all times when concerting is taking place. Prior to
commencement of the works, Contractor shall submit for the approval of the EIC details of
qualifications and experience of the personnel to be engaged in the work of concrete and
quality control. Operators of mechanical vibrators and mixers and foreman in-charge of
placing of concrete shall be fully trained and experienced for their class of work and they
shall be named to the EIC for approval.
8.7.3 Concrete Grades
The grade of concrete shall be in accordance with the following table:

Grade Maximum Min. crushing Strength (N/Sq.mm) Min. mixing


size of Preliminarytests/ works Tests time
aggregate 7 Days 28 Days 7 days 28 days (Minutes)
(mm)

M 40 20 - - 28 40 2

M 35 20 - - 24 35 2

M 25 20 - - 17.50 25 2

8.7.4 Designed Proportion


When concrete is specified the Contractor shall make calculations and carry out all the
necessary tests to determine for each concrete grade the proportion by weight of cement,
aggregate and water necessary to produce concrete prior to commencement of works. The
contractor shall submit to the EIC for approval.
The proportion of cement(SRPC), coarse aggregate, fine aggregate and water so
determined.
The sieve analysis of aggregates, which he proposes to use in the works.

Full details of preliminary tests on each class of concrete, and on the ingredients
of each class of concrete.
140
For each trial mix, the mix strength - determined as the average of 10 test specimens - shall
exceed the specified strength under the heading "Preliminary Tests".
All calculations relevant to the design of each grade of concrete mix.
For under water concreting (including Tremie concreting), the Contractor shall confirm to
Clause 14 of IS: 456. Minimum cement(PPC) content required for cement concrete to ensure
durability under severe exposure condition shall be as per Table 5 of IS: 456. The maximum
cement concrete in the concrete mixes shall be subject to the approval of the EIC. However,
minimum cement(PPC) contents for M 40-for piles,M-40-for other RCC members and M 35
grade concrete shall be 478kg/cum for pile, 435kg/cum. for other RCC member and 385
Kg./Cum respectively, or quantity of cement required to produce concrete grade specified for
work, whichever is more
8.7.5 Declared Proportions
When the proportions are submitted to the EIC which the contractor considers will produce
concrete having the properties required by the foregoing table and elsewhere in the
specifications, such properties shall be known as the declared proportions, but no agreement
by the EIC to such declared proportions shall relieve the Contractor of any of his AR.
8.7.6 Proportion Specified as Ratio of Cement to Fine/Coarse Aggregate
Wherever nominal mix is specifically required, the contractor shall use the ratio of cement,
fine aggregates and coarse aggregates as per design drawings and Bill of Quantities.
8.7.7 No Deviation from Declared proportions
No deviation from declared proportions will be allowed unless and until the EIC gives his
written authorization for the adoption of revised proportions for any grade of concrete. This
provision shall also apply to any revised proportions so authorized.
8.7.8 Inspection and Testing
As the work progresses, inspection of cement (SRPC), aggregates, reinforcing steel and
testing of concrete strength will be done by the EIC. The contractor's concrete plants and
material stores shall be made accessible to the EIC at all times for inspection and taking
samples. The contractor shall facilitate in all possible ways the inspection and testing of
samples by the EIC. Labour shall be provided by the contractor for testing.
8.7.9 Test Cubes
Test cubes of size 150 mm shall be made in accordance with IS-516 "Methods for tests for
strength of concrete", except that all test cubes unless otherwise ordered by the EIC shall
provide suitable portable vibration tables for compaction of cubes. Test cubes shall be cured
and stored as provision in IS- 516. Test cubes shall be stored under the same conditions as the
units to which they relate.
8.7.10 Work Tests
Not less than six cubes shall be taken at each section of the work and/or each day's work on
each class of concrete. For the purpose of this specification "section" of the work shall be
defined by the EIC.
When in a continuous operation the concrete pour exceeds 100 cum. six test cubes shall be
taken for every 100 cum. and proportionately for part thereof.
8.7.11 Concrete Testing
All sampling and testing of concrete shall be carried out in accordance with IS- 199 "Methods
of sampling and analysis of concrete" unless otherwise specifically provided in the
specification.
Three out of each batch of six cubes will be tested by the EIC for crushing strength and
weight at seven days and the remainder at 28 days or at such other time as the EIC may
determine.

141
8.7.12 Cost of testing
The cost of providing field testing laboratory, all sampling materials, test cubes and all
preliminary testing and work tests including transportation whatsoever shall be borne by the
contractor.
8.7.13 Test Conducted Outside
Whenever required by EIC, the contractor shall cast and supply the required number of 150
mm size cubes to be tested by Govt laboratory or an independent laboratory approved by the
EIC. The contractor shall be responsible for transportation and delivering the cubes. Notice
shall be given to the EIC in advance so that he may arrange his representative to be present
during transportation and testing.
All costs concerning the casting, transporting and testing of such cubes shall be borne by the
contractor.
8.7.14 Measurements of ingredients
Cement (SRPC) and aggregates shall be measured by weight, while weighing the fine
aggregates (sand). Due allowances shall be made for moisture content. The method adopted
for weighing the concrete materials shall be as approved by the EIC or his AR. All aggregates
shall be batched by weight. The batching plant shall be of the requisite capacity to maintain
the required progress on different item of work. The equipment shall be capable of
determining accurately by direct weighing of the prescribed quantities of various ingredients
including water, cement, admixtures etc. and each individual size of aggregates making up
the concrete and combination of them to give a uniform mix within the prescribed time and
discharging the mix without segregation. The equipment, type and its operation shall at all
times, be subject to the approval of the EIC.
All controlled concrete covered in this contract shall be permitted to be done by equivalent
volume batching as against weigh batching as specified above and in the item specifications,
subject to checking by weighment for concreting of every 500 cum. of concreting. However,
this is the upper limit and EIC may at his discretion check by weighment during any stage of
work.
8.7.15 Gauging Water
The general arrangement for the supply of water for mixing concrete shall be to the
satisfaction of the EIC or his AR. The quantity of water to be used in the mix shall be as per
water cement ratio determined while designing the mix and according to the degree of
moisture in the aggregates. The quantity of water thus determined shall be accurately
measured for each separate mixing in a suitable tank provided with means for adjusting the
flow of water with gauge clearly marked in liters. Only required quantity of water shall be
used for mixing concrete.
8.7.16 Mixing
Before beginning a run of concrete all head-on concrete and foreign materials shall be
removed from inner surface of mixing conveying equipments. All conveyance, buggies,
barrows shall be thoroughly cleaned at frequent intervals during place of concrete. Concrete
shall thoroughly mixed to uniform consistency in approved type of pan or drum mixer. The
use of continuous mixer will not be allowed. If the contractor should find it expedient to use
small type of mixers for special or outlying portions of the work rather than to supply from
the main batching plant or plants, he may, subject to the approval of the EIC, use smaller
approved concrete producing units of the weigh batch type. In such a case the mix shall be
adjusted to whole bags of cement and no splitting of bags will be allowed. The time allowed
for the mixing shall be as laid down in the foregoing table or as directed by the EIC.
Normally, hand mixing of concrete shall not be allowed, but where the total quantity of
concrete is small the mixing may be done by hand subject to the approval and entirely at the
discretion of the EIC OR his AR. In such a case, an extra 10 % of cement shall be added to

142
the mix without any extra cost. Where permitted, hand mixing of concrete shall be done on a
close boarded, even and impervious surface of adequate size. The materials shall be turned
over not less than three times dry. A measured quantity of water shall be added while the
materials are being turned over not less than three times in wet state and worked together
until a mixture of uniform consistency is obtained.
The concrete shall have a consistency such that it will be workable in the required position. It
shall be of such consistency that when properly vibrated it will flow around reinforcement,
and all embedded parts.Under normal conditions slumps of not more than 50 mm for R.C.C.
and pre-cast R.C.C. units will be insisted upon. However, EIC shall be at liberty to vary the
slumps.
8.7.17 Discharge from Mixer
The concrete shall be discharged from the mixer on to a level, clean, watertight platform or
floor and carried in watertight containers. The area surrounding the mixer shall be paved and
kept clean.
8.7.18 Transportation of Concrete
The concrete shall be transported from the mixer to its place in the works as rapidly as
possible and in such manner that there shall be no separation or loss of its ingredients. In no
circumstance shall more than half an hour elapse between the time water is added to the mix
and the time when the concrete is finally compacted in position. No concrete shall be
permitted to be used in the works after initial set has taken place. The use of concrete
distributing chutes at an angle of more than 45 degree from the horizontal will not be
permitted without the sanction of the EIC.
8.7.19 Authorization to pour
Notice for each concrete pour shall be given by contractor to the EIC at least one day in
advance. Concreting shall be undertaken only after receiving due authorization from the EIC.
Concrete shall not be started unless the electrical conduits or any other piping wherever
required are laid by the concerned agency. The civil contractor shall afford all the facilities
and maintain coordination of work with other agencies engaged in electrical and such other
works as directed by the EIC.
Before concreting, the contractor shall provide, fabricate and lay in proper position all metal
inserts, anchor bolts, pipes etc. (which are required to be embedded in concrete members) as
per relevant drawings and direction of EIC.
8.7.20 Deposition of Concrete
The arrangements for depositing concrete shall be subject to the approval of the EIC. In no
case shall concrete be dropped or thrown from a height of more than 1.5 meters. Concreting
of beams, slabs and similar members shall be carried out in one continuous operation to the
full depth of the member and the sequence of placing shall be arranged as to avoid
disturbance of partially set concrete. The concrete shall be deposited as close to its final
position as practicable in order to prevent segregation. Freshly laid concrete shall not be
wheeled over or otherwise disturbed. When depositing concrete adjacent to the constructional
joint special care shall be taken not to disturb the dowels or other reinforcing steel bars
projecting from the existing concrete.
8.7.21 Compaction of Concrete
The Contractor shall agitate the placed concrete thoroughly into place by means of a sufficient
number of approved needle type mechanical vibrators / surface vibrator of adequate power
and having frequency of not less than 6000 impulses per minute. The vibrator shall be
allowed to sink freely of its own weight until it enters the previous lift. It shall be withdrawn
immediately at the same rate and used at a new location. Concrete once vibrated shall not be
vibrated again. The Contractor shall ensure that the concrete is thoroughly worked around
the reinforcement and entrained air is expelled and the concrete surface when exposed is

143
found good and free from air packets, honeycombing or other defects. Retampering of
concrete, which has partially hardened, shall not be permitted.
8.7.22 Concreting in Inclement Weather
In the event of rain, storm or any other severe conditions arising, concreting shall be stopped
and appropriate temporary top ends, V grooves, etc., placed as may be adequately protected
as soon as put into position. The Contractor shall always have in readiness approved framed
sheeting, tarpaulin etc. for the protection of newly placed concrete during inclement weather.
Should any concrete be damaged due to rainstorms or other weather conditions, the EIC may
order the cutting out and replacement of the damaged concrete, all at the expense of the
contractor.
8.7.23 Concreting Under Water
Where the concrete is to be deposited under water greatest care shall be taken to prevent the
cement being washed out. The concrete may be placed under water using bottom-opening
skips or may be continuously fed through a tremie pipe provided with a suitable hopper.
Great care shall be taken that no segregation of concrete takes place and the method of
placing shall be approved by the EIC who may direct which method is to be used. The tremie
concrete for piling works shall be carried out; as per clause no 14.2.4 of IS 456:2000
8.7.24 Curing
Curing of concrete shall be in accordance with IS: 456. Concrete shall be cured by keeping it
moist for the period of time specified herein to ensure that complete hydration and hardening
takes place. All concrete shall be cured by use of water, which shall be continuously (not
periodically) maintained on all exposed surfaces. Curing shall be assured by use of an ample
water supply under pressure in pipes, with all necessary appliances of hose, sprinklers and
spraying devices. Continuous fine-mist spraying or sprinkling shall be used unless otherwise
specified or approved by the EIC. Wherever, in the judgment of the EIC it may be necessary,
the continuous spray method may be omitted and a covering of sand of other approved
material such as burlap, which will hold moisture for long periods and prevent loss of
moisture from the concrete, shall be used. Type of covering, which would stain, disfigure, or
damage the concrete during and after the curing period, will not be approved. Approved
covering shall be kept continuously wet during the specified curing period. Concrete shall be
maintained in moist condition for at least the first 7 days after placing except that high early
strength concrete shall be so maintained for at least the first 3 days. Other curing period may
be used with the permission of the EIC, if the specified strengths are obtained.
The contractor shall have all equipment and materials required for curing on hand and ready
to use before concrete is placed. For curing of concrete in pavements, sidewalls, floors, flat
roofs or other level surfaces the pounding method of curing is preferred. The method of
containing of containing pounded water shall be approved by the EIC. Special attention shall
be given to edges and corners of the slabs to ensure complete and proper protection to these
areas. The pounded area shall be kept continuously filled with water and shall be promptly
repaired. Curing of concrete shall start after 8 hours of placement and in hot weather within 4
hours of placement for exposed faces. During the first 24 hours, the concrete shall be cured
by use of wet burlap or such other means to cover the concrete surfaces. In very hot weather
precaution shall be taken to see that the temperature of wet concrete does not exceed 38
degree C while placing. Newly placed concrete shall be protected by approved means from
rain, sun and wind. Concrete placed below the ground level shall be protected from falling
earth during and after placing, surface shall be kept free from with such ground or with water
draining from such ground during placing of concrete and for a period of at least 3 days
unless otherwise directed by EIC. The ground water around newly poured concrete shall be
kept to an approved level by pumping or other approved means of drainage and adequate
steps shall be taken to prevent floatation and flooding. Steps shall be taken to protect

144
immature concrete from damage by debris, loading, vibration, abrasion, mixing with
deleterious materials that my in the opinion of the EIC impair the strength and / or durability
of the concrete.Approved curing compound may be used in lieu of moist curing with the
permission of EIC. Such compounds shall be applied to all exposed surfaces of the concrete
as soon as possible after the concrete has set.Besides, seawater /saline water, hard and bitter
water shall not be used for curing. Potable water will generally found suitable for curing
mortar or concrete
.8.7.25 Concrete Below Specified Strength
Should the test cubes fail to meet the minimum specified crushing strength for each class of
concrete; the EIC may take one of the following decisions:

• Instruct the contractor to carry out such additional tests and / or works to ensure the
soundness of the structure at the contractor's expense.
• The EIC may accept the work. Any decision to accept the work shall be entirely at the
discretion of the EIC who may make a reduction in the rate of the appropriate item.
• Reject the work and instruct that the Section of the works to which the failed cubes
relate to be cut out and replaced at the Contractor's expense.
8.7.26 Faulty Work
Care will be taken that no shock or vibrations reach the concrete during the process of setting
and preliminary hardening. Concrete defective from any cause whatsoever shall if so directed
by the EIC be cut out and the work reconstructed at the contractor's cost. Concrete thus cut
out shall not be used again. If before or after or during cutting operations, any reinforcement
bars are exposed, the cutting out shall continue right round the bars to form a key. Where
reinforcement bars exposed, care will be taken to ensure that they are not damaged by the
tools used for cutting out the concrete. Reconstruction or repairs to faulty work shall be done
with contractor’s own expense only with the permission of EIC and in such a manner as he
shall direct or approve.

8.8 SHUTTERING
8.8.1 General
The contractor and relevant drawings together with calculations for strength shall design all
shuttering and supports included under the contract and deflection shall be submitted to the
EIC for approval before commencement of the work.
8.8.2 Fixing
Form shall be true to shape, lines and dimensions of the concrete work as shown on the
drawing. The contractor shall fix all the formwork in perfect alignment. The formwork shall
be securely braced so as to be above to withstand, without appreciable displacement,
deflection or movement of any kind, the weight of the construction or movement of persons
material and plant. All the joints should be water tight to prevent leakage of cement slurry
from the concrete. Wedges and clamps are to be used wherever practicable.
8.8.3 Removing
Forms or shutters shall not be disturbed until the concrete has sufficiently hardened. The
proper time should be determined by the EIC.
8.8.4 Wrought Shuttering
Wrought shuttering shall be such as to produce a first class fair on the concrete and free from
board marks or any other disfigurements and shall be used for exposed surface where
specified or directed by the EIC. Wrought shuttering is to be aligned within a tolerance of 3
mm.
8.8.5 Special Provision

145
Wherever the concreting of narrow members is required to be carried out within shutters of
considerable depth, temporary opening in the sides of the shutters shall, if so directed by the
EIC, be provided to facilitate the pouring and consolidation of the concrete. Small temporary
openings shall be provided as necessary at the bottom of shutters of columns, walls and deep
beams to permit the expulsions of rubbish etc. All arises and return to beam, columns and
slabs shall unless otherwise shown on the drawings be provided with chamfers of 20 x 20 mm
or as directed by the EIC.
8.8.6 Preparation of Concreting
Before concreting is commenced shuttering and centering shall be carefully examined and the
space to be occupied by the thoroughly cleaned out. The inside of shutters shall be treated
with a coating of an approved substance to obviate adhesion and, where necessary to prevent
absorption from the concrete, the shutters shall be thoroughly wetted shortly before
concreting is commenced.
8.8.7 Contractor's Responsibility
The contractor at his own expense shall make any damage resulting from premature removal
of shutters or from any other cause good
8.9 REINFORCED COCNRETE
8.9.1 General
The following clauses shall be read in conjunction with the section pertaining to concrete. All
RCC works shall comply with IS: 456.
8.9.2 Bar Bending Schedule
Bar bending schedule will be prepared by the contractor as per IS : 2502 and shall be
submitted to the EIC in triplicate for approval at least two weeks before the bars are to be
bent. The EIC will check and return one copy for the contractor's use, with amendments if
any. The cost of preparing schedules will be deemed to be included in the rates for
reinforcement in the Schedule of Quantities. Any approval given by the EIC shall, in no case,
relieve the contractor from being responsible for the accuracy and correctness of bar bending
schedule.
8.9.3 Bending Reinforcement
Bends, cracks or other labour on reinforcement shall be carefully formed in exact accordance
with the drawing or bar bending schedule; 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 binding shall be bent to the radius of the bars against 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 rebinding have been approved by the EIC. No reinforcing bar
shall be bent when in position without the E.I.C. approval whether or not it is partly
embedded in hard concrete.
8.9.4 Binding Wire
All bars shall be bound tightly together, where they cross, with black annealed steel wire of
1.5 mm in diameter. The free ends binding wire shall be bent inwards.
8.9.5 Placing Fixing
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 from sagging. Such spacer blocks
shall have no dimensions exceeding 50mm 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

146
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 stools 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 EIC. Any ties or stirrups connecting the bars shall be
taut so that the bars 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 chairs and concrete blocks shall be deemed to be covered in the reinforcing steel
8.9.6 Splicing Reinforcement
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 are directed by the EIC.
8.9.7 Cover to Reinforcement
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.
8.9.8 Reinforcement to be cleaned
All steel reinforcement before the concrete is deposited shall be cleaned, free from dust,
loose, scales, oil rust, grease or any other deleterious materials. Particular care shall be taken
to avoid contamination of reinforcement with mould oil.
8.9.9 Depositing concrete
No concrete shall be deposited until all concrete and reinforcement have been inspected and
approved by EIC. There shall be in attendance on each concerting gang a competent steel
fixer who shall ensure that the reinforcement and other embedded fittings are kept in position
during placing and compacting of the concrete.
8.10 FABRICATION OF STEEL WORK
The contractor shall prepare detailed drawings giving complete information necessary for the
fabrication of the structures. All information should be clearly given and the drawings shall
be in conformity with the best modern practice. A marking diagram allotting distinct
identification marks to each separate piece of steel work shall be prepared in sufficient detail
to ensure convenient assembly and erection. A symbol for welding used on the drawings shall
be in accordance with IS: 813 "Scheme of symbols for welding". The contractor shall prepare
comprehensive bill of material sheets for each shop drawing giving therein all the items
shown on the drawings together with their weight, mark numbers, cutting length etc.
Four copies of all working drawings and bill of material sheets shall be submitted for the
EIC's approval. Fabrication shall not commence until approval of the relevant drawings has
been obtained from the EIC. While the shop drawings prepared by the contractor and
approved by the EIC are deemed to represent the correct interpretation of the work to be
done, the contractor is not relieved of the responsibility for accuracy of detailed dimensions
own therein.
All fabrication shall be in accordance with IS: 800 "Code of Practice for use of structural
Steel in General Building Construction".
8.11 WELDING
Metal are process shall be used for welding in all cases, unless otherwise specified by the
EIC. The welding procedure shall be in accordance with the requirements of IS: 816 "Code of
Practice for the use of Metal Arc Welding for General Construction in Mild Steel". The
symbols of welding as shown on the drawing shall be interpreted in accordance with IS: 813.
Electrodes used for hand welding or for automatic welding machine shall conform to IS: 814
"Covered Electrodes for Metal Arc welding of Structural Steel".All main butt welds shall be
full penetration butt welds, unless otherwise specified. The ends of the welds shall have full
throat thickness.
8.12 BOLLARDS

147
The dimensions, size and the shape of bollards shall be as per the drawings or as directed by
the EIC. The material required for bollards shall be confirming to relevant IS specifications
and got approved from the EIC before brought on site. Bollards shall be provided in a
manner and in position shown on the drawings or as directed by the EIC. The C.I. bollard
shall be of designed/ specified weight. The fixtures such as bolts, nuts, and washers shall be
of M.S. The foundation bolts shall be fixed while concreting work is in progress in true line
and level.
The bollards shall be painted by the approved oil paint in two coats over one coat of red lead
paint after completion of fixing.

8.13 BORED PILES


8.13.1 General
The contractor shall furnish materials; labours and equipments necessary to drill of bore and
install piles in accordance with the following sections and applicable drawings.
8.13.2 Standard
Construction and testing of bored piles shall be carried out in accordance with the relevant
section of IS: 2911 (Part-I, Sec-2/ Part IV) "Code of practice for design and construction of
pile foundations" except where otherwise specified/ described or directed by the EIC.
8.13.3 Method of construction
The contractor must furnish a detailed method of construction he intends to adopt for piling
work together with the programme of construction to the EIC.
8.13.4 Boring
Boring shall generally be carried out by recommended procedure as set in IS-2911 by either
rotary or percussion equipment, grabbing equipment or by reverse or direct mud circulation
method If the soil is found to be unsuitable, the boring tools should be such that suction
effects are minimized. Walls of borehole shall be stabilized by using either casing/liner with
or without drilling fluid (Bentonite Slurry) depending upon the soil conditions. In the case of
boring with casing should be used preferably form the existing ground level or as directed by
the casing, the bottom of the liners should be kept ahead of the boring in all cases to prevent
the entry of soil into the bore for preventing the formation of cavities and settlement in the
adjoining ground. Continuous pumping shall not be done for excavating inside the borehole.
While below sub-soil water level, precaution shall be taken so that no bailing of the bottom of
the hold occurs due to difference in hydrostatic head.
Where the stabilization of the size of the borehole is effected by the use of drilling fluids, the
fluid level shall be maintained at a level not less than 1.5m above the level as the case may be
and the hole shall then always be kept almost full while the concreting is completed.
The specific gravity and composition of the Bentonite fluid shall be such as to suit the
requirements of the ground conditions and to maintain the fine materials from the boring in
suspension.
Boring of any pile must be completed in one continuous operation without interruption. In
case such interruptions are unavoidable, steps shall be taken to prevent the collapse of sides
of the borehole
Boring in rock shall be carried out either by chiseling or by any other approved method. The
bottom of the borehole must be cleaned of all the spills and sediments so that the bases of
poles shall be free from loose materials.
After completion of boring the borehole shall be cleaned and washed by pumping the loose
material from the bottom. The Contractor shall be responsible for removal of stuff from the
site up to a distance as directed with all lead and lift and transportation. Contractor shall level
the surface after completion of boring. The cost of such disposal and leveling shall be
deemed to have been included in the rates of boring.

148
Foundation elevation of each pile will be individually approved by the EIC on the basis of the
EIC satisfying himself, from observation and all data at his disposal, of the soundness of the
end-bearing stratum. Pile may be required to be socketed a minimum of one meter into this
stratum, if so directed by the EIC.
Casing or liner plates shall be provided up to the required depth of the pile shaft for vertical
piles where required. The method of boring and providing casting shall be such that the
finished cross section of the concrete pile shaft at any location except at shoe (if required)
shall not be less than that shown in the Drawing.
The Contractor shall submit with the tender his method of boring and of providing liner
plates of casing where required. The Contractor shall take into account the special
precautions to be adopted and the liner plates required for boring piles through the rubble
bund.
The contractor shall be entirely responsible for ensuring that the piles are bored to required
lines positions and depths.
Boring shall be carried out up to the depths shown in the drawing or as directed by the EIC. If
the contractor makes the borehole deeper than, the designed founding level of the pile shall
only be considered the final level of the pile. Concrete and reinforcement for the additional
boring shall not be paid. No claim for empty boring on account shall be entertained.
8.13.5 Drilling Fluid
Bentonite used in the work shall be of the best quality. Bentonite shall mixed thoroughly with
clean fresh water to make a suspension which will maintain the stability of pile excavation
for the period necessary to place concrete and complete construction. The fluid used will be
such as to form a suspension, which remain stable under the saline conditions likely to be
encountered at the site and suitable in all respects for the construction of the piles.
Control test shall be carried out on the bentonite suspension using suitable apparatus. The
frequency of testing the drilling fluid and the method and procedure of sampling shall be as
directed by the EIC. The density of freshly mixed bentonite suspension shall be measured
daily as a check on the quality of the suspension being formed.
The measuring device shall be calibrated to read to within 0.005 gm/ml. Tests to determine
density, viscosity, shear strength and PH value shall be applied to bentonite supplied to the
pile boring.
8.13.6 Formation of Pile
The concrete to be placed under water or under drilling fluid shall be placed by tremie and
shall not be discharged freely into the water or drilling fluid. Before placing concrete,
measures shall be taken to ensure that there is no accumulation of silt or other material at the
base of the boring and the contractor shall ensure that heavily contaminated bentonite
suspension, which could impair the free flow of concrete from the pipe of the tremie, has not
accumulated in the bottom of the hole.
A sample of the bentonite suspension shall be taken from the base of the boring using an
approved sampling device. If the specific gravity of the suspension exceeds 1.25 the placing
of the concrete shall not be proceed. In this event, the contractor shall modify or replace the
bentonite as directed by the EIC.
All plant material and operations employed in the formation of the piles shall be such as to
ensure that the piles are of full across section and shall be capable of carrying the specified
test load 28 days of concreting.
The reinforcement cages shall be lowered in to the bores/liners with proper cover and spacer
blocks, before starting of the concrete work. Necessary precautions shall be taken while
placing the concrete to see that the cages remain in line, level and true position.

149
The concrete shall be properly graded and well compacted with mechanical vibration without
excess water, admixture or soil or other extraneous matter. All concrete work for the bored
piles shall be carried out by tremie method. The MS-pipes used for the tremie shall not be
less than 200 mm. in dia and of adequate length.
The pipe shall be large enough to permit free flow of concrete without any segregation and
shall be strong enough to withstand all pressure during the operations of concreting. The
tremie pipes shall be provided with a hopper and suitable lifting device. The capacity of
hopper shall be adequate in respect of the pile dia to receive adequate quantity of concrete to
be discharged at a time to prevent segregation and wash out
A sliding plug of gunny cloth wadding or similar other approved material shall be provided at
the top end of the tremie pipe, before the first batch of the concrete is placed in the hopper, in
order that the concrete along with the plug is forced down the tremie pipe displacing the
water if any in the pipe. The tremie pipe shall be raised very slowly for depositing the
concrete at the bottom by forcing the plug out of the pipe in such a way that the lower end of
the pipe remains within the deposited concrete thereby establishing a continuous stream of
concrete. Care shall be taken to see that the tremie shall not be completely empty to prevent
entry of water into the tremie pipe.
At all times after placing of concrete is started and all the concrete is placed, the lower end of
the tremie pipe shall be sufficiently below the top surface of the concrete to avoid of
maintenance layer.
At all stages of work every precaution shall be taken to prevent the formation of voids in the
concrete caused by faulty consolidation of pockets of air trapped within it. The volume of
concrete placed shall be checked against the calculated volume of pipe at the time or placing.
Any shortfall in actual consumption of concrete in pile shall not be more than 5% of the
theoretical volume. In such a case concrete actually going into the pile will be paid for.
After carrying out boring work as mentioned above, the reinforcement cement concrete shall
be of concrete mix having compressive strength of not less than 35 N/mm2 after 28 days. All
ingredients of the concrete shall be as per general specifications (Chapter-5) of the tender
documents. The contractor shall supply cement. Approved Govt. laboratory as directed by
EIC shall be designed the concrete mix and proportion of different ingredients shall be used
accordingly by weigh batching. However, equipment batching shall be permitted by EIC.
Cement to be utilized in under-water concreting shall be as per the relevant IS code of
practice/and the norms of MORTH. Slump of the concrete in piles shall be between 150 mm
to 180 mm or as directed by the EIC.
All concrete work for the bored piles shall be carried out by tremie method. The MS-pipes
used for the tremie shall not be less than 200 mm dia and of adequate length.
The pipe shall be large enough to permit free flow of concrete without any segregation and
shall be strong enough to withstand all pressure during the operations of concreting. The
tremie pipes shall be provided with a hopper and suitable lifting device. The capacity of
hopper shall be adequate in respect of the pile dia to receive adequate quantity of concrete to
be discharged at a time to prevent segregation and wash out.
A sliding plug of gunny cloth wadding or similar other approved material shall be provided at
the top end of the tremie pipe, before the first batch of the concrete is placed in the hopper, in
order that the concrete along with the plug is forced down the tremie pipe displacing the
water if any in the pipe. The tremie pipe shall be raised very slowly for depositing the
concrete at the bottom by forcing the plug out of the pipe in such a way that the lower end of
the pipe remains within the deposited concrete thereby establishing a continuous stream of
concrete. Care shall be taken to see that the tremie shall not be completely empty to prevent
entry of water into the tremie pipe.

150
At all times after placing of concrete is started and all the concrete is placed, the lower end of
the tremie pipe shall be sufficiently below the top surface of the concrete to avoid of
maintenance layer.
Six test cubes shall be taken as per IS-515 for each pile and three of them shall be tested after
seven days of casting and remaining three shall be tested after 28 days of casting. Results of
tests shall be as laid down in the relevant IS code, failing which the whole work shall be
rejected and the contractor shall have to replace the same at no extra cost.
The pile shall be accepted only when the work has been executed in accordance with the
specifications laid down in IS – 2911 Part I section 2 and to the entire satisfaction of the EIC
and the standard mentioned below:

a) The head of the pile shall be within positional deviation as laid down in IS- 2911 Part-
I Section –2.
b) The pile shall not be out of plumb by more than the specified permissible limit.
c) The toe of the pile shall be at the approved bearing level in each case.
d) The concrete shall be of the strength as indicated on the Drawings and in the
specifications.
e) Actual consumption of concrete in pile shall not be more than 120% and less than
95% of the standard volume i.e. cross-sectional area inside the casing multiplied by
the length of the shaft.
f) The results of the load tests carried out in accordance with the specifications for load
testing shall be satisfactory.
If a pile fail to meet the standard of acceptance (a) to (f) mention above, the EIC may
take one of the following decisions: -
(a) Instruct the Contractor to carry out additional tests to ensure the soundness of the pile.
(b) Accept the work and allow the Contractor to make suitable alteration in the
construction of piles/pile cap/ beams. The cost of the Modification in the pile/piles
cap/ beams shall be borne by the Contractor.
(c) Reject the pile/piles and instruct the Contractor to install additional pile at
Contractor's expense.

The piles, which fail to fulfill the standard of acceptance specified under (f) above, shall be
rejected and the Contractor at his own cost install additional piles as directed by the EIC.

The piles, which have been declared defective by the EIC, shall either be removed or left in
position as directed by the EIC. If left in place, the cost of any modifications required in the
pile/pile-cap/capping beam or any structures shall be borne by the Contractor in addition to
the cost of the construction of any replacement pile.
The top of the piles shall be brought up above the cut-off level as per the requirement to
permit allowance and weak concrete to be removed and to ensure that it can be clearly keyed
into the cap. Any defective concrete in the head of the completed pile shall be cut away and
made good with new concrete and bonded in to the old.
The volume of concrete placed shall be checked against the calculated volume of pile at the
time of placing.
8.14 STRAIN DYNAMIC VERTICAL LOAD TEST
The design load and test load for different piles shall be as below.

Diameter of the pile Design load Test load


1200mm 114 M.T. 171 M.T.

151
8.14.1 Test Load.
Vertical load tests shall be carried out on the piles selected by the EIC and shall be based on
the design load of the pile. Test loads are given in the relevant items of the Bill of Quantities.
The item in general consists of carrying out of the load test 1000 mm dia. piles as above.
However, for adopting high strain dynamic method the specifications in general shall be as
under. The detailed methodology for carrying out the test shall be submitted by the
Contractor.
The specifications for high strain dynamic testing after 28 days of casting are as
under: -

(a) The pile has to be rebuilt for a maximum length equal to two times the pile
diameter generally the built up portion could be equal to the length of the
projecting rebar’s plus 75mm cover, 8 mm or 10mm steel casing is used to form
and to resist hoop stresses. Two opening/windows of 30cm x 30cm diametrically
opposite to each other shall be made in the casting for gauge attachment. The
openings shall be located at a distance equal to one time the pile diameter from the
top of the built up portion.
(b) The strength of the concrete in the built up portion shall be one grade high than
the pile concrete.
(c) 25-MM thickness plywood cushions conforming to the size of helmet shall be
made available at the time of testing. The number of plywood cushions required
shall depend on capacity and the number of subject piles.
(d) The steel helmets shall not be less than 4 cm thick for piles over 1 m. diameter. A
circumferential ring of 75 mm long x 12 mm thick shall be provided for fixing the
helmet on the pile head. It is recommended to have 50 mm tolerance between the
built up position of the pile and the helmet.
(e) A lifting sing shall be provided on the top for lifting and hoisting the same.
(f) An auto crane of at least 20 tones capacity having sufficient boom length shall be
provided.
(g) Recommended size of hammer and the free fall will be as suggested and
recommended by the EIC.
(h) The free falling Ram (Hammer) shall be provided worth lifting slug at the top to
facilitate hoisting and for free fall.
(i) A 220-v single-phase power supply through AC Mains or by AC Generator.

8.14.2 Cost Delay.


The Contractor shall be deemed to have allowed in the construction programme the time
required for testing of piles. No claim shall be entertained for any delay due to the testing
programme.
8.14.3 Standard of Acceptance.
The piles shall be accepted as satisfactory only when the work has been executed in
accordance with this Specification to the satisfaction of the EIC and the Standards stated
below: -

(a) The head of the pile shall be within 75mm of the specified position on the
Drawings.
b) The pile shall not be out of plumb/specified rake by more than 2%.
c) The toe of the pile shall be as per the approved bearing level in each case.

152
d) The total volume of concrete shall not be less than 95% and not more than 120%
of the calculated volume. The calculated volume for this purpose shall be the
cross-sectional are as inside the casing multiplied by the length of the same.
e) The concrete shall be of the strength as indicated on the Drawings.
f) The results of the load tests carried out in accordance with the Specification for
the load testing shall be satisfactory.
Should a pile fail to meet the Standard of acceptance specified under Clause 6.16.6 (a)
to (f) the EIC may take one of the following decisions:
a) Instruct the Contractor to carry out additional test to ensure the soundness of a pile.
b) Accept the work and allow the Contractor to make suitable alteration in the
construction of piles/pile cap/and beams. The cost of modification in the pile/pile
cap/and beams shall be borne by the Contractor.
c) Reject the Pile/piles and instruct the Contractor to install additional piles at
contractor's expense.
The piles, which fail to fulfill the standard of acceptance specified, shall be rejected
and the Contractor at his own cost shall install additional piles as directed by the EIC.

After conducting this test, the final report along the computer analysis and the relevant
conclusions and recommendation shall be made available with the Report within 15 days
from the date of final completion of testing. Stage wise recommendations and report on the
field measurement shall be made to the Department within one week after completion of field
measurement

Considering the site condition, any of the option as of the mentioned above may be decided
and the decision of the EIC shall be final.
8.14.4 Defective Piles.
Piles, which have been declared defective by the EIC, shall either be removed or left in
psition as judged convenient by the EIC. If left in place the cost of any modifications required
in the pile/pile caps/capping beam shall be borne by the Contractor in addition to the cost of
construction of any replacement piles.
8.14.5 Finishing and Dressing Pile Heads.
The top of the piles shall be brought up above the finished level to permit all laitance and
weak concrete to be removed and to ensure that it can be properly keyed into the cap. Any
defective concrete in the head of the completed pile shall be cut away and made good with
new concrete and bonded into the old.
8.15 MATERIALS NOT SPECIFIED
All materials not specified herein and which may be offered for use in the works shall be
subject to approval of the EIC without which they shall not be used any where in the
permanent works.

8.16 QUERY SPELL MATERIAL


Construction Operations
Preparation of sub grade: Immediately prior to the laying of sub-base, the sub grade shall
be already finished.

Spreading and compacting: The sub-base material of grading specified in the Contract shall
be spread on the prepared sub grade with help of a motor grader or suitable equipment of
adequate capacity, its blade having hydraulic controls suitable for initial adjustment and for
maintaining the required slope and grade during the operation or other means as approved by
the EIC.
153
Moisture content of the loose material shall be checked in accordance with IS:2720 (Part 2)
and suitably adjusted by sprinkling additional water from a truck mounted or trailer mounted
water tank and suitable for applying water uniformly and at controlled quantities to variable
widths of surface or other means approved by the EIC, so that, at the time of compaction, it is
from 1 per cent above to 2 per cent below the optimum moisture content corresponding to
IS:2720 (Part 8). While adding water, due allowance shall be made for evaporation losses.
After water has been added, the material shall be processed by mechanical or other approved
means like disc harrows, rotavators until the layer is uniformly wet.
Immediately thereafter, rolling shall start. The compaction shall be done with the help of a
vibratory roller of minimum 80 to 100 KN static weight with plain drum or pad foot drum or
heavy pneumatic tire roller of minimum 200 to 300 kN weight having a minimum tire
pressure of 0.7 MN/m2 or equivalent capacity roller capable of achieving the required
compaction. Rolling shall commence at the lower edge and proceed towards the upper edge
longitudinally for portions having unidirectional cross fall and super elevation and shall
commence at the edges and progress towards the center for portion having cross fall on both
sides.
Each pass of the roller shall uniformly overlap not less than one-third of the track made in the
preceding pass. During rolling, the grade and cross fall (camber) shall be checked and any
high spot or depressions, which become apparent, corrected by removing or adding fresh
material. The speed of the roller shall not exceed 5 km per hour.
Rolling shall be continued for each layer till the density achieved is at least 98 per cent of the
maximum dry density for the material determined as per IS: 2720 (Part 8).
The surface of any layer of material on completion of compaction shall be well closed, free
from movement under compaction equipment and from compaction planes, ridges, cracks or
loose material. All loose, segregated or otherwise defective areas shall be made good to the
full thickness of layer and re-compacted.

8.17 WET MIX MACADAM:

Scope: This work shall consist of laying and compacting clean, crushed, graded aggregate
and granular material, premixed with water, to a dense mass on a prepared sub-base in
accordance with the requirements of these Specifications. The material shall be laid in one or
more layers as necessary to lines, grades and cross-sections shown on the approved drawings
or as directed by the EIC.
The thickness of a single compacted wet Mix Macadam layer shall not be less than 75 mm.
When vibrating or other approved types of compacting equipment are used, the compacted
depth of a single layer of the sub-base course may be increased to 200 mm upon approval of
the EIC.
Construction Operations
Provision of lateral confinement of aggregates: While constructing wet mix macadam,
arrangement shall be made for the lateral confinement of wet mix. This shall done by laying
materials in adjoining shoulders along with that of wet mix macadam layer.
Preparation of mix: Wet Mix macadam shall be prepared in an approved mixing plant of
suitable capacity having provision for controlled addition of water and forced/positive
mixing arrangement like paver blocks plant or mixer of concrete batching plant. For small
quantity of wet mix work the EIC may permit the mixing to be done in concrete mixers.
Optimum moisture for mixing shall be determined in accordance with IS: 2720 (Part-8) after
replacing the aggregate fraction retained on 22.4 mm sieve with material of 4.75 mm to 22.4
mm size or as directed by EIC. While adding water, due allowance should be made for

154
evaporation losses. However, at the time of compaction, water in the wet mix should not vary
from the optimum value by more than agreed limits. The mixed material should be uniformly
wet and no segregation should be permitted.
Spreading of Mix: Immediately after mixing, the aggregates shall be spread uniformly and
evenly upon the prepared sub-base in required quantities. In no case should these be dumped
in heaps directly on the area where these are to be laid nor shall their hauling over a partly
completed stretch be permitted.
The mix may be spread by a paver blocks finisher. However for portions where mechanical
means cannot be used, manual means as approved by the EIC shall be used. The paver blocks
shall be capable of spreading the material uniformly all over the surface. Its blade shall have
hydraulic control suitable for initial adjustments and maintaining the same so as to achieve
the specified slope and grade.
Compaction: After the mix has been laid to the required thickness, grade and cross
fall/camber the same shall be uniformly compacted, to the full depth with suitable vibratory
roller. If the thickness of single compacted layer does not exceed 100 mm,
a smooth wheel roller of 80 to 100 KN weight may be used. For a compacted single layer
upto 200 mm, the compaction shall be done with the help of vibratory roller of minimum
static weight of 80 to 100 KN or equivalent capacity roller. The speed of the roller shall not
exceed 5 km/h.
In portions having unidirectional cross fall/super elevation, rolling shall commence from the
lower edge and progress gradually towards the upper edge. Thereafter, roller should progress
parallel to the centerline of the road, uniformly over-lapping each preceding track, by at least
one-third width until the entire surface has been rolled. Alternate trips of the roller shall be
terminated in stops at least 1 m away from any preceding stop.
In portions in camber, rolling should begin at the edge with the roller running forward and
backward until the edges have been firmly compacted. The roller shall then progress
gradually towards the center parallel to the centerline of the road uniformly overlapping each
of the preceding tracks by at least on-third width until the entire surface has been rolled.
Any displacement occurring as a result of reversing of the direction of a roller or from any
other cause shall be corrected at once as specified and/or removed and made good.
Along forms, kerbs, walls or other places not accessible to the roller, the mixture shall be
thoroughly compacted with mechanical tampers or a plate compactor. Skin patching of an
area without scarifying the surface to permit proper bonding of the added material shall not
be permitted.
Rolling should not be done when the sub grade is soft or yielding or when if causes a
wavelike motion in the sub-base/base course or sub grade. If irregularities develop during
rolling which exceed 12 mm when tested with a 3 meter straight edge, the surface should be
loosened and premixed material added or removed as required before rolling again so as to
achieve a uniform surface conforming to the desired grade and cross fall. In no case should
the use of unmixed material be permitted to makeup the depressions.
Rolling shall be continued till the density achieved is at least 98 per cent of the maximum dry
density for the material as determined by the method outlined in IS: 2720 (Part-8).
After completion, the surface of any finished layer shall be well closed, free from movement
under compaction equipment or any compaction planes, ridges, cracks and loose material. All
loose, segregabal or otherwise defective areas shall be made good to the full thickness of the
layer and recomputed.
Setting and drying: After final compaction of wet mix macadam course, the road shall be
allowed to dry for 24 hours.

155
Opening to Traffic: Preferably no vehicular traffic of any kind should be allowed on the
finished wet mix macadam surface till it has dried and the weanling course laid.
Rectification of Surface Irregularity: Where the surface irregularity of the wet mix
macadam exceeds the permissible tolerances or where the course is otherwise defective due
to sub grade soil getting mixed with the aggregates, the full thickness
of the layer shall be scarified over the affected area shaped with added premixed material or
removed and replaced with fresh premixed material as applicable and recomputed in
accordance with Clause 406.3. The area treated in the aforesaid manner shall not be less than
5 m long and 2 m wide. In no case shall depressions be filled up with unmixed and ungraded
material or fines.
The surface of the aggregate shall be carefully checked with templates and all high or low
spots remedied by removing or adding aggregate as may be required. The layer may be tested
by depth blocks during construction. No segregation of larger and fine particles should be
allowed. The aggregates as spread should be uniform gradation with no pockets of fine
materials.

8.18 DRY LEAN CONCRETE:

Proportioning of Materials for the Mix.


The mix shall be proportioned with maximum aggregate cement ratio of 15:1. The water
content shall be adjusted to the optimum so as to facilitate compaction by rolling. The
strength and density requirements of concrete shall be determined by making trial mixes.
Moisture content: -
The right amount of water for the lean concrete in the main work shall be decided so as to
ensure full compaction under rolling and shall be assessed at the time of rolling the trial
length. Too much water will cause the lean concrete to be heaving up before the wheels and
picked up on the wheels of the roller and too title will lead to inadequate compaction, a low
in-situ strength and an open – textured surface.
The optimum water content shall be determined and demonstrated by rolling during trial
length construction and the optimum moisture content and degree of compaction shall be got
approved from the Engineer. While laying in the main work, the lean concrete shall have a
moisture content between the +2 per cent, keeping in view the effectiveness of compaction
achieved and to compensate for evaporation losses.

Cement content: -
The minimum cement content in the lean concrete shall not be less than 150 kg/cu. m. of
concrete. If this minimum cement content is not sufficient to produce of the specified
strength. It shall be increased as necessary without additional cost compensation to the
contractor.

Concrete strength: -
The average compressive strength of each consecutive group of 5 cubes made in accordance
with clause 903.5.1.1 shall not less than 10 mpa at 7 days. In addition the minimum
compressive strength of any individual cube shall not be less than 7.5 mpa at 7 days. The
design mix complying with the clauses shall be got approved from the Engineer and
demonstrated in the trial length construction.

156
Sub grade: -
The sub grade shall conform to the grades and cross sections shown on the drawings and shall
be uniformly compacted to the design strength in accordance with these Specifications and
Specification stipulated in the Contract. The lean concrete

sub base shall not be laid on a sub grade softened by rain after its final preparation, surface
trenches and soft spots, if any, must be properly back-filled and compacted to avoid any weak
of soft. As far as possible, the construction traffic shall be avoided on the prepared sub grade.
A day before placing of the sub-base, the sub grade surface shall be given a fine spray of
water and rolled with one or two passes of a smooth wheeled roller after a lapse of 2-3 hours
in order to stabilize If Engineer feels in necessary, another fine spray of water may be applied
just before placing sub-base.

Construction.
General.
The pace and programmed of the lean concrete sub-base construction shall be matching
suitably with the programmed of construction of the cement concrete pavement over it. The
sub-base shall be overlaid with cement concrete pavement only after 7 days after sub-base
construction.

Batching and mixing: -

The batching plant shall be capable of proportioning the materials by weight, each type of
material being weighed separately in accordance with clause 602.9.3.2. The cement from the
bulk stock shall be weighed separately from the aggregates. The capacity of batching and
mixing plant shall be at least 25 per cent higher than the proposed capacity for the laying
arrangements. The batching and mixing shall be carried out preferably in a forced action
central batching and mixing plant having necessary automatic controls to ensure accrue.

Proportioning and mixing. Other types of mixes shall be permitted subject to demonstration
of their satisfactory performance during the trial length. The type and capacity of the plant
shall be got approved by the Engineer before commencement of the trial length. The
weighing balances shall be calibrated by weighing the aggregates, cement. Water and
admixtures physically either by weighing with large weighing machine or in a weigh bridge.
The accuracy of weighing scabies of the batching plant shall be within + 2.00 per cent in the
case of aggregates and + 1.00 percent in the case of cement and water.

The design features of Batching plant should be such that the shifting operations of the plant
will not take very long time when they are to be shifted from place with the progress of the
work.

Transporting: -

Plant mix lean concrete shall be discharged immediately from the mixer, transported directly
to the point where it is to be laid and protected from the weather by covering the
tippers/dumpers with tarpaulin during transit. Tripping trucks, sufficient in number to ensure
a continuous supply of material to feed the laying equipment to work at a uniform speed and
in an uninterrupted manner shall transport the concrete. The lead of batching plant to paving

157
site shall be such that the travel time available from mixing to paving as specified in clause
501.5.5.2 will be adhered to.

Placing: -
Lean concrete shall be laid/placed by dozer or by manually. The equipment shall be

capable of laying the material in one layer in an even manner without segregation, so that
after compaction, the total thickness is as specified. The paving machine shall have high
amplitude tamping bars to give good initial compaction to the sub-base.

The laying of the two lane road sub base may be done either in full width or lane by lane.
Preferably the lane concrete shall be placed and compacted across the full width of the road,
by constructing it in one go or in two lanes running forward simultaneously. Transverse and
longitudinal construction joints shall be staggered by 500-1000mm and 200-400mm
respectively from the corresponding joints in the overlaying concrete slabs.

Compaction: -
The compaction shall be carried out immediately after the material is laid and leveled. In
order to ensure through compaction, which is essential, rolling shall be continued on the full
width till there is no further visible movement under the roller and the surface is that achieved
during the trial length construction vide clause 601.7. The densities achieved at the edges I.e.
0.5 m from the edge shall not be less than 95 per cent of the achieved during the trial
construction vide clause 601.7.

The spreading, compaction and finishing of the lean concrete shall be carried out as rapidly as
possible and the operation shall be so arranged as to ensure that the time between the mixing
of the first batch of concrete in any transverse section of the layer and the final finishing of
the same not exceed 90 minutes when the concrete temperature is above 25 and below 30
degree Celsius and 120 minutes if less than 25 degree Celsius. This period may be reviewed
by the Engineer in the light of the results of the trial run but in no case shall it exceeds 30
degree Celsius. If necessary, chilled water or addition of the ice may be resorted to for
bringing down in the temperature. If is desirable to stop concerting when the ambient
temperature is above 35 degree C. After compaction has been completed, roller shall not
stand on the compacted surface for the duration of the curing period except during
commencement of next day’s work near the location where work was terminated the previous
day.

Double drum smooth-wheeled rollers of minimum 80 t0 100 KN static weight are considered
to be suitable for rolling dry clean concrete. In case any other roller is proposed the same
shall be got approved from the Engineer, after demonstrating its performance. The number of
passes required to obtain maximum compaction depends on the thickness of the lean
concrete, the compatibility of the mix, and the weight and type of the roller etc, and the same
as well as the total requirement of rollers for the job shall be determined during trial run by
measuring the in-situ density and the scale of the work to be undertaken.

In addition to the number of passes for compaction there shall be a preliminary pass without
vibration to bed the clean concrete down and again a final pass without vibration to remove
roller marks and to smoothen the surface.

158
Special care and attention shall be exercised during compaction near joints, kerbs, channels,
side forms and around gullies and manholes. In case adequate compaction is not achieved by
the roller at these points, use of plate vibrator shall be made, if so directed by the Engineer.

The final lean concrete surface on completion of compaction and immediately before
overlaying, shall be well closed, free from movement under roller and free from ridges, low
spots, cracks, loose material, port holes, ruts or other defects. The final surface shall be
inspected immediately on completion and all loose, segregated or defective areas shall be
corrected by using fresh lean concrete material laid and compacted as per specification. For
repairing honeycombed surface, concrete with aggregates of size 10mm and below shall be
spread and compacted. It is necessary to check the level of the rolled surface for compliance.
Any level/thickness deficiency should be corrected after applying concrete with aggregates of
size 10mm and below after roughening the surface. Similarly the surface regularly also
should be checked with 3mm straight edge. The deficiency should be made up with concrete
with aggregates of size 10 mm and below.

Segregation of concrete in the dumpers shall be controlled by premixing each fraction of the
aggregates before loading in the bin of the batching plant, by moving the dumper back and
forth while discharging the mix on it and other means. Even paving operation shall be such
that the mix dose not segregates.

Curing: -

As soon as the lean concrete surface is compacted curing shall commence. One of the
following two methods shall be adopted.

(a) The initial curing shall be done by spraying with liquid curing compound. The curing
compound shall be white pigmented or transparent type with water retention index of 90 per
cent when tested in accordance with B3 7542. Curing compound shall be sprayed
immediately after rolling is complete. As soon as the curing compound has lost its tackiness,
the surface shall be covered with wet Hessian for three days.

(b) Curing shall be done by covering the surface by gunny bags/Hessian which shall be kept
continuously moist for 7 days by sprinkling water.

Trial Mixes:-

The contractor shall make trial mixes of dry lean concrete with moisture contents like 5.0,
5.5, 6.0 and 7.0 per cent using cement content specified and specified aggregate grading but
without violating the requirement of aggregate-cement ratio specified in clause 601.3.1.
Optimum moisture and density shall be established by preparing cubes with varying moisture
contents. Compaction of the mix shall be done in three layers with vibratory hammer fitted
with a square or rectangular foot as described in clause 903.5.1.1. After establishing the
optimum moisture, a set of six cubes shall be cast at that moisture for the determination of
compressive strength on the 3rd the seventh day. Trial mixes shall be repeated if the strength
is not satisfactory either by increasing cement content or using higher grade of cement. After
the mix design is approved, the contractor shall construct a trial section in accordance with
clause 601.7.

159
If during the construction of the trial length, the optimum moisture content determined as
above is found to be unsatisfactory, the contractor may make suitable changes in the moisture
content to achieve a satisfactory mix. The cub specimens

prepared with the changed moisture content should satisfy the strength requirement. Before
production of the mix. Natural moisture content of the aggregate should be determined on a
day-to-day basis so that the moisture content could be adjusted. The mix finally designed
should neither stick to the rollers nor become too dry resulting in leveling of surface.

Trial Length:-

The trial length shall be constructed at least 14 days in advance of the proposed date of
commencement of work. At least 30 days prior to the construction of the trial length, the
contractor shall submit for the Engineer’s approval a “ Method Statement” giving detailed
description of the proposed materials, plant, equipment, mix proportion, and procedure for
batching mixing, laying, compaction and other construction procedures. The Engineer shall
also approve the location and length of trial construction which shall be a minimum of 60 m
length and for full width of the pavement. The trial length shall contain the construction of at
least one transverse construction joint involving hardened concrete and freshly laid subbase.
The construction of trial length will be repeated till the contractor proves his ability to
satisfactorily construct sub base.

In order to determine and demonstrate optimum moisture content which results in the
maximum dry density of the mix compacted by the rolling equipment and the minimum
cement content that is necessary to achieve the strength stipulated in the drawing, trial mixes
shall be prepared as per clause 601.6.

After the construction of the trial length, the in-situ density of the freshly laid material shall
be determined by sand replacement method with 20 cm dia density cone. Three density holes
shall be made at locations equally spaced along a diagonal that dissects the trial length:
average of these densities shall be determined. These main density holes shall not be made in
the strip 50 cm from the edges. The average density obtained from the three collected shall be
the reference density and is considered as 100 per cent. The field density of regular work will
be compared with this reference density in accordance with clause 601.5.5.1 and 903.5.1.2. A
few cores may be cut per the instructions of the Engineer of check segregation or any other
deficiency.

The hardened concrete shall be cut over 3 m width and reversed to inspect the bottom surface
for any segregation-taking place. The trial length shall be constructed after making necessary
changes in the gradation of the mix to eliminate segregation of the mix. The lower surface
shall not have honeycombing and the aggregates shall not be held loosely at the edges.

The trial length shall be outside the main works. The main work shall not start until length
has been approved by the Engineer. After approval has been given, the materials mix
proportions, moisture content, mixing laying, compaction plant and construction procedures
shall not be changed without the approval of the Engineer.

160
8.19 STONE COLUMN :

TECHNICAL SPECIFICATION FOR GROUND IMPROVEMENT BY STONE


COLUMN USING WET PROCESS

Based on the preliminary geotechnical investigation data, It is proposed to improve the


bearing capacity of top soft clay by providing stone columns. The aim of this work is to
improve the bearing capacity of the soil and to bring down the residual settlements so that the
facilities that may be constructed over the stone column area shall stand safely and perform
satisfactorily throughout their lifetime.

Depth of Treatment:
• The stone column shall be terminated in stiff to hard silty clay layer / sand layer.
Minimum embedment of stone column into this layer shall be 500mm. The minimum
Standard Penetration Test (SPT) N value at the termination level shall be not is less
than 10.
• The criteria for locating the termination of stone column shall be furnished by Bidder.
For broad guidance of the bidder, it is however mentioned that the length of column
may vary from 10m to 15m below ground level

SPACING AND PATTERN:


• Stone columns shall be installed in grid pattern. The pattern may be altered on
conducting the initial load tests.
Design requirement:

• Stone column shall be constructed at specified spacing as indicated in the drawings


approved by the EIC. The minimum finished diameter of stone column shall be 1000
mm. The depth of stone column shall be as indicated in the drawing. The top of stone
column shall be flushed with the specified grade surface.
CONSTRUCTION PROCEDURE:
• The stone columns shall be installed by vibro float method/technology.
• Stone(s) shall be fed by mechanical means i.e use of loader/hopper/chute etc. in
approximately 0.5m lifts. Each lift shall be compacted with vibration and down
pressure from the vibro float.
• The slush, muck and other loose materials at work site shall be removed/ disposed off
suitably by the contractor as instructed by Site Engineer. Contractor shall take
adequate measures to ensure stability of bore holes made for installation of stone
columns subject to the approval of the Engineer-in-Charge.
During construction of each stone column, all details & parameters shall be recorded &
maintained and should be available for inspection by Site Engineers/ EIC. The details shall
include but not limited to the following:

a) Location, diameter and depth of stone column.


b) Stack measurement of stone(s) used in the works.
c) Monitoring stone consumption vis-à-vis theortical
requirements. Information to include pressure guage
readings, depth versus time etc.
d) Computation of average quantity of back fill materials
consumed per linear metre of the column.

161
e) Quality control tools, automatic monitoring/recording
tools for stone column installation, mechanical
arrangement for placing the stone around probe point,
devices to monitor and record stone consumption,
method statement etc.

Bidder shall be required to furnish the following details/documents along with the technical
bid.
I. Detailed installation procedure/method statement..
II. Mechanical arrangement for placing stone(s) around the
probe point
III. Quality control, Quality Assurance Procedures covering
details on record stone consumption.
IV. Number, type of Equipments to be deployed
V. Manpower to be engaged,
VI. Bar chart for the entire foundation work

• Stone column installation procedure shall be as approved by the Owner.


• Ratio of actual stone consumption to the theoretical stone requirement shall not be
less than 1.25. Necessary field test shall be done to establish/determine the actual
compaction characteristics of the stone during execution of work.
• Strict quality control shall be exercised to maintain uniform compaction of stone
column throughout its length.

FILL MATERIAL:

• Fill material for stone columns shall comprise of stones.


• The individual particles should be clean, chemically inert, hard and resistant to breakage.
• The back-fill stones should be angular, hard and resistant to breakage. Stone(s) used in
the work shall be quarry crushed. It shall be well graded stone of 100 mm down to 75
mm size and the grain size distribution curve reflecting well graded. The crushing value
of the stone shall not be more than 25%, Flakiness Index not more than 15%, Abrasion
value not more than 30%, Impact Value not more than 25%.
• The aggregates and source of aggregates shall be approved by the Engineer-in-Charge
and shall not be changed during the course of the job without his approval. The
contractor shall at all times maintain at the site of work such quantities of aggregates as
are considered by the Site Engineer to be sufficient to ensure continuity of work.

SAND / GRANNULAR BLANKET:


• A sand / granular blanket of 600mm compacted thickness shall be laid over the top of
exposed stone columns. The blanket shall spread over the entire area of treatment
cleaned off muck, slush etc. The blanket shall be laid in layers of 300mm (maximum
compacted thickness) and compacted to 70% relative density.
LOAD TESTS:

• Initial load test shall be performed at the trial site as identified by Engineer to evaluate
load settlement behaviour of the stone columns. These tests shall be conducted on a
single as well as on a group of three columns. Load testing procedure, equipment and
interpretation shall confirm to IS 15284 (Part-I).

162
• Before installing the trial stone columns, initial soil conditions at each of these test
sites shall be established by conducting boreholes / field vane shear tests at 1.5m
intervals in bore hole done at one location.

• Minimum of 12 columns shall be constructed in prescribed pattern at 2 m or 3 m c/c


for three-column group and a minimum of 7 columns for a single column test.

• For all types of load tests a blanket of 500mm thickness consisting of medium to
coarse sand shall be spread over each test area before commencement of the load
tests. The blanket shall be compacted to a relative density of 85% and a reinforced
concrete footing of appropriate size to be constructed on it.

• The diameter of the RCC footing in case of single column shall be equal to the
spacing of stone columns with center of the footing coinciding with the center of the
column. In case of three-column test, the diameter of the concrete footing shall be
1.81 times the spacing of the columns with its center coinciding with the center of the
three columns laid in a triangular pattern. The details of RCC footing & testing
arrangement shall be submitted for the approval of the Engineer before load tests are
conducted.

APPLICATION OF LOAD:

i. The test load shall be 1.5 times the design load for a single column and three column
group tests.
ii. The load application shall be by suitable reaction system taking care to avoid impact,
fluctuations or eccentricity. The Contractor shall submit a schematic diagram
showing the arrangement of loading.
iii. The settlement shall be recorded by four dial gauges having sensitivity of 0.01mm,
placed at diametrically opposite ends of the footing and fixed on the datum bars.
iv. Each stage of loading shall be about 1/10th of the final load and it shall be maintained
till the settlement rate falls below 0.1mm in 30 minutes, 0.25mm in 2 hours
whichever occurs later.
v. Settlement shall be observed at intervals of 1,5,10,15,30,60 minutes, 1-1/2 hours, 2
hours and so on till the desired rate of settlement is reached.
vi. The test load shall be maintained for minimum period of 48 hours. The maintenance
period may be increased if the Engineer finds evidence of continual large
cumulative settlements with the sustained design load.
vii. The maximum load shall be removed in five suitable stages. Each unloading stage
shall be maintained such that the rate of rebound is less than 0.2mm in 30 minutes.
viii. However, safe and efficient working of loading arrangement is entirely the
Bidder’s responsibility any impediment resulting in failure of the test arrangement
may debar the bidder from payment for the test or it may make the bidder liable to
repeat the test on a fresh series of stone columns without any extra payment by the
Engineer to the bidder including the test and installation of new series of test
columns.
i. Time Vs settlement and Load Vs settlement graphs shall be plotted and submitted for
evaluation of stone column behaviour.

PERFORMANCE / ACCEPTANCE CRITERIA:

163
The performance of the stone column(s) shall be considered to be acceptable and approved by
the Engineer based on the initial load test results.
The load test shall be considered acceptable if it meets the following settlement criteria:
(i) 12 mm settlement at design load for a single column test
(ii) 30 mm settlement at the design load for a three column group test.
Report incorporating the following details shall be submitted for approval of the Engineer on
completion of initial load test. The rate quoted for testing shall include for preparation and
submission of the report.

a) The system of ground improvement, stone column installation procedure,


details of various materials involved both in terms of drawings / schemes and
description.
b) Layout of stone columns, depth etc.
c) Details of the equipment used.
d) Time schedule for completion of the stone columns.
e) Soil data viz. Borelogs, vane shear tests curves, SCPT curves and all
laboratory test results both prior to and after treatment.
f) Estimates of allowable bearing pressures and residual settlements.
g) Load Vs settlement and time Vs settlement plots for the load tests on stone
columns.

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

164
CHAPTER-9

Construction of new jetty on south side of USL jetty at port


Navlakhi. (Part A, B & C- jetty, approach & Back up area.)
MATERIAL SPECIFICATION
1.0 GENERAL INSTRUCTION FOR MATERIAL AND WORKMANSHIP
• All materials shall be best of their kind and shall conform to the latest Indian
Standard.
• All materials shall be of approved quality as per samples and from origins
approved by the Engineer-in-Charge.
• A set of specimen samples of all approved materials shall be kept and preserved in
bottle or otherwise at the site of work till completion of the work. Cost of which is
to be borne by the contractor.
1.1 Water
Water shall be sweet and shall not be salty or brackish, clean and fresh, free from all
chemicals and deleterious matter which will either weaken the mortar or concrete or
cause efflorescence or attack the steel in R.C.C. container for the transport, storage &
handling of water shall be clean. Water shall confirm to the standards specified in
I.S.456-2000. Contractor shall bear the all expenses of water.
If required by the engineer in charge, it shall be tested by comparison with distilled
water. Comparison shall be made by means of standard cement tests for soundness,
time of setting and mortar strength as specified in I.S. 269 –1976. Any indication of
unsoundness, time of setting by 30 minutes or more or decrease of more than 10 per
cent in strength of mortar prepared with water sample when compared with the results
obtained with mortar prepared with distilled water shall be sufficient cause for
rejection of water under test.
Water for curing mortar, concrete or masonry should not be too acidic or too alkaline;
it shall be free of elements which significantly affect the hydration reaction or
otherwise interfere with the hardening of concrete during curing or those which
produce objectionable stains or other unsightly deposits on concrete or mortar surface.
Hard and bitter water shall not be used for curing. Potable water will generally found
suitable for curing mortar of concrete.
1.2 Cement
The cement used shall be ordinary Portland slag cement or Portland cement or Rapid
Hardening Portland cement conforming to Indian Standard Specification IS:269,
I.S.456; Rapid Hardening Portland cement shall be use only when approved by the
EIC . Grade and make of the cement should be approved by the EIC.

165
The cement shall be stored in a suited weather-tight building to keep it away from
dampness or in sealed bins to the satisfaction of the EIC. Any cement which has
become caked or lumped or otherwise adversely affected shall at once be removed
from the site. The cement shall be subject to the following test in accordance with the
procedure specified in IS: 4032:
1) Fineness by air permeability methods
2) Setting time : initial and final
3) Unsoundness : le chateliers methods
4) Compression test : at 3,7,and 28th days
1.3 Sand
Sand shall be natural sand; clean, sharp, coarse and gritty and from approved source.
It shall be well graded, hard, strong, durable and free from injurious amounts of dust,
clay, kankar nodules, soft or flaky particles shale, alkali, salts organic matter, loam,
mica or other deleterious substance and shall be approved from the E.I.C. It shall be
washed with fresh water on site if so directed by the EIC.
1.3.1 Coarse Sand Aggregates
The coarse aggregates used shall be clear, hard, washed and screened gravel or
crushed stone having a specific gravity of not less than 2.56 and shall not exceed 3.00.
Coarse sand shall be free from dust, fine materials, clay or loam and soft, flat or
elongated particles.
The coarse sand used shall conform to the IS:369 for grading, strength and all other
properties, Where required by the EIC, the coarse aggregates shall be subject to the
following tests in accordance with the procedure specified in IS:383.
I. Sieve Analysis
IS Designation Percentage by weight passing sieve
4.75 mm 100 %
2.36 mm 90 to 100 %
1.18 mm 70 – 100 %
600 µ (micron) 30 – 100 %
300 µ (micron) 5 – 70 %
150 µ (micron) 0 – 50 %
I. Sieve Analysis
II. Determination of clay, fine silts and fine dust in aggregates
III. Organic impurities
IV. Strength of test cubes
V. Soundness
VI. Abrasion value

166
1.3.2 Fine Sand Aggregates
The fine sand aggregates used shall consist of natural sand or stone screenings, free
from vegetable matter or any other impurities. The fine sand aggregates used shall
conform to IS: 383 for grading, strength etc. the fineness shall not exceed 1.00. Where
required by the EIC, the fine sand aggregates shall be subjected to the following tests
in accordance with the procedures specified in IS: 383.

IS Designation Percentage by weight passing sieve


4.75 mm 100 %
2.36 mm 100 %
1.18 mm 75 – 100 %
600 µ (micron) 40 - 85 %
300 µ (micron) 5 – 50 %
150 µ (micron) 0 – 10 %
II. Sieve Analysis
II. Determination of clay, fine silts and fine dust in aggregates.
III. Organic impurities
IV. Strength of test cubes
V. Soundness
VI. Abrasion value
1.4 Stone grit
Grit shall consist of crushed or broken stone and be hard, strong, dense, durable clean
of proper gradation and free from skin or coating likely to prevent proper adhesion of
mortar. Grit shall generally be cubical in shape and as far as possible flaky elongated
pieces shall be avoided. It shall generally comply with the provisions of IS:383-1970
Unless special stone of particular quarries is mentioned, grit shall be obtained from
the best black trap or equivalent hard stone as approved by the E.I.C.. The grit shall
have no deleterious reaction with cement.
The grit shall confirm the following gradation as per sieve analysis:
I.S. Sieve Percentage by weight
designation Passing sieve
12.50mm 100 %
10.00mm 85 to 100
4.75mm 0 to 20%
2.36mm 0 to 25%
The crushing strength of grit will be such as to allow the concrete in which it is used
to build up the specified strength of concrete.

167
The necessary tests for grit shall be carried out as per requirement of I.S. 2386 (part I
–VIII) 1963, as per instructions of the E.I.C. the necessity of test will be decided by
the E.I.C.
1.5 Stone Coarse aggregate for nominal mix concrete
Coarse aggregate shall be of machine crushed stone of black trap or equivalent and be
hard, strong, dense, durable, clean and free from skin and coating likely to prevent
proper adhesion of mortar.
The aggregate shall generally be cubical in shape. Unless special stones of particular
quarries are mentioned aggregates shall be machine crushed from the best black trap
or equivalent hard stone as approved. Aggregate shall have no deleterious reaction
with cement. The size of the coarse aggregate for plain cement concrete and ordinary
reinforced cement concrete the maximum limit may be restricted to 6mm less than the
minimum lateral clear distance between bars or 6mm. less than the cover, whichever
is smaller.
I.S. Sieve Percentage passing for single sizes
designation aggregate of nominal size
40 mm 20 mm 16 mm
80 mm - - -
63 mm 100 - -
40 mm 85 – 100 100 -
20 mm 0.20 85 – 100 100 mm
16 mm - - 85 – 100
12.5 mm - - -
10 mm 0.50 0.20 0.30
4.75 mm - 0.50 0.50
2.35 mm - - -
(Note: this percentage may be varied somewhat by the E.I.C. when considered
necessary for obtaining better density and strength of concrete.)
The grading test shall be taken in the beginning and at the change of source of
materials. The necessary test indicated in I.S. 383-1970 and I.S.456-2000 shall have
to be carried out to ensure the acceptability.
The aggregates shall be stored separately and handled in such a manner as to prevent
the intermixing of different aggregates. If the aggregates are covered with dust, they
shall be washed with water to make them clean.
1.6 Stone Aggregate
The stone aggregate shall be broken from the approved quality stone of hard durable
quality. The aggregates shall be of best approve quality. The source of metal shall be
got approved.
The metal shall be hard, sound, tough, durable and hand broken. It shall be of closed
texture free from decay and weathering effect. It shall be angular and roughly cubical
in shape. Elongated or flaky metal shall not be used.
The size of stone aggregates shall be as specified or as directed by EIC.Testing of
stone aggregates shall be carried out as per Indian standard code of practice.
1.7 Hard Stone Coarse
Aggregate for design mix concrete : Coarse aggregates shall be of machine crushed
stone of black trap or equivalent hard stone and be hard, strong, dense, durable, clean
free from skin and coating likely to prevent proper adhesion of mortar.
The aggregates shall be generally be cubical in shape. Unless special stone of
particular quarries are mentioned, aggregates shall be machine crushed from the best,

168
black trap or equivalent hard stones as approved. Aggregate shall have no deleterious
reaction with cement.
The necessary tests indicated in latest version of I.S.383 and I.S.456 shall have to be
carried out to ensure the acceptability of the material.
If aggregate is covered with dust it shall be washed with water to make it clean.
1.8 BLACK TRAP OR HARD STONE COARSE:
Aggregate for design mix concrete: Coarse aggregates shall be of machine crushed
stone of black trap or equivalent hard stone and be hard, strong, dense, durable, clean
and free from skin and coating likely to prevent proper adhesion of mortar.
The aggregates shall generally be cubical in shape. Unless special stone of particular
quarries are mentioned, aggregates shall be machine crushed from the best, black trap
or equivalent hard stones as approved. Aggregate shall have no deleterious reaction
with cement.
The necessary tests indicated in latest versions of I.S.383 and I.S. 456 shall have to be
carried out to ensure the acceptability of the material.
If aggregate is covered with dust it shall be washed with water to make it clean.
1.9 STONE:
The stone shall be of specified variety such as granite/trap Stone/Quartzite or any
other type of good hard stones. The stones shall be obtained only from the approved
quarry and shall be of best quality, clean, hard, sound, durable and free from defects
like cavities, cracks, sand holes, flaws, injurious veins, patches of loose or soft
materials etc. and weathered portion and other structural defects or imperfections
tending to affect their soundness and strength. The stone with round surface shall not
be used. The percentage of water absorption shall not be more than 5% of dry weight.
When tested in accordance with IS: (1124)1134 -1974 the minimum crushing strength
of the stone shall be 200 Kg/sq. cm. unless otherwise specified. The stone shall
comply with the requirements specified and pass the test prescribed in IS: 383 and IS:
2386. The samples of the stones to be used shall be got approved by EIC before work
is started. Stones shall be supplied in fairly graded size for different size and range of
stone.
2.0 STONE QUARY
The contractor shall make his own arrangements, for acquisition of necessary queries,
to develop the same and to obtain materials for those quarries. GMB if necessary may
render assistance in the form of recommendatory letter for obtaining lease of quarries.
The quarrying shall be done to have rubble stones of various sizes and weights from
igneous or similar approved rock only. All necessary access roads to and in the quarry
sites shall be prepared by the contractor for transporting of materials. The contractor
shall obtain approval of the EIC of the quarries. Approval of source of supply does not
relieve the contractor of the obligation of supplying materials to required
specifications. The rates and prices quoted should be inclusive of all costs of
identification of source, transport of the material to site of works, royalties, local
taxes, duties, levies, fees etc.
At the site of quarry, different categories and class of stones as required shall be
separately arranged so as to avoid any mixing up of these categories while
transporting. The contractor should provide all necessary equipments such as drilling
equipment, compressor, cranes and other equipment that may be necessary.
2.1 PROPERTIES OF STONE
All natural stones to be used in the construction shall be of approved quality, clean,
sound, tough, durable and free from earth and other soft or decomposed and injurious
materials. The rock shall be supplied from the quarries approved by EIC

169
The stone to be supplied by the contractor shall fulfill the following requirements :-
i) The stone and stone metal shall be of first class black granite or any other hard
stone approved by EIC of sizes as mentioned in all shall consist of uniform
colour and texture from good hard stones and shall be fairly cubical to the
specified sizes. The density of stones shall not be less than 2.6 t/m3. Flat and
chisel type of stone shall not be accepted.
ii) Flaky and decayed stones are not to be supplied. The broken metal must be
free dust and dirt.
iii) The stones and stone metal shall be free from decomposed and weather stones.
iv) Stones shall be supplied in farly graded sizes for different size and range of
stones.
2.2 COLLECTION OF SAMPLES
The contractor at his own cost shall conduct tests as required by EIC or his AR on the
samples of stones brought by the contractor at regular intervals or whenever stone
from new face of the quarry is obtained should the test results at such tests shown that
any sample does comply with specified requirements, the whole bed stratum or quarry
site or face from which the material was obtained will not be approved and no further
stones quarried from these places shall be used on works. No claim in respect of such
materials and quarry site will be entertained.
2.3 RUBBLE WORK
2.3.1 GENERAL
The contractor shall responsible to carryout the construction of “Construction of new
jetty on south side of USL jetty at port Navlakhi. (Part A, B & C- jetty, approach &
Back up area.) The contractor shall ensure that the various categories of stones are
deposited in the position and to the slope indicated in the drawing. They shall be
rectified to the satisfaction of EIC any error which may occur.
Any damage to the work either during construction of during guarantee period, due to
natural causes or otherwise shall be made good by the contractor at no extra cost.
2.3.2 PLACING OF STONES IN POSITION
The stone shall be laid as per the profiles shown in the drawing supplied. The
correctness of the profile will be the responsibility of contractor. Class ‘A’ and class
‘C’ stones are to be laid as shown in the drawing or as directed by EIC. Stones shall
be laid with the help of cranes of appropriate radius and capacity in such a manner as
to ensure proper interlocking of different stones so as to reduce the voids . The stones
shall be uniformly graded with minimum and maximum weight and sizes as specified.
No stone shall be less in weight than the minimum specified weight of stone . The
correct slopes as shown in the drawings shall be achieved by the contractor. The
portion that may sink, slide or roll away or damaged by natural causes shall be made
good at no extra cost immediately and the surface brought to standard profile. The
stones shall be closely packed or dumped with such interlocking as obtainable so that
the voids shall not exceed the specified limits for each category of stones.
2.3.3 MODE OF MEASUREMENT AND PAYMENT
The measurement of stones shall be made both on weighment basis.
It includes quarrying, transportation in all lead and lifts, weighing, supplying and
dumping and/or placing of stones for the back-up area with all labour, material, plants
and equipments with all taxes, royalties octroi and such other charges in respect
including maintenance of roads at quarry, work site for plying the vehicles etc.

170
2.3.4 SOUNDINGS
It is important to check the accuracy of the profile before actually placing the stones.
Lead sounding shall therefore be carried out for this purpose and the profile of the
structure shall be necessary, be made to comply with profile stated on the working
drawings, with due allowances for any tolerance decided by the EIC. The soundings
as given above shall be carried out by the contractor at his own cost.
2.3.5 REMOVAL OF REJECTED STONE
The stone supplied shall conform to the specifications given in the tender. Any stones,
in the opinion of the EIC, not conforming to the specifications will be rejected by the
EIC at any time and such rejected stones must be removed from site by the contractor
within 7 days from the date of rejection at his own cost failing which the same will be
removed by the GMB. At the cost and risk of the contractor.
2.4 ACCEPTANCE OF STONE
Delivery of stones will not be considered complete until the stones are delivered and
accepted at unloading end and are conveyed and placed in position.
2.5 EXECUTION OF WORK
The handling and stacking of materials shall be done as per the directions of the EIC
or his authorized representative and the contractor is liable to be terminated at any
time without notice, if the execution of the work is not to the satisfaction of the EIC.
Any damages to the goods or properties belonging to the GMB in the process of work
shall be made good by the contractor at his cost.
2.6 CLEARANCE OF HARBOUR
Spilling inside the harbour area enroute to the dumping end at site shall be cleared by
the contractor to the satisfaction of EIC at his own cost.
2.7 WEIGH BRIDGE
For this purpose either the contractor shall procure and erect computerised weigh-
bridges or hire as per requirement as may be required and of suitable capacity at his
own cost at a convenient and nearby the place or site of work as directed by the
Engineer-In-Charge.
The contractor shall post necessary staff for operation of weigh bridge. The
weighments shall be made only in the presence of the EIC or his authorized
representative and the decision of the EIC or his representative in regard to operation
of weigh bridge and weights recorded shall be final and binding on the contractor. It is
the responsibility of the contractor to maintain the weighbridge in good condition and
correctness of the weighbridge are subject to approval of the EIC. or his authorized
representative. Periodical calibration has to be carried out by the contractor as per the
directions of weights and measures authority of the state government.
The contractor shall at all times during the continuance of the contract comply full
with all existing regulations and bye-laws including any statutory amendments and
reenactment or the State of Central Government and other local authorities regarding
weights and measures and shall keep the EIC indemnified case any section is
commenced for contravention by the Contractor.
The contractor shall made arrangements at his own cost for, necessary trip sheets to
the approval of the EIC for recording weights and measurements.
2.8 Bricks
Bricks shall be conforming to IS: 1077. The bricks shall be hands or machine molded
from suitable soils and kiln burnt. They shall be free from crack and nodules of free
lime. They shall have smooth rectangular faces with sharp corners and shall be of
uniform colour. The bricks shall be molded with a frog of 100mmx40mm. And 10mm

171
to 20mm deep on one of its flat sides. The bricks shall not break when thrown on the
ground from a height of 600mm.
The size of the modular bricks shall be 190mmx90mmx90mm.
The size of the conventional bricks shall be as under: (9” x 4 3/8”) 225 x 110 x
75mm.
Only bricks of one standard size shall be used on one work. The following tolerances
shall be permitted in the conventional size adopted in a particular work.
Length: 1.8(3.0mm); width: 1’ 6” (1.51mm), height: 1’ 6” (1.50mm).
The crushing strength of the bricks shall not be less than 35 kg/sqm. The average
water absorption shall not be more than 20% by weight. Necessary tests for crushing
strength and water absorption etc. shall be carried out as per I.S. 3495 (part I to IV)
1976.
2.8.1 Brick Bat
Brick bat aggregate shall be broken from well brunt or slightly over burnt and dense
brick. It shall be homogeneous in texture roughly cubical in shape, clean and free
from dirt of any other foreign material. The brick bats shall be of 40 mm to 50 mm
size unless otherwise specified in the item. The under burnt or over burnt brick bats
shall not be allowed. The brick bats shall be measured by volume by suitable boxes or
as directed.
2.9 Cement mortar
Water shall confirm to specification 1.1 Cement shall confirm to specification 1.2.
Sand shall confirm to 1.3, mentioned above.
2.9.1 Proportion of mix
Cement and sand shall be mixed to specified proportion, sand being measured boxes.
The proportion of cement will be by volume on the basis of 50Kg/Bag of cement
being equal to 0.0342 m3. The mortar may be hand mixed or machine mixed as
directed.
2.9.2 Preparation of mortar
In hand mixed mortar cement and sand in the specified proportion shall be thoroughly
mixed dry on a clean impervious platform by tuning at least 3 times or more till a
homogeneous mixture of uniform colour is obtained. Mixing platform shall be so
arranged that no deleterious extraneous material shall get mixed with mortar or mortar
shall flow out. While mixing, the water shall be gradually added and thoroughly
mixed to form a stiff plastic mass of uniform colour so that each particle of sand shall
be completely covered with a film of wet cement. The water cement ratio shall be
adopted as directed. The mortar so prepared shall be used within 30 minutes on
adding water. Only such quantity of mortar shall be prepared as can be used within 30
minutes.
3.0 CORROSION RESISTANT STEEL (CRS) BARS:
Steel reinforcing bars for concrete shall be Corrossion resistant steel (CRS) high
corrosion resistant marine CRS bars confirm to IS: 1786 Fe500D
The mechanical properties of steel shall be as below.
Yield strength (Min) 500 N/ Sq.mm.
Ultimate tensile strength 565 N/ Sq.mm.
Elongation Y. E. - 16%
The chemical composition of steel shall be as below
C-0.25% (Max) S-0.04 %( Max) P-0.04 %( Max)
COPPER-0.40( minimum).
It shall be clean and free from rust, scale, paint or other harm full coatings at the time
of placing.

172
For the purpose of payment, the bar shall be measured correct upto 100mm. Length
and weight payable worked out at the rate specified below:

6mm 0.22 kg./m 20 mm 2.47 kg./ m


8 mm 0.39 Kg/m 22 mm 2.98 Kg/ m
10 mm 0.62 kg./m 25 mm 3.85 kg./ m
12 mm 0.89 kg./m 28 mm 4.83 kg./ m
14 mm 1.21 kg./m 32 mm 6.31 kg./ m
16 mm 1.58 kg./m 36 mm 7.31 kg./ m
18 mm 2.00 kg./m 40 mm 9.86 kg./ m

3.1.1 Mild Steel Binding Wire:


The mild steel wire shall be of 1.63 mm. or 1.22 mm. (16 or 18 gauge) diameter and
shall conform to IS 280-1972.
The use of black wire will be permitted for binding reinforcements bars. It shall be
free from rust, oil paint, grease, loose mill scale or any other undesirable coating,
which may prevent adhesion of cement mortar.
3.1.2 Structural Steel:
The steel shall be well and cleanly rolled to the dimensions and weight specified by
the I.S.226-1985., subject to the permissible tolerances as per IS: 1852. The finished
materials shall be reasonably free from cracks, surface flaws, laminations, rough and
imperfect edges and all other harmful defects mentioned in IS: 229-1975 and shall
have a smooth finish. The material shall be free from loose mill scale, rust pits or
other defects affecting the strength and durability. Rivet bars shall conform to IS:
1148-1973. The decision of the EIC regarding rejection any steel section on account
of any of the above defects shall be final and binding to the Contractor.
When the steel is supplied by the contractor test certificate of the manufacturers, shall
be obtained according to I.S. 226-1985 and other relevant Indian standards.
3.1.3 Shuttering:
The shuttering shall be either of wooden planking of 30mm minimum thickness with
or without steel lining or of steel plates stiffened by steel angles. The shuttering shall
be supported on battens and beams and props of vertical bullies properly cross-braced
together so as to make the centering rigid. In places of bully props, brick pillar of
adequate section built in mud mortar may be used.
The form work shall be sufficiently strong and shall have camber, so that it assumes
correct shape after deposition of the concrete and shall be able to resist force caused
by vibration of live load of men working over it and other incidental loads associated
with it. The shuttering shall have smooth and even surface and its joints shall not
permit leakage of cement grout.
If at any stage of work during or after placing concrete in the structure, the form work
sags or bulges out beyond the required shape of the structure, the concrete shall be
removed and work redone with fresh concrete and adequately rigid form work shall
get inspected by and approved by the EIC before the reinforcement bars are placed in
position.
The props shall consist of bullies having 100mm minimum dia. Measured at max
length and 80mm. At thin end and shall be placed as per design requirement. These
shall rest squarely on wooden sole plates 40mm thick and minimum bearing area of
0.10 Sqm. lay on sufficiently hard base.
Double wedges shall further be provided between the sole plate and the wooden props
so as to facilitate tightening and easing of shuttering without jerking the concrete.

173
The timber used in shuttering shall not be so dry as to absorb water from concrete and
swell or bulge not so green or wet as to shrink after erection. The timber shall be
properly sawn and planed on the sides and surface coming in contact with concrete.
Wooden formwork with metal sheet lining of steel plates stiffened by steel angles
shall be permitted.
As far as practicable, clamps shall be used to hold the forms together and use of nails
and spikes shall be avoided.
The surface of timber shuttering that would come in contact with concrete shall be
well wetted and coated with soap solution before the concreting is done. Alternatively
coat of raw linseed oil or oil of approved manufacturer may be applied in place of
soap solution. In case of steel shuttering either soap solution or raw linseed oil shall be
applied after thoroughly cleaning the surface. Under no circumstances black or burnt
oil shall be permitted.
The shuttering for beams and slabs shall have camber of 4mm per meter (1 in 250) or
as directed by the EIC so as to offset the subsequent deflection. For cantilevers, the
camber at free end shall be 1/50 of the project length or as directed by the EIC.
Workmanship: The formwork shall conform to the shape lines and dimensions as
shown in the drawings and be so constructed as to remain sufficiently rigid during the
placing and compacting of the concrete. The contractor shall make adequate
arrangement to safeguard against any settlement of the formwork during the course of
concreting and after concreting. The formwork of shuttering, centering, scaffolding,
bracing etc. shall be as per design.
Cleaning and treatment of forms: All rubbish, particularly chippings, shaving and
saw dust shall be removed from the interior of the form before the concrete is placed
and the form work in contract with concrete shall be cleaned and thoroughly wetted or
treated. The surface shall be then coated with soap solution applied before concreting
is done. Soap solution for the purpose shall be prepared by dissolving yellow soap in
water to get consistency of paint. Alternatively a coat of raw linseed oil or form oil of
approved manufacturer may be applied in case steel shuttering is used. Soap solution
of raw linseed oil shall be applied after thoroughly cleaning the surface. Care shall be
taken that to coating does not get on construction joint surface and reinforcement bars.
Stipping time: In normal circumstances and where ordinary cement is used, forms
may be struck after expiry of following periods.

(a) Sides of walls columns and vertical faces of beams:24 to 48hours


(b) Beam soffits (props left under) 7 days
(c) Removal of props slabs:
(i) Slabs spanning upto 4.5m. 7 days
(ii) Spanning over 4.5. 14 days
(d) Removal props to beams and arches:
(i) Spanning upto 6m. 14days
(ii) Spanning over 6m 21 days.
Procedure when removing the formwork: All formwork shall be removed without
such shock or vibration as would damage the reinforcement concrete surface. Before
the soffits form work and struts are removed, the soffits and the concrete surface shall
be exposed where necessary in order to ascertain that the concrete has sufficiently
hardened.
Centering: The centering to be provided shall be got approved. It shall be
sufficiently strong to ensure absolute safety of the formwork and concrete work
before, during and after pouring concreting. Watch should be kept to see that

174
behaviors of centering and formwork are satisfactory during concreting. Erection
should also be such that it would allow removal of forms in proper sequences without
damaging either the concrete or the forms to be removed. The proms of centering
shall be provided in firm foundation or base of sufficient strength to carry the loads
without any settlement.
The centering and formwork shall be inspected and approved by the EIC before
concreting. But this will not relieve the contractor of his responsibility for strength;
adequacy and safety of formwork and centering. If there is a failure of formwork or
centering, contractor shall be responsible for the damage to the work, in jury to life
and damage to property.
3.1.4 Concrete Hardener and Dust Proofer:
The Concrete hardener and dust proofed shall be of best quality and from Approved
manufacturer like or equivalent, as approved by the EIC. The prior approval from the
source shall be taken from the EIC. It shall conform to the relevant I.S. Code.
It shall have a specific gravity of 1.18 and shall be applied on concrete floors, at the
rate of at least 25 liters per 100 m2. per coat. A total of three coats shall be applied for
permanently hardened concrete floor, with increased abrasion resistance, increased
surface density, increased resistance to chemical attack and to eliminate dust
accumulation. Drying time of 4-6 hours for each coat shall be allowed before the floor
is put to use or is applied with another coat of the product. Precautions shall be taken
while using the product, to avoid contact with eyes and open wounds and to work in
good ventilation. After application, the affected parts shall be washed copiously. It
shall not be stored for a period of more than 2 months before use.
3.2 Galvanized Iron Pipes and Fittings:
Galvanized iron pipes shall be of medium type and of required diameter and shall
comply with I.S. 1239-1979. The specified diameter of the pipes shall refer to the
inside diameter of the bore. Clamps, screw, and all galvanized iron fittings shall be
made of the standard ‘R’ or equivalent make.
3.3 P.V.C. Pipes and Fittings:
They shall be of best quality and of approved make as specified and approved by the
EIC. It shall confirm to IS 7834-1975. They shall be extremely light in weight and
shall have minimum wall thickness of 3.2mm. They shall be injection moulded from
selected raw materials and shall have working pressure rating of 6 kg/cm2. Pipe dia of
and sizes shall be as specified. The pipes and fittings shall be resilient and shall have
good impact strength. PVC shall be resistant to oils; fats, alcohols and aromatic free
petrol but shall be unsuitable for use with aromatic and chlorinated hydrocarbons,
ketons and others.
They shall remain stable upto 60°C. PVC shall have thermal co-efficient of 0.00007
mm/m/°C. so, a thermal expansion gap of 10mm is recommended. They shall easily
fix to the walls/ surfaces with the help of PVC clips. They can be easily fitted to A.C.,
C.I., and G.I. pipes with the help of special adaptors. The jointing shall be done with
special quality rubber ring joints. Further, all fittings shall have their ends chamfered
at 15° or as directed by the EIC.
3.4 Quarry spells:
Quarry spells shall be of quarry waste metal of black trap or equivalent hard stone
and be hard strong dense, durable clean and free from skin and coating likely to
prevent proper adhesion of mortar.
The quarry spell shall generally be cubical in shape. Unless special stones of
particular quarries are mentioned, aggregates shall be the best, black trap or
equivalent hard stones as approved.

175
Quarry spells shall be clean & free from dust.
The quarry spells materials & its sources shall be approved from the EIC before it
bringing to the site.
Any collection which does not fully satisfy the above requirement is liable to be
rejected all together.
Physical requirements:-
The material shall be free from organic or other deleterious constituents The
water absorption value of the quarry spell shall be determined as per IS : 2386 ((Part
3); if this value is greater than 2 per cent, the soundness test shall be carried out on the
material delivered to site as per IS : 383. The CBR shall be determined at the density
and moisture content likely to be developed in equilibrium conditions which shall be
taken as being the density relating to a uniform air voids content of 5 per cent.
Suitable gradation of the materials is as decided by E.I.C. as per the determination of
required C B R value.

3.5 PRE-CAST CONCRETE


3.5.1 General
The requirement of the clauses relating to concrete and reinforced concrete shall be
observed in the case of pre-cast concrete work so far as they are applicable, as well as
the following requirements relating to the pre-cast concrete work, in particular work.
3.5.2 Pre-casting Yard
The shutters for casting of pre-cast unit should be supported from a suitably prepared
level, unyielding paved area.
3.5.3 Shutters
A shutter shall be strongly constructed closely joined and smooth and shall be such as
to ensure true sharp arise and a perfect surface. Shutters are to be so designed that
they can be taken apart reassembled readily.
3.5.4 Casting Tolerance
Casting tolerance, unless otherwise ordered or directed, shall be within 3 mm of true
dimensions. Deflection due to prestressed shall be allowed for while checking
dimensions.
3.5.5 Striking Shutters
The method and time after casting of units of striking the side shutters shall be subject
to approval of the EIC. In the event of any damage resulting from premature removal
of shutters or from any other cause, the unit or units concerned will be liable to
rejection to replacement by the contractor at his own cost.
3.5.6 Curing
The top and sides of all pre-cast units shall be kept covered in a damp condition for at
least 7 days after casting or for such periods as the EIC may decide. After 7 days,
curing shall be done by sprinkling of water for further 21 days.
3.5..7 Lifting and Stacking
Lifting and stacking of pre-cast units shall be undertaken without causing shock,
vibration or undue stress to or in the units not be lifted, transported or used in the
works until they are sufficiently matured, the crushing test on the test cubes which are
to be kept with the pre-cast units will be used to asses the maturity of the units. The
contractor shall satisfy the EIC that the method he proposes are lifting, transporting
and setting pre-cast units will not overstress or damage the units in any way. In the
event of overstress or damage due to whatever cause the unit or units concerned will
be liable to rejection and if so rejected, shall be immediately broken up and removed
from the site. The contractor shall replace such rejected units at his own cost.

176
3.5.8 Marking.
The contractor shall ensure that all pre-cast units are properly marked in clean and
legible manner with the reference number and the date of casting, which information
shall be clearly visible where the units are stacked. Reinforced pre-cast members shall
be clearly marked to indicate the top face.
3.5.9 Pre-casting Records
Full and accurate records are to be maintained of all pre-cast work. Every unit shall
have reference number. Date of casting, date of removal from bed and date and
position of placing shall be recorded together with test cube results.
3.6 FABRICATION OF STEEL WORK
The contractor shall prepare detailed drawings giving complete information necessary
for the fabrication of the structures. All information should be clearly given and the
drawings shall be in conformity with the best modern practice. A marking diagram
allotting distinct identification marks to each separate piece of steel work shall be
prepared in sufficient detail to ensure convenient assembly and erection. A symbol for
welding used on the drawings shall be in accordance with IS: 813 "Scheme of
symbols for welding".
The contractor shall prepare comprehensive bill of material sheets for each shop
drawing giving therein all the items shown on the drawings together with their weight,
mark numbers, cutting length etc.
Four copies of all working drawings and bill of material sheets shall be submitted for
the EIC's approval. Fabrication shall not commence until approval of the relevant
drawings has been obtained from the EIC. While the shop drawings prepared by the
contractor and approved by the EIC are deemed to represent the correct interpretation
of the work to be done, the contractor is not relieved of the responsibility for accuracy
of detailed dimensions own therein.
All fabrication shall be in accordance with IS: 800 "Code of Practice for use of
structural Steel in General Building Construction".
3.7 WELDING
Metal are process shall be used for welding in all cases, unless otherwise specified by
the EIC. The welding procedure shall be in accordance with the requirements of IS:
816 "Code of Practice for the use of Metal Arc Welding for General Construction in
Mild Steel". The symbols of welding as shown on the drawing shall be interpreted in
accordance with IS: 813.
Electrodes used for hand welding or for automatic welding machine shall conform to
IS: 814 "Covered Electrodes for Metal Arc welding of Structural Steel".
All main butt welds shall be full penetration butt welds, unless otherwise specified.
The ends of the welds shall have full throat thickness.
3.8 BOLLARDS
The dimensions, size and the shape of bollards shall be as per the drawings or as
directed by the EIC. The material required for bollards shall be confirming to relevant
IS specifications and got approved from the EIC before brought on site. Bollards
shall be provided in a manner and in position shown on the drawings or as directed by
the EIC. The C.I. bollard shall be of designed/ specified weight. The fixtures such as
bolts, nuts, and washers shall be of M.S. The foundation bolts shall be fixed while
concreting work is in progress in true line and level.
The bollards shall be painted by the approved oil paint in two coats over one coat of
red lead paint after completion of fixing.
3.9 SPECIAL FEATURES-CONCRETE
3.9.1 Anchor Bolts, Bollards & Miscellaneous steel set in Concrete.

177
Wherever possible, anchor bolts or anchor bolt-fixing sockets, bollards, mooring
rings, etc. and other item shall be set in from before concrete is poured.
All anchor bolts or bolt fixing sockets shall be provided with suitable nuts and
washers, whether has been expressly specified in the Bill of Quantities or not.
The location and projection of anchor bolts, bollard, etc. and miscellaneous steel shall
be checked by the Contractor.
Immediately before the concrete is poured and again when concrete has set
sufficiently to permit access, the threaded projected part of the anchor bolt shall be
projected by means of grease wrapped clean rag.
All items, which have been displaced while pouring concrete, shall be removed and
replaced at Contractor's expense and to the satisfaction of the EIC.
3.10 Concrete Pavement
Aggregate: Aggregates for pavement concrete shall be natural material complying
with IS: 383 but with a Los Angeles Abrasion Test result not more than 35 per cent.
The limits of deleterious materials shall not exceed the requirements set out in IS :
383.
The aggregates shall be free from chert, flint, chalcedony or other silica in a form that
can react with the alkalis in the cement. In addition, the total chlorides content
expressed as chloride ion content shall not exceed 0.06 per cent by weight and the
total sulphate content expressed as sulphuric anhydride (SO) shall not exceed 0.25 per
cent by weight.
Coarse aggregate: Coarse aggregate shall consist of clean, hard, strong, dense, non-
porous and durable pieces of crushed stone or crushed gravel and shall be devoid of
pieces of disintegrated stone, soft, flaky, elongated, very angular or splintery pieces.
The maximum size of coarse aggregate shall not exceed 25mm for pavement concrete.
Continuously graded or gap graded aggregates may be used, depending on the grading
of the fine aggregate. No aggregate which has water absorption more than 2 per cent
shall be used in the concrete mix. The aggregates shall be tested for soundness in
accordance with IS: 2386 ( Part-5F After 5 cycles of testing the loss shall not be more
than 12 per cent if sodium sulphate solution is used or 18 per cent if magnesium
sulphate solution is used.
Dumping and stacking of aggregates shall be done in an approved manner. In case the
Engineer considers that the aggregates are not free from dirt, the same may be washed
and drained for at least 72 hours before batching as directed by the Engineer.
Fine aggregate:
The fine aggregate shall consist of clean natural sand or crushed stone sand or a
combination of the two and shall conform to IS: 383. Fine aggregate shall be free
from soft particles clay, shale, loam, cemented particles mica and organic and other
foreign matter. The fine aggregate shall not contain deleterious substances more than
the following:
Clay lumps 4.0 Per cent.
Coal and lignite 1.0 Per cent.
Material passing IS Sieve No.75micron 4.0 Per cent.
3.11 Murrum
• The murrum shall be of best approve quality. The source of murrum shall be got
approved.
• The murrum shall be free from logs, stumps, grass, roots, rubbish or any other
ingredients likely to deteriorate or affect the stability of the
shoulder/embankment.

178
• The murrum shall be satisfying the density requirement of not less than 17.5
KN/Cum.
• The murrum shall be well graded gritty material.
3.12 M.S. BARS:
Mild steel bars reinforcement for RCC work shall confirm to IS 432 (part II) 1966 and
shall be of tested quality. It shall also comply with relevant part of I.S.456 –1978.
All reinforcement shall be clean and free from dirt, paint, grease, mill scale or
loose or thick rust at the time of placing.
For the purpose of payment, the bar shall be measured correct upto 10mm.
Length and weight payable worked out at the rate specified below:

6mm 0.22 kg./Rmt 20mm 2.47 kg. / Rmt


8mm 0.39 kg./Rmt 22mm 2.98 kg./ Rmt
10mm 0.62kg./Rmt 25mm 3.85 kg./ Rmt
12mm 0.89kg./Rmt 28mm 4.83 kg./ Rmt
14mm 1.21kg./Rmt 32mm 6.31 kg./ Rmt
16mm 1.58kg./Rmt 36mm 7.31 kg./ Rmt
18mm 3.00kg./Rmt 40mm 9.86 kg./ Rmt

3.13 THERMO MECHANICALY TREATED (TMT) BARS:


Steel reinforcing bars for concrete shall be Corrossion resistant steel (TMT) high
corrosion resistant marine TMT bars confirm to IS: 1786/88.
The mechanical properties of steel shall be as below.
Yield strength (Min) - 415 N/ Sq.mm.
Ultimate tensile strength - 488 N/ Sq.mm.
Elongation Y. E. - 14.50%
The chemical composition of steel shall be as below
C-0.20% (Max) S-0.04 %( Max) P-0.06 %( Max)
S +P-0.1 %( Max) Si-0.3 %( Max) Cu & Cr-0.75 %( Min).
It shall be clean and free from rust, scale, paint or other harm full coatings at the time
of placing.
For the purpose of payment, the bar shall be measured correct upto 100mm. Length
and weight payable worked out at the rate specified below:

6mm 0.22 kg./m 20 mm 2.47 kg./ m


8 mm 0.39 Kg/m 22 mm 2.98 Kg/ m
10 mm 0.62 kg./m 25 mm 3.85 kg./ m
12 mm 0.89 kg./m 28 mm 4.83 kg./ m
14 mm 1.21 kg./m 32 mm 6.31 kg./ m
16 mm 1.58 kg./m 36 mm 7.31 kg./ m
18 mm 2.00 kg./m 40 mm 9.86 kg./ m

3.14 QUARRY SPELLS:


 Quarry spells shall be of quarry waste metal of black trap or equivalent hard stone and be
hard strong dense, durable clean and free from skin and coating likely to prevent proper
adhesion of mortar.
The quarry spell shall generally be cubical in shape. Unless special stones of particular
quarries are mentioned, aggregates shall be the best, black trap or equivalent hard stones as
approved.

179
Quarry spells shall be clean & free from dust.
The quarry spells materials & its sources shall be approved from the EIC before it bringing to
the site.
Any collection which does not fully satisfy the above requirement is liable to be rejected all
together.

PHYSICALREQUIREMENTS:-

The material shall be free from organic or other deleterious constituents The water
absorption value of the quarry spell shall be determined as per IS : 2386 ((Part 3); if this
value is greater than 2 per cent, the soundness test shall be carried out on the material
delivered to site as per IS : 383. The CBR shall be determined at the density and moisture
content likely to be developed in equilibrium conditions which shall be

taken as being the density relating to a uniform air voids content of 5 per cent. Suitable
gradation of the materials is as decided by E.I.C. as per the determination of required C B R
value.

3.15 WET MIX MACADAM:


 Aggregates

1. Physical requirements: Coarse aggregates shall be crushed stone. If crushed


grave/shingle is used, not less than 90 per cent by weight of the grave/shingle pieces retained
on 4.75 mm sieve shall have at least two fractured faces. The aggregates shall conform to the
physical requirements set forth in Table-3 below.
TABLE-3
PHYSICAL REQUIREMENTS OF COARSE AGGREGATES FOR WET MIX
MACADAM

FOR SUB-BASE/BASE COURSES


Test Test Method Requirement

1. *Los Angle Abrasion value Or IS: 2386(Part-4) 40 per cent


Max.)
* Aggregate Impact Value. IS: 2386 (Part-4) Or IS: 30 per cent (Max.)
5640
2. Combined Flakiness and And IS: 2386 (Part-I). 30 per cent (Max.)**
Elongation Indices (Total)

* Aggregate may satisfy requirements of either of the two tests.


** To determine this combined proportion, the flaky stone from a representative sample
should first be separated out. Flakiness index is weight of flaky stone metal divided by weight
of stone sample. Only the elongated particles be separated out from the remaining (non-flaky)
stone metal. Elongation index is weight of elongated particles divided by total non-flaky
particles. The value of flakiness index and elongation index so found are added up.
If the water absorption value of the coarse aggregate is greater than 2 per cent, the soundness
test shall be carried out on the material delivered to site as per IS: 2386 (Part5).

180
 Grading requirements:

The aggregates shall conform to the grading given in Table-4.


TABLE-4
GRADING REQUIREMENTS OF AGGREGATES FOR WET MIX MACADAM
IS Sieve Designation Per cent by weight
passing the IS sieve
53.00 mm 100
45.00 mm 95-100
26.50 mm -
22.40 mm 60-80
11.20 mm 40-60
4.75 mm 25-40
2.36 mm 15-30
600 micron 8-22
75 micron 0-8

Materials finer than 425 micron shall have plasticity Index (PI) not exceeding 6.The final
gradation approved within these limits shall be well graded from coarse to fine and shall not
vary from the low limit on one sieve to the high limit on the adjacent.

3.16 DRY LEAN CEMENT CONCRETE:

Aggregate: Aggregates for pavement concrete shall be natural material complying with IS:
383.The aggregate shall not be alkali reactive. The limits of deleterious materials shall not
exceed the requirements set out in IS : 383. In case the Engineer considers that the aggregates
are not free form dirt, the same may be washed and drained for at least 72 hours before
batching, as directed by the Engineer.
Coarse aggregate: Coarse aggregate shall consist of clean, hard, strong, dense, nonporous
and durable pieces of crushed stone or crushed gravel and shall be devoid of pieces of
disintegrated stone, soft, flaky, elongated, very angular or splintery pieces. The maximum
size of coarse aggregate shall 25mm. The coarse aggregate comply clause 602.2.4.2.
Fine aggregate: The fine aggregate shall consist of clean natural sand or crushed stone sand
or a combination of the two and shall conform to IS: 383. Fine aggregate shall be free from
soft particles clay, shale, loam, cemented particles mica and organic and other foreign matter.
The fine aggregate shall comply with clause 602.2.4.3

The coarse and fine aggregate may by obtained in either of the following manner. (I) In
separate nominal size of coarse and fine aggregate and mixed together Intimately before
use.

(ii) Separately as 25 mm nominal single size 12.5 mm nominal size graded aggregates and
fine aggregate of crushed stone dust or sand or a combination of these two.

The material after blending shall conform to the grading as indicated in Table 600-1.

181
TABLE 600-1 AGGREGATE GRADATION FOR DRY LEAN CONCRETE.

Sieve Designation Percentage passing the Sieve be weight


--------------------------------------------------------------------------------------------------------
26.50 100
19.00 80-100
9.50 55-75
35-60
600.0 10-35
75.00 micron 0-8

Storage of Materials:
All materials shall be stored in accordance with the provisions of clause 1014 of these
specifications and other relevant IS specifications. All efforts must be made to store the
materials in proper places so as to prevent their deterioration or contamination by foreign
matter and to ensure their satisfactory quality and fitness for use in the work. The storage
place must be also permit easy inspection, removal and storage of materials. All such
materials even though stored in approved godown must be subjected to acceptance test
immediately prior to their use. The requirement of storage yard specified in clause 602.2.9
shall be applicable.

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

182
CHAPTER – 10
Construction of new jetty on south side of USL jetty at port
Navlakhi. (Part A, B & C- jetty, approach & Back up area.)
ITEM SPECIFICATIONS
Part: A Construction of Main jetty.
Item No.1
Providing , fabricating and delivering to the site 6 mm thick M.S. plate liners of
specified diameter for bore piles, including cost of material, welding, labour and
transportation etc. complete.

General: -
All relevant specifications mentioned under relevant clauses 8.10 and 8.11 in the CHAPTER-
8 of General Specifications shall apply.

Scope of work: -
The item shall includes materials, equipments and labour required for providing, fabricating
and delivering to the site 1200 mm .inside dia liners of 6mm thick MS plate for bored piles.

Materials: -
6mm thick MS plate: - As per 3.6,3.7 & 3.12 CHAPTER- 9 of material specification shall
apply.

Mode of measurement and payment: -


The measurement shall be made on the weight basis and the weight shall be arrived by
multiplying the area of MS plate used in fabrication of liner by Standard weight of MS plate
as per relevant IS code.

The rate shall be on one M.T. basis.

Item No.2
Driving of steel liners for cast in situ bore piles upto specified depth including pitching
of liners using GPS, welding, jointing etc. using pile driving rig and other mechanical
equipments, cutting down extra length not required etc.complete. (i) 1200 mm dia
liners.
General: -
All relevant specifications mentioned under relevant clauses 8.4 and 8.5 in the CHAPTER-8
of General Specifications, shall apply

Scope of work: -
The item shall include driving of MS liners of 1200 mm inside dia. If any
obstruction (like damaged tetrapodes “B” class, or “A” class stone, etc.) come
in the alignment of pile jetty, it shall be removed by the contractor without any extra payment
to the department.
Mode of measurement and payment: -
The measurements shall be actual liner driven from seabed level. The payment shall be made
on running meter basis.

183
Item No.3
Boring in all sorts of soil including boulders but other than rock using hydraulic piling
rig with supporting equipment and removal of excavated earth with all lifts and lead
upto 1000m including shifting of piling rig from one bore location to another etc.
Complete. (i) 1200 mm dia piles

General: -
The relevant specification mentioned under relevant clauses 8.13.4 in the chapter-8 of
General Specification shall apply.

Scope of work: -
The item shall include boring in all types of strata including silt, hard murrum, boulders, etc.
for 1200mm dia bored piles.

Mode of measurement and payment: -


The measurement and payment shall be on linear meter basis of the actual
boring done in all types of soil including boulders, etc, from sea bed level and includes
drilling fluid, boring, sampling and testing of bored materials if so
required, disposal of bored materials, pumping if required including all labour,
materials, plants, boring equipments etc complete under tidal condition. The
unit for payment shall be one running meter.

Item No.4
Providing and laying design mix cement concrete M40 grade using minimum cement
478 kg/cum and graded crushed stone aggregates 20 mm nominal maximum size for
RCC bored cast-in-situ piles excluding the cost of reinforcement but including lowering
of reinforcement while concreting and using tremie pipe all as per drawing and
technical specifications.
General: -
All relevant specifications mentioned under relevant clauses 8.6,8.7,8.8 and 8.9 in the
CHAPTER-8 of General Specifications shall apply. The grade of concrete shall be M - 40
using minimum cement 478 kg/cum.

Scope of work: -
The item shall include materials, equipments and labour required for providing and laying
RCC grade M-40 for bored piles.

Materials: -
Cement: - As per 1.2 of Chapter- 9 of material specifications
Coarse aggregate: - As per 1.5 of Chapter- 9 of material specifications
Fine aggregate: - As per 1.3 of Chapter- 9 of material specifications
Water: - As per 1.1 of Chapter- 9 of material specifications

Grade of concrete: -
The concrete shall compose of water, cement, fine and course aggregate in proportion as
decided by Government laboratory test to produce concrete of M-40 grade. For daily weigh
batching the weight of one bag of cement be considered as 50kgs.

184
Test for cement concrete: -
Various tests as described in 8.7 of Chaspter-8 of General Specifications.

Mode of measurement and payment: -


The measurements and payment shall be made on actual volume of concrete as placed within
the piles as specified or otherwise as directed by EIC. No deduction shall be made for space
occupied by reinforcement. The payment shall be made on volumetric basis per cubical
content of completed item.
The unit for payment shall be on one Cum.

Item No.5
Dressing of pile heads including cutting of steel liners, if required, chipping of concrete
above pile cut of level and cleaning of exposed reinforcement for 1200 mm dia. piles.
Finishing and Dressing Pile Heads.
The top of the piles shall be brought up above the finished level to permit all laitance and
weak concrete to be removed and to ensure that it can be properly keyed into the cap. Any
defective concrete in the head of the completed pile shall be cut away and made good with
new concrete and bonded into the old.

Dressing of pile head shall be carried out using suitable methods as approved by the
Engineer in charge. Care should be taken to avoid any damage to the structure including
reinforcement or pre stressing anchorages for cables, if any.
Dressing of pile head shall not be carried out at night, or during storm or heavy rain.
The pile head shall be cut out to the required depth and chipping of concrete above pile
cut off level shall be done as directed by Engineer-in-charge. No square shoulders shall
be left at the perimeter of the cut-off portion and all edges shall be tapered. Thereafter, all
loose and foreign materials should be removed.
On the completion of work the site shall be cleared of all debris and cleaned as directed.
The measurement shall be on No. basis and it includes removing of additional concrete
from the pile head and cutting of the steel liners upto required depth with all tools and
plants etc with all lead and lift including lifting and stacking the removed layer at a place
shown by the EIC.
The rate shall be for a unit of one No.
Item No.6
Pile load test on single vertical pile (initial load test on test pile or routine load test on
working pile) in accordance with IS:2911 ( part-IV ) or load testing on wells as directed.
General: -

All relevant specifications mentioned under clause 8.14 in the CHAPTER-8 of General
Specifications shall apply.

Scope of work: -
The item shall include Vertical load test for 1000 mm dia pile using prestressed anchors or
otherwise static or dynamic load as directed by EIC. The test load shall be as prescribed in
Para 8.14 of CHAPTER-8

185
Mode of measurement and payment: -

The payment shall be made for test carried out by high strain Dynamic/Static as directed
including all equipments, plants, labour, platform if required and other accessories required
for the work inclusive of installation and removal of same after completing entire testing
procedure and submission of required record in five copies for test including required set of
photographs.

Considering the site condition, any of the option as of the mentioned above may be decided
and the decision of the EIC shall be final.

The unit for payment shall be per M.T.

Item No.7
Making precast RCC girders (beams), pile muff or such other precast RCC members
for RCC jetty or such other structure with M40 grade design mix concrete using
minimum cement 435 kg/cum and graded crushed stone aggregates 20 mm nominal
maximum size, including the cost of formwork, admixture (super plasticizer) @ 0.4 %
of weight of cement, vibrating, curing, etc but excluding the cost of reinforcement
complete as per drawing and technical specifications.
General: -

All relevant specifications mentioned under relevant clauses 8.6,8.7,8.8 and 8.9 in the
CHAPTER-8 of General Specifications shall apply. The grade of concrete shall be M-40
using minimum cement 435 kg/cum.

Scope of work: -

The item shall include materials, equipments and labour required for providing and laying
RCC grade M-40 for fender block, muff, main and secondary beams etc.
Materials: -

Cement: - As per 1.2 of Chapter- 9 of material specifications


Coarse aggregate: - As per 1.5 of Chapter- 9 of material specifications
Fine aggregate: - As per 1.3 of Chapter- 9 of material specifications
Water: - As per 1.1 of Chapter- 9 of material specifications

Grade of concrete: -

The concrete shall compose of water, cement, fine and course aggregate in proportion as
decided by Government laboratory test to produce concrete of M-40 grade. For daily weigh
batching the weight of one bag of cement will be considered as 50kgs.

Test for cement concrete: -


Various tests as described in 8.7 of Chaspter-8 of General Specifications shall apply.

186
Mode of measurement and payment: -
The measurements and payment shall be made on actual volume of concrete as placed as
directed by EIC. No deduction shall be made for space occupied by reinforcement. The
payment shall be made on volumetric basis per cubical content of completed item.

The unit for payment shall be on one Cum.


Item No.8
Loading, transporting and placing in position precast RCC girders (beams), pile muff
or such other precast RCC members for RCC jetty or such other structure including
arranging as per drawing and using all required machineries etc. complete.
General: -

All relevant specifications mentioned under relevant clauses 3.5 in the CHAPTER-9 of
General Specifications shall apply.

Scope of work:
The item shall includes all equipments and labour required for lifting and placing in proper
and specified position of precast RCC members like pile muff, bracings, main beam, and
secondary beams as per the requirement of work.

Mode of measurement and payment: -


The measurements and payment shall be made on actual volume of concrete as placed as
directed by EIC. No deduction shall be made for space occupied by reinforcement. The
payment shall be made on volumetric basis per cubical content of completed item.

The unit for payment shall be on one Cum.


Item No.9
Providing and laying cast-in-situ design mix cement concrete M40 grade using
minimum cement 435 kg/cum and graded crushed stone aggregates 20 mm nominal
maximum size for RCC pile caps, fender blocks, muff etc. including the cost of
formwork and vibrating but excluding the cost of reinforcement all as per drawing and
technical specifications.
General: -

All relevant specifications mentioned under relevant clauses 8.6,8.7,8.8 and 8.9 in the
CHAPTER-8 of General Specifications shall apply. The grade of concrete shall be M-40
using minimum cement 435 kg/cum.

Scope of work: -
The item shall include materials, equipments and labour required for providing and laying
RCC grade M-40 for pile caps, fender block, etc.

Materials: -
Cement(SRPC) - As per 1.2 of Chapter- 9 of material specifications
Coarse aggregate: - As per 1.5 of Chapter- 9 of material specifications
Fine aggregate: - As per 1.3 of Chapter- 9 of material specifications
Water: - As per 1.1 of Chapter- 9 of material specifications

187
Grade of concrete: -
The concrete shall compose of water, cement, fine and course aggregate in proportion as
decided by Government laboratory test to produce concrete of M-40 grade. For daily weigh
batching the weight of one bag of cement will be considered as 50kgs.

Test for cement concrete: -


Various tests as described in 8.7 of Chaspter-8 of General Specifications shall apply.

Mode of measurement and payment: -


The measurements and payment shall be made on actual volume of concrete as placed as
directed by EIC. No deduction shall be made for space occupied by reinforcement. The
payment shall be made on volumetric basis per cubical content of completed item.

The unit for payment shall be on one Cum.


Item No.10
Providing and laying cast-in-situ design mix cement concrete M-35 grade using
minimum cement 420 kg/cum and graded crushed stone aggregates 20 mm nominal
maximum size for RCC super structure such as solid slab, T beam and slab, rectangular
beams or such other RCC members using vibrator including the cost of formwork but
excluding the cost of reinforcement all as per drawing and technical specifications.
General: -
All relevant specifications mentioned under relevant clauses 8.6,8.7,8.8 and 8.9 in the
CHAPTER-8 of General Specifications shall apply. The grade of concrete shall be M-30
using minimum cement 405 kg/cum.

The item shall include supply and adding admixture (super plasticizer) of approved quality,
as approved by the Engineer-in-charge confirming to the relevant IS specifications. The
admixture material shall be used in proportion of 0.40% by weight of cement & the same
shall be added along with other ingredients of concrete while mixing in the concrete mixer.

Scope of work: -
The item shall include materials, equipments and labour required for providing and laying
RCC grade M-30 for in-situ portion of long beam, cross beam, kerbing and existing approach
of the work.

Materials: -
Cement: - As per 1.2 of Chapter- 9 of material specifications
Coarse aggregate: - As per 1.5 of Chapter- 9 of material specifications
Fine aggregate: - As per 1.3 of Chapter- 9 of material specifications
Water: - As per 1.1 of Chapter- 9 of material specifications

Grade of concrete: -
The concrete shall compose of water, cement, fine and course aggregate in proportion as
decided by Government laboratory test to produce concrete of M-30 grade. For daily weigh
batching the weight of one bag of cement will be considered as 50kgs.

Test for cement concrete: -


Various tests as described in 8.7 of Chapter-8 of General Specifications shall apply.

188
Mode of measurement and payment:-
The measurements and payment shall be made on actual volume of concrete as placed as
directed by EIC. No deduction shall be made for space occupied by reinforcement. The
payment shall be made on volumetric basis per cubical content of completed item.

The unit for payment shall be on one cum.

Item No.11
Providing and laying cast-in-situ design mix cement concrete M30 grade using
minimum cement 405 kg/cum and graded crushed stone aggregates 20 mm nominal
maximum size for wearing coat etc. of RCC jetty or such other structure using vibrator
including nominal side formwork but excluding the cost of bottom formwork and
reinforcement as per drawing and technical specifications.
The work shall consist of design mix reinforced cement concrete grade M30 work for
wearing coat concrete as per drawings or a directed by EIC.

Water shall be sweet and shall not be salty or brackish, clean and fresh, free from all
chemicals and deleterious matter which will either weaken the mortar.

The cement used shall be ordinary Portland slag cement or Portland cement or Rapid
Hardening Portland cement conforming to Indian Standard Specification IS:269, I.S.456;
Rapid Hardening Portland cement shall be use only when approved by the EIC . Grade and
make of the cement should be approved by the EIC.

The cement shall be stored in a suited weather-tight building to keep it away from dampness
or in sealed bins to the satisfaction of the EIC. Any cement which has become caked or
lumped or otherwise adversely affected shall at once be removed from the site. The cement
shall be subject to the following test in accordance with the procedure specified in IS: 4032:

Fineness by air permeability methods


Setting time : initial and final
Unsoundness : le chateliers methods
Compression test : at 3,7,and 28th days

The coarse aggregates used shall be clear, hard, washed and screened gravel or crushed stone
having a specific gravity of not less than 2.56 and shall not exceed 3.00. Coarse sand shall be
free from dust, fine materials, clay or loam and soft, flat or elongated particles.

The coarse sand used shall conform to the IS:369 for grading, strength and all other
properties, Where required by the EIC, the coarse aggregates shall be subject to the following
tests in accordance with the procedure specified in IS:383.

I. Sieve Analysis
IS Designation Percentage by
weight passing
sieve
4.75 mm 100 %
2.36 mm 90 to 100 %
1.18 mm 70 – 100 %

189
600 µ (micron) 30 – 100 %
300 µ (micron) 5 – 70 %
150 µ (micron) 0 – 50 %

Determination of clay, fine silts and fine dust in aggregates


Organic impurities
Strength of test cubes
Soundness
Abrasion value

The fine sand aggregates used shall consist of natural sand or stone screenings, free from
vegetable matter or any other impurities. The fine sand aggregates used shall conform to IS:
383 for grading, strength etc. the fineness shall not exceed 1.00. Where required by the EIC,
the fine sand aggregates shall be subjected to the following tests in accordance with the
procedures specified in IS: 383.

I Sieve Analysis
IS Designation Percentage by
weight passing
sieve
4.75 mm 100 %
2.36 mm 100 %
1.18 mm 75 – 100 %
600 µ (micron) 40 - 85 %
300 µ (micron) 5 – 50 %
150 µ (micron) 0 – 10 %
Determination of clay, fine silts and fine dust in aggregates.
Organic impurities
Strength of test cubes
Soundness
Abrasion value

Sand shall be natural sand; clean, sharp, coarse and gritty and from approved source. It shall
be well graded, hard, strong, durable and free from injurious amounts of dust, clay, kankar
nodules, soft or flaky particles shale, alkali, salts organic matter, loam, mica or other
deleterious substance and shall be approved from the E.I.C. It shall be washed with fresh
water on site if so directed by the EIC.

Grit shall consist of crushed or broken stone and be hard, strong, dense, durable clean of
proper gradation and free from skin or coating likely to prevent proper adhesion of mortar.
Grit shall generally be cubical in shape and as far as possible flaky elongated pieces shall be
avoided. It shall generally comply with the provisions of IS:383-1970 Unless special stone of
particular quarries is mentioned, grit shall be obtained from the best black trap or equivalent
hard stone as approved by the E.I.C.. The grit shall have no deleterious reaction with cement.

The grit shall confirm the following gradation as per sieve analysis:

190
I.S. Sieve Percentage by
designation weight
Passing sieve
12.50mm 100 %
10.00mm 85 to 100
4.75mm 0 to 20%
2.36mm 0 to 25%

The crushing strength of grit will be such as to allow the concrete in which it is used to build
up the specified strength of concrete

The necessary tests for grit shall be carried out as per requirement of I.S. 2386 (part I –VIII)
1963, as per instructions of the E.I.C. the necessity of test will be decided by the E.I.C.
The proportioning cement and aggregates shall be done by weight and necessary precautions
shall be taken in the production to ensure that the required work cube strength is attained and
maintained. The controlled concrete shall be of grade M40, with prefix controlled added to it.
The letter ‘M’ refers to mix and numbers specify 28 days works cube compressive strength of
400 mm. cubes of the mix expressed in Kg/Cm2.
The proportion of cement, sand and coarse aggregates shall be determined by weight the
weight batch machine shall be used for maintaining proper control over the proportion of
aggregates as per mix design. The minimum cement content shall be 405 kg/cum. The
strength requirements of different grades of concrete shall be as under:

Grade of Compressive strength of 15 cms.


Concrete cubes in kg/cm2 at 28 days,
conducted in accordance with I.S.
516-1959.
Preliminary test Work test
Min. Min
M 15 200 150
M 20 260 200
M 25 320 250
M 30 380 300
M 35 440 350
M 40 500 400

In all cases, the 28 days compressive strength specified in above table above be the criteria
for acceptance or rejection of the concrete. Where the strength of a concrete mix as indicated
by tests, lies in between the strength of any two grades specified in the above table, such
concrete shall be classified in for all purposes as concrete belonging to the lower of the two
grades between which its strength lies.

The proportions for in gradients chosen shall be such that concrete has adequate workability
for conditions be shown to the satisfaction of the Engineer-in-charge, that the supply of
properly graded aggregate of uniform quality can be maintained till the completion of work.
Grading of aggregate shall be controlled by obtaining the coarse aggregates, in different sizes
and benignity hem in the right proportions as required. Aggregate of different sizes shall be
stocked in separate stock piles. The required quantity of material shall be stock piled several
hours, preferably a day before use. The grading of coarse and fine aggregate shall be checked
as frequently as possible, the frequency for a given job being determined by the Engineer-in-
191
charge to ensure that the suppliers are maintaining the uniform grading as approved for
samples used in the preliminary tests.

In proportioning concrete, the quantity of both cement and aggregate shall be determined by
weight. Where the weight of cement is determined by accepting the maker’s weight per bag a
reasonable number of bags shall be weighted separately to check the net weight. Where
cement is weighted from bulk stocks at site and not by bags, it shall be weighted separately
from the aggregates. Water shall either be measured by volume in calibrated tanks or
weighed. All measuring equipments shall be maintained in clean and serviceable condition.
Their accuracy shall be periodically checked.

The form work shall conform to the shape, lines and dimensions as shown on the plans and
be so constructed as to remain sufficiently rigid during the placing and compacting of the
concrete and shall be sufficiently water tight to prevent loss of cement slurry from the
concrete. Form work or centering shall be constructed of steel or timber and adequately
designed to support the full weight of wet concrete without deflection and retain its during
laying ramming and setting of concrete. Timber used shall be properly seasoned so as to
prevent deformation when wetted.

All formwork shall be removed without shock or vibration and shall be eased off carefully in
order to allow the structure to take up its load gradually. Forms shall not be disturbed until
concrete has adequately hardened to take up superimposed load coming on it and in no
circumstances shall forms be struck until the concrete reaches strength of at least twice the
stress to which the concrete may be subjected at the time of striking.

Note: At least one sample shall be taken from each shift. Ten test specimens shall be made
from each sample, five for testing at 7 days and the remaining five at 28 days. The samples of
concrete shall be taken on each day of the concreting as per above frequency. The number of
specimens may be suitably increased as deemed necessary by the EIC when procedure of
tests given above reveals a poor quality of concrete and in other special case

The average strength of the group of cubes cast for each day shall not be less than the
specified cube strength of 400 kg/cm2 at 28 days. 20 % of the cubes cast for each day may
have value less than the specified strength provided the lowest value is not less than 85 % of
the specified strength. If the concrete made in accordance with the proportion given for a
particular grade, does not yield the specified strength, such concrete shall be classified as
belonging to the appropriate lower grade. Concrete made in accordance with the proportions
given for a particular grade shall not, however, be placed in a higher grade on the ground that
the test strength are higher than the minimum specified.

Mode of measurements for payment


The consolidated cubical contents of concrete work as specified in item shall be measured.
The concrete laid in excess of sections shown in the drawings or as directed shall not be
measured. No deductions shall be made for:

The rate includes cost of all materials, labour, tools and plant required for mixing, placing in
position, vibrating and compacting, finishing as directed by EIC curing and all other
incidental expenses for producing concrete of specified strength.

The rate shall be paid for a unit of one cubic meter.

192
Item No.12
Supplying, bending, hooking and binding Corrosion Resitance Steel bar reinforcement
including placing in position etc. complete upto floor two level.
General: -All relevant specifications mentioned under relevant clauses 8.9 in the CHAPTER-
8 of General Specifications shall apply.
Scope of work: -
The item shall includes Supplying, cutting, bending, binding, hooking, fixing in position the
CRS reinforcement for RCC work in pile, beams, fender blocks, muff, slab, curbing, as
shown in drawing or as directed by EIC.
Materials: -
CRS bars: - As per clauses 3.00 of Chapter- 9 of material specifications, shall apply.
Mode of measurement and payment: -
The measurement shall be on the weighment basis and it shall be derived by multiplication of
length of bars with its standard weight per meter as per IS code and as detailed in the table
3.00 of ch.9. Payment for overlapping length of bars shall be considered for measurements.
The rates quoted shall include the weight of chairs, hangers, spacers or other devices if used
and binding wires for which no extra payment will be made.
The rate shall be paid for a unit of MT.
Item No.13
Suppling ARCH type rubber fender of size 400 H and required lengthat site and fixing
the same on dock wall at all levels upto low eater as shown in the drawing or as dircted
including cost of all materials,S S (non magnetic) anchor bolts size 38 mmm to 500 mm
c/c. transportions, testing of materials drilling of hole, anchoring fixturwes using
mechanical/chemical anchors etc complete( length to be measured shall be effective
length of fender in contact with vessel)
Workmanship

1.1.1 400 H Arch type fender of length for fender block of the jetty shall be supplied and
fixed in position under this item of work.
1.1.2 400 H Arch type fender of length as shown in drawing for each fender shall be
supplied and fixed in position on the fender block of service jetty under this item of
work. Contractor shall have to arrange for the testing of the rubber fenders and he will
convey the date of the testing in advance to the department and the E.I.C. Similarly he
is responsible to make the arrangements of the fixtures in advance and anchoring of
the same properly in the fender block as per the provision of designed holes in the
rubber fenders.
1.3 At 45 % Rated deflection, performance of fender shall be Energy absorption – 5.8
ton-m Reaction force - 58.00 ton.
(Tolerance shall be + 10 %)
1.4 The fenders to be supplied under this item shall be of best quality natural rubber
compound, non-absorbent of moisture, resistant to instantaneous sparking, impervious
to atmospheric and oily conditions and of adequate shore hardness to withstand
impact touch and resistant to abrasive action, Sunlight temperature and climatic
variations under tropical condition.
1.5 The rubber fenders as satisfies all above criteria shall be used for fendering work.
While handling these rubber fenders on site, great care shall be taken.
1.6 As far as possible nylon sling of 15-cm. width shall be used for hanging of fenders.
The wire ropes or similar material shall not be used. If nylon sling are not available,

193
manila ropes or soft pads of thick cloth, rubber pads, wood, pipe etc. shall be kept
between ropes and rubber bodies.
1.7 For functional viewpoint the fenders shall be guaranteed for period of 24 (twenty
four) months from the date of installation. The contractor shall produce the bank
guaranty of total 30% of the amount quoted by the contractor for rubber fenders for a
period of 24 months. The starting date of the guaranty will be considered the actual
date of completion of the work and the Jetty is put in operation.
1.8 The fender shall be elastomeric unit. The fender shall be supplied with the
manufacturer’s test certificates showing that it conforms to all respects with the
appropriate standards and specifications. The fenders to be supplied shall be of best
quality natural rubber compound, non-absorbent of moisture, resistant to
instantaneous sparking impervious to atmospheric and oily condition and of adequate
shore hardness to withstand impact launch and resistance to abrasive action, sun light,
temperature and climatic variations under tropical conditions. Tenderer shall give his
design calculation for complete fender system using I.S. 4651 part III and accordingly
the dimension of rubber fender, frontal frame and other fixtures and fastening shall be
finalized. The calculation are to prove theoretically, and with test results that the
minimum energy absorption of the system complies with the requirements.
1.9 The material used for the fender shall be vulcanized, natural or synthetic rubber or
mixture of them of high quality having sufficient resilience, ntiaging, weather
resistance and wear resistance properties to meet all normal service conditions. The
material shall be homogeneous without any defective impurities, Pores, cracks etc.

The rubber to be used to manufacture the fender shall have minimum properties as shown in
table give below:

Property Testing Standard Condition Requirement

Tensile Strength ASTM D 412 Original 16 Mpa (Min)


ASTM D 412 Aged for 96 hours at Original Value – 20
70 º C % (Max)
Elongation at Break ASTM D 412 Original 400 % (Min)
ASTM D 412 Aged for 96 hours at Original Value – 20
70º C % (Max)
Hardness ASTM D 2240 Original 78 (Max) Shore A
ASTM D 2240 Aged for 96 hours at Original Value + 6
70º C Points
Compression Set ASTM D 395 Aged for 22 hours at 30% (Max)
70º C
Ozone Resistance ASTM D 1149 1 PPM at 20% strain No Crack visible by
at 40º C for 100 hrs eyes
Abrasion Resistance BS 903 A9 Method B 1000 0.5 CC (Max)
Revolutions
Tear Resistance ASTM D 624 DIE B 70 k N/m (Min.)
Sea water Resistance DIN 86076 Section 28 days in artificial Hardness +/- 10º
7.7 sea water at 95% (Max)Shore A
C+/-2º C volume +10/-5 %
(Max)

194
Fixture & Fasteners:

Tenderer shall supply his own details of fixtures and fasteners in support of the chosen
fendering system.

Fender Fixing Bolts to Suit Anchor Sleeve:


The material property of all the fasteners and fixtures will be S.S. 316 stainless steel or
equivalent.

Fender to Frame Fixing Bolts:


The material property of all the fasteners & fixtures will be S.S. 316 stainless steel or
equivalent.

Pad fixtures:
The fixture will be S.S. 316 stainless steel or equivalent..

Insert of the Fender:


IS 2062 Grade “A”.

Testing of Fender
The random fender sample shall be tested in approved laboratory like Indian Rubber
Manufacture Research Association, (Govt. of India Affiliated) or CIPET, Ahmedabad or such
recognized laboratory (ISO- 9001). Manufacturer shall provide the location and all other
details of manufacturer’s test facilities to EIC well in advance. All necessary tests shall be as
per the relevant Indian Standard or International Standard codes. If manufacturer possesses
he testing facilities as their manufacturing site then testing may be carried out in
manufacturer’s laboratory with prior permission from Engineer-in charge in presence of
authorized representative of above laboratories or TPI agency approved by GMB.
Arrangement shall have to make by the supplier / manufacturer for the presence of the
authorized representative at manufacturer/ supplier’s cost. All the tests for materials used in
fender and performance of Fender shall be carried out at the recognized laboratories and
should be approved by Lloyed’s Register of shipping / BVIS (Industrial Wing) at the cost of
supplier, qualified inspectors from International Inspection Agency must be engaged for the
witnessing of the performance test. For engaging the inspectors of international inspection
agency necessary expenditure shall be borne by the manufacturer / supplier/Contractor. Other
details of inspection / testing of fenders are as follows:

Method of Inspection:
1. Appearance: visual Inspection
2. Dimensions: A convex rule / venire calipers
3. Performance:

The compression recovery test will be carried out in presence of the representative of EIC on
a fully assembled Fender unit through the reputed. Lloyds Inspector / BVIS for compression
symmetrically and reaction for should be taken when the test piece is compressed through
10%, 20%, 30%, 40% & 45% & so on till he Rated Deflection. When the load under
compressed test piece is released fender should recover minimum 90% original dimension.
All the tests for materials used in fender and performance of Fender shall be carried out at the
recognized laboratories and should be approved by Lloyd’s Register of shipping / BVIS
(Industrial / Wing) at the cost of supplier. The performance of Fender is expressed by the

195
value of the energy absorbed during compression of the fender up to the prescribed deflection
and the maximum value of reaction load thus generated. The prescribed deflection is the
deflection at which the ratio (E/R) of the value of energy absorption (E) to the value of
reaction load (R) derived from the standard performance curve for fender makes maximum.
In the performance test of fender, compression shall be applied in general vertically towards
the top face of the Fender. The compression is to be repeated for three times up to the
prescribed Rated Deflection. The load and the deflection in each test shall be recorded. The
compression results should be taken only from the average value of 2nd & 3rd cycles. 10%
quantity of the order to be tested (compression test) before shipment of cargo with the
attendance of EIC and by the Third party Agency appointed by the EIC. The certificate
showing deflection curve shall be certified by the TPA .The performance of rubber fenders
as tested in accordance with the above must satisfy the design parameters as described in
Tender. Qualified inspectors from approved International Inspection Agency must be
engaged for the witnessing of the performance test. Three (3) complete sets of reports of
performance tests to be certified and signed by both the testing institution and the appointed
International inspection agency are to be submitted.

Test Certificates:
The test certificates showing the maximum load applied should be accompanied by the
graphs showing load defilation curve and energy deflection curve at the time of supply. The
permissible performance tolerance shall be 10% of the value as, mention in specification,
the test certificate should also contain result of the following test.

Variation in liner dimensions of the fender shall be within the following tolerance for
their normal dimensions as furnished by the supplier.

Length : +10mm - 5mm


Width Thickness : +5mm – Nil
Diameter of Bore : +1mm – 1mm
Depth of holes : 6mm

If the fender unit does not satisfy the test, it shall be rejected and the other units represented
under the same test shall also be rejected unless they are individually proved to be
satisfactory by further testing. Full records of the test shall be kept on approved forms and
submitted to the EIC immediately. The records shall include:

(a) Data and details of testing location.


(b) Details of testing equipment including calibration.
(c) Unique reference number of fender unit.
(d) Reference number of other units from which the unit has been selected and which the
unit represents.
(e) Test results for all three tests including rate of compression.
(f) Room temperature at time of test.
(g) Name of supervisor responsible for test.
(h) Signature of supervisor confirming that all the recorded test Details are corrected.
(i) Where the supervisor is not independent, the signature of Reputed independent
inspector confirming that the test details are correct.

All costs for testing as mentioned above shall be deemed to be


included in the rates for supply of fenders:

196
1.10 HANDLING STORAGE AND INSTALLATION
Fenders shall normally be stored in the protection packing in which they have been
transported. Fenders shall be handled in such a way as to prevent them from being distorted,
overstressed or damaged in any way. All slings, ropes or chains used for the handling fenders
shall be rubber or nylon sheathed. Face frames shall be fitted permanent lifting eyes. Great
care shall be taken to prevent cutting or tearing of the rubber particularly in the area of the
embedded base plate and around the bolts, holes and water recesses in the fender based
flanges and firm.

1.11 RECORDS OF FENDER UNITS


All fender units are to be permanently marked with a unique reference so that it can be
individually identified during construction and once incorporated into the permanent works.
For the later case the marks are to eligible to see someone standing on the Jetty. Full details
of the manufacture and installation of fender are to be kept on form to the approval of the
Engineer, including.

(a) Identification marks


(b) Manufacturer and location of manufacture
(c) Size and rubber grade of each unit
(d) Method of manufacture
(e) Mould reference and supervisor in charge
(f) Dates of manufacture
(g) Location of unit in works and date of installation
(h) Test result
(i) Other relevant information
(j) Signature verifying that details are correct.

1.12 Installation of Fenders:


Tentative arrangement for fixing / fastening, details of accessories etc. are shown in separate
drawing sheet attached. Manufacturer / supplier shall have to furnish its own scheme for the
fixing of fender in position and only after approval of such scheme. It shall be installed in
accordance with approval from EIC. Contractor shall arrange for fixing the fenders as
supplied above with all materials required for fixing such as anchor bolts, chain, crane of
required capacity, compressor for drilling holes, necessary scaffolding and all other necessary
tools and plants as directed by the EIC. If required installation of fender shall be carried out
under tidal condition at no extra cost to department. The fender units are to be fixed to the
existing jetty constructed by using plain C.C. blocks of different size along with cast-in-situ
layer of cement concrete. The fenders units are required to be fixed at the location of this
berth. For fixing, the fender the holes of required size or as directed by the EIC shall be
drilled in berth face by special core cutting drilling machine, which can also cut
reinforcement whenever required. Installation of fenders shall be in accordance with the
fixing scheme approved. All bolts, washers, sleeves, accessories, etc. shall be used as per the
standard shown in separate drawing sheet attached. The whole work is to be carried out in
workman like manner and to the entire satisfaction of the EIC by engaging very high skilled
and experience labour. All fenders shall be installed according to the directions of the
manufacture himself and shall be installed such that they can be easily replaced whenever
required. The measurement shall be on Number basis for fenders supplied and fixed as above.
The Executive Engineer (C) or his authorized representative will inspect the fenders at
manufacturer’s production site and only after execution of various tests as described above

197
and necessary inspection of fenders same shall be dispatched to site of work. 70% of the
payment shall be released only after getting result of required laboratory testing and
remaining 30% shall be released after completion of installation of fender as describe above
and well to the satisfaction of EIC. Manufacturer shall provide two years guarantee for entire
fender system from the date of completion work.

1.13 Mode of measurement and payment:-


The unit shall be one meter and the rate shall be per meter length of fender include the cost
of supplying fender and other necessary fitting inclusive of fixing material such a bolts, nuts,
washers, accessories, grouting, etc. as above including transportation, testing of material,
drilling of hole, anchoring fixture using mechanical/chemical anchors all labour tools &
plants etc., octroi, sales tax, and any other govt. tax & duties as per prevailing laws etc.
complete and fixing the fender in position as described as above.

The rate is for one meter of fenders supplied and fixed as above.
Item No.14
Steel work welded in built up sections, framed work including cutting, hoisting fixing in
position and applying a priming coat or red lead paint (A) In railing, channels, pipes
etc.
All the structural steel such as M.S. angles plates bolts etc. required for fabrication work of
corner angles shall be supplied by contractor form market to site of work at his own cost and
shall be confirming to I.S. 102-162.

Also the payment shall be made for the actual steel used in work on weight basis and any
wastage due to cutting or otherwise shall be contractor responsibility.

Fabrication work shall be done as and where directed by EIC and for the fabrication work,
skilled labours and persons shall be engaged by the contractor along with all necessary tools
and plants, fabrication work shall be done by welding as directed by EIC and fabrication
work includes all corresponding items of cutting, drilling, welding etc. as per actual
requirement. For welding purpose welding rods shall be got approved from EIC. prior to start
of work and welding shall be done first by tack welding and then double joint welding to
each and every joint to entire satisfaction of EIC. Fixing of angles with 10mm dowels at 0.5m
c/c of 300mm long. The payment shall be made in relevant tender item.

Before erecting structural steel in position they shall be applied on coat of approved red lead
paint and then engaging skilled persons along with necessary tools and plants shall erect it in
true line and level; as directed by EIC.

The rate includes cost of all material, labour, erection, hoisting, scaffolding and protective
measure required for proper completion of the item of work. This shall also meld conveyance
and delivery, handling, loading and storing etc. required for completing the item described
above including necessary wastage involved. The rate shall be for a unit of one quintal.

Measurement shall be on weight i.e. quintal basis for actual structural steel used in work. The
rate is per one quintal of work done as above including all materials and fabrication erection
work and one coat of red lead paint complete.

198
Item No.15
Painting two coats (excluding primimg coat) on new steel and other metal surface with
synthetic enemal paint brushing interior to give an even shade incl. Cleaning the surface
all dirt,dust and other forein matters.
Oil Painting
This item consists for doing the work of painting two coats with synthetic enamel paint to
new steel and other metal surfaces.

First all the loose and perished paint surface of steel or metal work shall be removed by
papering with sand paper properly the surface shall be cleaned very well to the satisfaction of
E.I.C.

Oil paint of approved quality and color shall be brought by the contractor and it shall be got
approved from E.I.C. before applying the same. It shall be brought in required quantity of
selected coloras directed by E.I.C. First coat of paint shall be applied on duly cleaned surface
in best workman like manner, before applying second coat, the surface shall be got approved
from the E.I.C. The specification No. 140 P.W.D. H.B. Vol.-I shall be applied as far as
possible.

The measurement shall be base upon the superficial area of painting work done. The rate is
on sqmt.of actual work completed in all respect as above. The item consists for doing the
work of painting one coat with enamel paint over primer coat on previously painted steel and
other metal surface.

The ready mixed primer, brushing red lead shall conform to I.S. 102 - 1962.

The surface to be painted shall be cleaned of all rust, scale, dirt and other foreign matter
sticking to it with wire brushes, steel wool, scrapers, sand paper etc. This surface shall then
be wiped finally with mineral turpentine which shall also removed grease and perspiration of
hand marks. The surface shall then be allowed to dry.

After the preparation of the surface, the priming coat shall be applied immediately. The
brushing operations and to be adjusted to the spreading capacity advised by the manufacturer
of the particular primer. The paint shall be evenly and smoothly by means of crossing and
laying off. The crossing and laying off consist of covering the area with paint, brushing
alternately in opposite directions, two or three times and then finally brushing lightly in a
direction at height analysis to the same. In this process no brush marks shall be left after the
laying off is finished.

During painting, evenly time after the priming coat has been worked out of the brush bristles
of after the brush has been unleaded so the bristles of the brush shall be opened up by striking
the brush against portion of the bristles, held at right angles to the surface, So that bristles
thereafter will collect the correct amount of paint when dipped again into a point container.
The primary coat shall be allowed to dry completely before painting is started. No hair marks
from the brush or clogging at paint puddles in the corner or panels angles of molding etc.
shall be left on the work. Special care shall be taken while painting over bolts, nuts, rivets
overlaps etc.

199
The container when not in use shall be kept close and free from air so that paint does not
thicken and also shall be kept guarded from dust.

The primer coat is dry completely then it is ready for coat of paint.

The materials required for work of painting work shall be obtained directly from approved
manufacturers or approved dealers, cage etc. with seal unbroken.

All materials not in actual use shall be kept properly protected, lids of containers shall be kept
closed and surface of paint in open or partially open containers covered within layer of
turpentine to prevent formation of skin. The materials which have become stale of flat due to
improper and long storage shall not be used. The paint shall be stirred thoroughly in its
container before pouring into shall be put back into stock tins. When not in use, the
containers shall be kept properly closed.

If for any seasons, thinning is necessary the brand of thinner recommended by the
manufacturer shall be used.

The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt and grease
shall be thoroughly removed before painting is started. No painting on exterior of other
exposed parts of the work shall be carried out in wet, damp or otherwise unfavorable weather
and all surfaces shall be thoroughly dry before painting work is started.

Brushing operations are to be adjusted to the spreading capacity advised by the manufacture
of particular paint. The paint shall be applied evenly and smoothly by means of crossing and
laying off. The crossing and laying off consists of covering the area over with paint, brushing
the surface hard for the first time over and then brushing alternately in opposite directions
two or three times and then finally brushing lightly in direction at right angles to the same. In
this process, no brush mark shall be left after the laying off is finished. The full process of of
crossing and laying off will constitute one coat.

Priming coat
The item consists for doing the work of painting two coat with enamel paint over primer coat
on previously painted steel and steel based surface.

The ready mixed primer, brushing red lead shall conform to I.S. 102 - 1962.

The surface to be painted shall be cleaned of all rust, scale, dirt and other foreign matter
sticking to it with wire brushes, steel wool, scrapers, sand paper etc. This surface shall then
be wiped finally with mineral turpentine which shall also removed grease and perspiration of
hand marks. The surface shall then be allowed to dry.

After the preparation of the surface, the priming coat shall be applied immediately. The
brushing operations and to be adjusted to the spreading capacity advised by the manufacturer
of the particular primer. The paint shall be evenly and smoothly by means of crossing and
laying off. The crossing and laying off consists of covering the area with paint, brushing
alternately in opposite directions, two or three times and then finally brushing lightly in a
direction at height analysis to the same. In this process no brush marks shall be left after the
laying off is finished.

200
During painting, evenly time after the priming coat has been worked out of the brush bristles
of after the brush has been unleaded so the bristles of the brush shall be opened up by striking
the brush against portion of the bristles, held at right angles to the surface, So that bristles
there after will collect the correct amount of paint when dipped again into a point container.
The primary coat shall be allowed to dry completely before painting is started. No hair marks
from the brush or clogging at paint puddles in the corner or panels angles of molding etc.
shall be left on the work. Special care shall be taken while painting over bolts, nuts, rivets
overlaps etc.

The container when not in use shall be kept close and free from air so that paint does not
thicken and also shall be kept guarded from dust.

The primer coat is dry completely then it is ready for coat of paint.The materials required for
work of painting work shall be obtained directly from approved manufacturers or approved
dealers, cage etc. with seal unbroken.

All materials not in actual use shall be kept properly protected, lids of containers shall be kept
closed and surface of paint in open or partially open containers covered within layer of
turpentine to prevent formation of skin. The materials which have become stale of flat due to
improper and long storage shall not be used. The paint shall be stirred thoroughly in its
container before pouring into shall be put back into stock tins. When not in use, the
containers shall be kept properly closed.

If for any seasons, thinning is necessary the brand of thinner recommended by the
manufacturer shall be used.

The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt and grease
shall be thoroughly removed before painting is started. No painting on exterior of other
exposed parts of the work shall be carried out in wet, damp or otherwise unfavorable weather
and all surfaces shall be thoroughly dry before painting work is started.

Brushing operations are to be adjusted to the spreading capacity advised by the manufacture
of particular paint. The paint shall be applied evenly and smoothly by means of crossing and
laying off. The crossing and laying off consists of covering the area over with paint, brushing
the surface hard for the first time over and then brushing alternately in opposite directions
two or three times and then finally brushing lightly in direction at right angles to the same. In
this process, no brush mark shall be left after the laying off is finished. The full process of
crossing and laying off will constitute one coat.

Approved best quality brushes shall be used.

The rate shall be for a unit of one square meter


Item No.16
Supplying and Fixing CI Bollards all as perdesign/type as shown in the drawing
excluding thecost of bolts, nuts, washers etc. complete including two coats of paint over
one coat of red lead paint.
The relevant specification of this item consider as per the clause no. 3.8 of chapter 9 and
clause no.8.12 of chapter 12.

201
The item consists of supplying and fixing C.I. bollards weighing 800 kg with required all
fixtures such as bolts, nuts, washers etc. The C.I. been type bollards shall be as per approved
design, pattern and size and as per required weighment with all fixtures and it shall be got
approved before supplying the same on site of work.
The C.I. bollards shall be free from cracks and holes. The dimensions of holes and thickness
shall be required as per drawing and design or as directed by EIC. The size of bolts, nuts and
washers shall be as per approved pattern. The total weight of each bollard with necessary
bolts and nuts with washers shall be as per the design or as directed by EIC. The approved
bollards are to be fixed in proper position by the contractor as shown in the drawing or as
directed by Engineer-in-charge. The fixing of bollards shall be carried out by the contractor
in such a way that no damage shall be occurred to adjoining structure other wise it shall be
rectify the damaged portion at his own cost. Foundation bolts shall be grouted at the time of
concreting of slab/beams etc. Special care shall be taken for dimensional position while
grouting of foundation bolts. The bollards shall be painted with two coat of approved paint
over one coat of red lead paint. Each coat of paint shall be got approved before applying the
next coat.
The measurement shall be on actual weighment of bollard with all fixtures like bolt, nuts,
washers etc. and rate shall be paid per quintal of bollard supplied and fixed in position with
all material labour and tools and plants. The unit for payment shall be one quintal.

Part: B Construction of jetty approach.


Item No.1
Providing , fabricating and delivering to the site 6 mm thick M.S. plate liners of
specified diameter for bore piles, including cost of material, welding, labour and
transportation etc. complete.

The detailed specification including mode of measurements and the rater of this item remains
same as per item no. 1 of Part A of this tender.
Item No.2
Driving of steel liners for cast in situ bore piles upto specified depth including pitching
of liners using GPS, welding, jointing etc. using pile driving rig and other mechanical
equipments, cutting down extra length not required etc.complete. (i) 1100 mm dia
liners.
The detailed specification including mode of measurements and the rater of this item remains
same as per item no. 2 of Part A of this tender. But pile liner dia consider 1100 mm instead of
1200 mm.
Item No.3
Boring in all sorts of soil including boulders but other than rock using hydraulic piling
rig with supporting equipment and removal of excavated earth with all lifts and lead
upto 1000m including shifting of piling rig from one bore location to another etc.
Complete. (i) 1100 mm dia piles
detailed specification including mode of measurements and the rater of this item remains
same as per item no. 3 of Part A of this tender. But pile liner dia consider 1100 mm instead of
1200 mm.

202
Item No.4
Providing and laying design mix cement concrete M40 grade using minimum cement
478 kg/cum and graded crushed stone aggregates 20 mm nominal maximum size for
RCC bored cast-in-situ piles excluding the cost of reinforcement but including lowering
of reinforcement while concreting and using tremie pipe all as per drawing and
technical specifications.
The detailed specification including mode of measurements and the rater of this item remains
same as per item no. 4 of Part A of this tender.
Item No.5
Dressing of pile heads including cutting of steel liners, if required, chipping of concrete
above pile cut of level and cleaning of exposed reinforcement for 1100 mm dia. piles.
The detailed specification including mode of measurements and the rater of this item remains
same as per item no. 5 of Part A of this tender. But pile liner dia consider 1100 mm instead of
1200 mm.
Item No.6
Pile load test on single vertical pile (initial load test on test pile or routine load test on
working pile) in accordance with IS:2911 ( part-IV ) or load testing on wells as directed.
The detailed specification including mode of measurements and the rater of this item remains
same as per item no. 6 of Part A of this tender.
Item No.7
Making precast RCC girders (beams), pile muff or such other precast RCC members
for RCC jetty or such other structure with M40 grade design mix concrete using
minimum cement 435 kg/cum and graded crushed stone aggregates 20 mm nominal
maximum size, including the cost of formwork, admixture (super plasticizer) @ 0.4 %
of weight of cement, vibrating, curing, etc but excluding the cost of reinforcement
complete as per drawing and technical specifications.
The detailed specification including mode of measurements and the rate of this item remains
same as per item no. 7 of Part A of this tender.
Item No.8
Loading, transporting and placing in position precast RCC girders (beams), pile muff
or such other precast RCC members for RCC jetty or such other structure including
arranging as per drawing and using all required machineries etc. complete.
The detailed specification including mode of measurements and the rate of this item remains
same as per item no. 8 of Part A of this tender.
Item No.9
Providing and laying cast-in-situ design mix cement concrete M40 grade using
minimum cement 435 kg/cum and graded crushed stone aggregates 20 mm nominal
maximum size for RCC pile caps, fender blocks, muff etc. including the cost of
formwork and vibrating but excluding the cost of reinforcement all as per drawing and
technical specifications.
The detailed specification including mode of measurements and the rate of this item remains
same as per item no. 9 of Part A of this tender.

203
Item No.10
Providing and laying cast-in-situ design mix cement concrete M-35 grade using
minimum cement 420 kg/cum and graded crushed stone aggregates 20 mm nominal
maximum size for RCC super structure such as solid slab, T beam and slab, rectangular
beams or such other RCC members using vibrator including the cost of formwork but
excluding the cost of reinforcement all as per drawing and technical specifications.
The detailed specification including mode of measurements and the rate of this item remains
same as per item no. 10 of Part A of this tender.
Item No.11
Providing and laying cast-in-situ design mix cement concrete M30 grade using
minimum cement 405 kg/cum and graded crushed stone aggregates 20 mm nominal
maximum size for wearing coat etc. of RCC jetty or such other structure using vibrator
including nominal side formwork but excluding the cost of bottom formwork and
reinforcement as per drawing and technical specifications.
The detailed specification including mode of measurements and the rate of this item remains
same as per item no. 11 of Part A of this tender.
Item No.12
Supplying, bending, hooking and binding Corrosion Resitance Steel bar reinforcement
including placing in position etc. complete upto floor two level.
The detailed specification including mode of measurements and the rate of this item remains
same as per item no. 12 of Part A of this tender.

Item No.13
Painting two coats (excluding primimg coat) on new steel and other metal surface with
synthetic enemal paint brushing interior to give an even shade incl. Cleaning the surface
all dirt,dust and other forein matters.
The detailed specification including mode of measurements and the rate of this item remains
same as per item no. 15 of Part A of this tender.

Part: C Development of Back up area.


Item No.1
Supplying and laying rubble stones weighing up to 500 Kg ( Class C Stones) in the
section of breakwater or such other strutures as per drawing or as directed including
quarrying, blasting, loading at quarry site, transporting, unloading at work site and
arranging in layer with the help of crane of required capacity etc. complete with all
labour ,machinary, royalty, quarry lease charges etc complete.
Contractor shall make its own arrangement for acquisition of quarries, developing the same
including removal of overburden quarrying, blasting and supplying the stones of size upto
500 kg (Class “C”) conforming to the properties specified in Chapter-9. GMB if necessary
may render assistance in the form of recommendatory letter for obtaining lease of the quarry.
Before developing and quarrying, the contractor shall obtain the approval of EIC of quarries.
The rates and prices quoted shall be inclusive of all costs of identification of source

204
quarrying, blasting, loading, unloading, transport of the material to site of works. Placing as
per drawing, labour, plants and equipments, royalties, local taxes, duties, levies fees etc.

The contractor at his own cost shall conduct tests as required by EIC or his AR on the
samples of stones as specified in Chapter-8&9 Class ‘C’ (upto 500 kg) stones shall be places
in the profile of the conforming to the profiles shown in the construction drawings supplied
and correctness of the profile shall be the responsibility of contractor. The stones shall be
uniformly graded with minimum and maximum weights and sizes as specified in the tender
documents / construction drawing. The position that may sin, slide or roll away or damaged
by natural causes shall be made good at no extra cost immediately and the surface be brought
to the standard profile specified in the drawing. The stones shall be closely packed or dumped
with such inter locking so that voids shall not exceed the limit specified by EIC.

The contractor shall procure, and maintain a level type weigh bride of suitable capacity at his
own cost and as specified for the work at no extra cost.
The actually executed quantity shall be arrived by weighment method.
The rate of the item shall be per ONE MT
Item No.2
Supplying and spreading and consolidation quarry spell material in layers not
exceeding 1000mm thickness inluding dressing and leveling with all equipments,
labours etc complte for core section of backup area in tidal condition.
The item shall include supplying watering, dressing and leveling quarry spells as per
requirement in various thickness as per drawing or as directed by E.I.C. including spreading,
as directed by E.I.C.

Materials:
Quarry spells:As per clause No. 3.4 of material Specification chapter 9
All relevant specifications mentioned under relevant para No. 8.16 of chapter–8 of general
specification should be followed for executing this item.
Mode of measurement and payment:-
The measurement shall be on volume basis & derived by level basis and for this purpose
initial & final level shall be taken jointly with other DEE (c) who is deputed by SE (c). The
final levels shall be taken after completion of filling compaction work of quarry spell material
as directed by E.I.C. with all respect. If contractor or his representative shall not remain
present during the leveling, the level taken by department shall be final and no objection or
claims shall be entertained. The quantity shall be derived by using any Indian standard
approved method or rule as directed by E.I.C.

The quarry spells filling material shall be used & compacted for platform as directed by EIC.
The proper arrangement shall be made for maintaining the proper slope as directed. Therefore
proper planning shall be made & got approval from EIC before achieving final surface.
The measurement shall be on volume basis & rate shall be paid per one cum of work done as
above including materials, labour, plants & equipment etc. comp.
Item No.3
Installation of trial columns at the specified locations and and conducting initial trial
column load tests according to guidelines specified in IS 15284 (P-1) considering a
design loading intensity. The rate is inclusive of installation of the test columns

205
including supply of stone, load test set up including kentledge arrangements and
submitting the test reports etc. all complete

The item consisits of conducting intial column and test as per per the detail mentioned in
the specification in the chapter No. 8 8.19. The rate for the payment shall be per One
Number.

Item No.4
Design, supply and installation of vibro stone columns as per the approved
construction drawings using vibro floats up to design depth from EGL.This includes
setting up of columns, installation of vibro stone columns for the main works, supply of
crushed stone aggregates, feeding of the stone from the stone stack, real time
monitoring of depth and compaction effort for every stone column, preparation of
records, submission & preparation of as-built drawings.

The item consists of designing, supplying and installation of vibro stone columns for
the backfill material of the proposed jetty.The detail specification shall be refer to
chapter No. 8 8.19. The payment of the item shall be on sqm basis and per one sqm
finished area as per the entire satisfaction of the EIC.
Item No.5
Conducting routine plate load test on single stone column as per procedure stipulated in
IS 15284 Part-1. The rate is inclusive of load test set up and kentledge arrangement and
submitting the reports.

The item consisits of conducting intial column and test as per per the detail mentioned in
the specification in the chapter No. 8 8.19. The rate for the payment shall be per One
Number.
Item No.6
Conducting routine load test on a group of three stone column as per procedure
stipulated in IS 15284 Part-1. The rate is inclusive of load test set up and kentledge
arrangement and submitting the reports.
The item consisits of conducting intial column and test as per per the detail mentioned in
the specification in the chapter No. 8 8.19. The rate for the payment shall be per One
Number.
Item No.7
Design, excavation of soil, supply and laying of 500mm thick granular load distribution
blanket as per the design camber above the vibro stone columns. (This shall include the
disposal of excess earth in the designated locations, supply, laying of granular blanket
in layers of 250mm each above the cut-off level of vibro stone columns, rolling and
compacting with 8-10 MT Vibro rollers including required material handling and
compaction losses)
The item consists of designing, supplying and installation of vibro stone columns for the
backfill material of the proposed jetty.The detail specification shall be refer to chapter
No. 8 8.19. The payment of the item shall be on sqm basis and per one sqm finished area
as per the entire satisfaction of the EIC.
Item No.8

206
Providing and laying,spreading and compacting graded stone aggregate to wet mix
macadum specification including premixing material with water at OMC in mechanical
mixers, carriage of mixed material by tipper to site, laying in uniform layers by
mechanical means in sub-base course on well preparedsurface and compacting with
vibratory roller to achieve desired density complete. as per Clause 406 of MORT & H
specification .

This item provides for wet mix macadam for platform/roadwork as directed by E.I.C. etc.
complete.

All relevant specifications mentioned under relevant clause No. 8.17 of chapter –8 of general
specification shall be followed for executing this item.

Scope of work:-

The item shall include providing and laying of wet mix macadam of variable thickness as
per drawing or directed by E.I.C. incl. premixing the materials, laying in layer by mechanical
means, compacting with vibratory roller as directed by E.I.C.

Materials:
Wet mix macadam: As per clause No. 3.15 of material specification chapter 9
Water : As per clause No. 1.1 of materials specification chapter 9

Mode of measurement and payment:-


The measurement shall be on level basis. The final levels shall be taken after completion of
WMM work including compaction as directed by E.I.C. with all respect. If contractor or his
representative shall not remain present during the leveling, the level taken by department
shall be final and no arguments or claims shall be entertained. The quantity shall be derived
by using any standard approved method or rule as directed by E.I.C. However in this case
looking to the working section for kerbing trench and small width of widen portion and some
weaker portion of road patch of irregular size it may not be convenient to adopt level base
hence if required and directed by the EIC. then appropriate I.S. approval shall be applied for
measurement on volume basis and rate shall be paid for one cum basis and it Includes all
above work etc.
comp.
Item No.9
Construction of dry lean cement concrete sub-base over a prepared sub-grade with
coarse and fine aggregate conforming to IS:383, the size of coarse aggregate not
exceeding 25 mm, aggregate cement ratio not to exceed 15:1, aggregate gradation after
blending to be as per Table 600-1 of MORT & H specifications, cement content not to
be less than 150 kg/cum, optimum moisture content to be determined during trial length
construction, concrete strength not to be less than 10 Mpa at 7 days, including mixing,
transported to site, laid, compacting with 8 to 10 tonne vibratory roller, finishing and
curing etccomplete..

All relevant specifications mentioned under relevant clause No. 8.18 of CHAPTER-8 of
General specification Dry lean concrete suv-base shall be provided below the rifid (concrete)
pavement and above the wet mix macadam provided above granular sub-base. Thickness of
dry leen concrete shall be as shown in the drawing. Materials, as proportioning of materials

207
of mix, construction and all other aspect shall be as per specifications of MORTH-relevant
clause.

Scope of work:-
The item shall include providing and laying a layer of dry lean concrete of 150mm thick.
Materials:-
Cement: - As per clause No. 1.2 of material specification chapter 9

Crushed metal: - As per clause No. 1.5. of material specification chapter 9


Coarse sand: - As per clause No. 1.3 of material specification chapter 9
Water: - As per clause No. 1.1 of material specification chapter 9

Mode of measurement and payment:-

The measurement shall be on level basis. For this purpose final level of underneath layer i.e.
Wet Mix Macadam shall be considered as initial level for this item. The final levels shall be
taken jointly after completion of length of road as directed by EIC. If the contractor or his
representative shall not remain present during the leveling, the levels taken by department
shall be final and no arguments or claims shall be entertained. The quantity shall be derived
by using Simpson’ rule or as directed by Engineer in charge.

The rate shall be paid on Cum. Basis.


Item No.10
Providing and Layig interlocking cement concrete paver blocks 120mm thick of M55
grade of approved make and shape including leveling the base with 50mm thick sand
bedding, laying the paver blocks in pattern as directed by the EIC, filling the joints with
sand including watering, rolling and compacting with appropriate tools and plants, all
conveyance including loading, unloading of blocks etc.complete in all respect.
The work shall consists of providing and laying of interlocking cement concrete paver blocks
of 120 MM thick of M55 grade of approved make and shape including leveling the base with
50 mm thick sand bedding and laying the paver blocks including filling the joints with sand,
watering, rolling and compacting with appropriate tools and plants.

MATERIALS:
Cement: The cement to be used in the work shall conform as described in CHAPTER—9
under Clause No.1.2 attached with the tender.
Sand: The sand to be used in the work shall conform as described in CHAPTER—9 under
Clause No.1.3 attached with the tender.
Coarse aggregate: The stone aggregate shall be prepared from black trap stone and well
graded up to 10mm size and fulfills the requirements laid down in CHAPTER—9 under
Clause No.1.5 attached with the tender.
Water: The water to be used in the work shall conform as per CHAPTER—9 under Clause
No.1.1 attached with the tender.

Paver Block Characteristic


The concrete pavers should have perpendicularities after release from the mould and the same
should be retained until the laying.

208
The surface should be of anti-skid and anti glare type.
The pavers should be able to possess crushing strength of 50 kg. Per sq.cm before lying.
The shape and size of the paver blocks shall required to be approved by EIC before
commencing the work.
The paver should have uniform interlocking space of 2 mm to 3 mm to ensure compacted
sand filling after vibration on the paver surface.

Using above all materials the paver blocks are required to be manufactured in weigh-batching
plant using hydraulic compaction method with automatic machines for better uniformity in
quality and strength brought from the reputed and authorized manufacturer. Mix design shall
be carried out to achieve necessary strength before production of the blocks start.
The pavers shall be manufactured in single layer only.
Skilled labours should be employed for laying blocks to ensure line and level for laying,
desired shape of the surface and adequate compaction of the sand in the joints.

Parameters Minimum Requirements


1 Percentage Water Average not over 7.5%
Absorption
2 Compressive strength Average not less than 450 Kg/cm2
3 Average wear in Thicknessabrasion Average wear not more than 2mm

4 Tolerance in size (length + breadth) + 2mm

5 Thickness of wearing layer Not less than 5mm


6 Tolerance in Thickness of block + 5mm

The Concrete Pavers should confirm to requirements of IS 15658:2006.


The manufacturing company must be an ISO 9001:2000 certified Company or should have
equivalent quality management systems in place to ensure quality product.
The blocks will be made using wear resistant materials in the face mix as specified by the
EIC.
The colours of the blocks (wearing layer) will be as selected by the EIC.
The blocks must be cured in controlled environment to ensure efflorescence free material.
The manufacture must have in house testing laboratory to carry out all testing including
Compressive strength testing, Water absorption, abrasion resistance etc.
The concrete pavers should have perpendicularities after release from the mould and the same
should be retained until the laying.
Compaction of moulds should be done by mechanical vibrators. The vibrator should vibrate
in both horizontal & vertical directions simultaneously. Mould should be retained minimum
1&1/2 minutes on table type vibrator’s platform.
The top surface should be of anti skid type, should not have pin holes and should be dense.
The colour pigment and lacquer coating should not be harmful to concrete.
The pavers should have uniform interlocking spacer bars of 2mm to 3mm to ensure
compacted sand filling after vibration on the paver surface.

Laying of Paver Blocks


It will be responsibilities of the contractors to ensure that the manhole/pipeline cable
trenches/circular drainage system etc. raised to drive way level using the requisite materials
as per instruction of EIC.. The area of pot holes/deep depressions at the isolated locations
209
also have to be filled up before laying the paver blocks. No extra payments will be made for
this purpose.
It will be the responsibility of the contractors to ensure that undulations on the paver blocks
are eliminated after the traffic is allowed on it. Proper slope for drainage of water needs to be
ensured by the contractor. All necessary materials, tools, tackle are required to be arranged by
the contractor.
Bedding Sand Course
The bedding sand shall consist of clean well graded sand passing through 4.75 mm sieve and
suitable for concrete. The bedding should be from either a single source or blended to achieve
the following grading.

IS Sieve Size Percentage Passed


9.52 mm 100
4.75 mm 95-100
2.36 mm 80-100
1.18 mm 60-100
600 (micron) 25-60
300 (micron) 10-30
150 (micron) 5-15
75 (micron) 0-10

Contractor shall be responsible to ensure that single sized, gap graded sand or sands
containing an excessive amount of fines or plastic fines are not used. The sand particles
should preferably be sharp not rounded as sharp sand passes higher strength and resist and
migration of sand from under the block possess higher strength and resist the migration of
sand from under the block to less frequently areas even though sharp sands are relatively
more difficult to compact than rounded sand.
The sand shall be of uniform moisture content and within 4 % - 8 % when spread and shall be
protected against rain when stock piles prior to spreading. Saturated sand shall not be used.
The bedding sand shall be spread loose in a uniform layer as per drawing. The compacted
uniform thickness shall be of 45 mm and within +/- 5 mm. Thickness variation shall not be
used to correct irregularities in the base course surface.
The spread sand shall be carefully maintained in a loose dry condition and protected against
pre-compaction both prior to and following screening. Any pre compacted sand or screened
sand left overnight shall be loosened before further laying blocks take place.
Sand shall be slightly screened in a loose condition to the predetermined depth only slightly
ahead of the laying of paving unit.
Any depressions in the screened sand exceeding 5 mm shall be loosened, raked and
rescreened before laying of paving blocks.

Laying of interlocking Paver Blocks


Paver blocks shall be laid in herringbone laying pattern throughout the pavement. Once the
laying pattern has been established, it shall continue without interruption over the entire
pavement surface. Cutting of blocks, the use of infill concrete or discontinuities in laying
pattern is not be permitted in other than approved locations. Paver blocks shall be placed on
the uncompacted screened sand bed to the combinated laying pattern, care being taken to
maintain the specified bond throughout the job. The first row shall be located next to an edge
restraint. Specially manufactured edge paving blocks are permitted or edge blocks may be cut

210
using a power saw, a mechanical or hydraulic guillotine, bolster or other approved cutting
machine.
Paver blocks shall be placed to achieve gaps nominally 2 to 3 mm wide between adjacent
paving joints. No joint shall be less 1.5 mm not more than 4 mm. Frequent use of string lines
shall be used to check alignment. In this regard the ‘laying face’ shall be checked at least
every two meters as the face proceeds. Should the face become out of alignment, it may be
corrected prior to final compaction and before further laying job is proceeded with.
In each row, all full blocked shall be laid first. Closure blocks shall be cut and fitted
subsequently. Such closer shall consist of not less than 25 % of full blocks.
To infill spaces between 25 mm and 50 mm wide concrete having screened sand, coarse
aggregate mix shall be used. Within such mix the nominal aggregate size shall not exceed one
third the smallest dimension of the infill space. For smaller spaces dry packed mortar shall be
used.
Except where it is necessary to correct any minor variations occurring in the laying bond the
paver blocks shall not be hammered into position. Where adjustment of paver blocks
necessary care shall be taken to avoid premature compaction of the sand bedding.

Initial Compaction
After laying the paver blocks, they shall be compacted to achieve consolidation of the sand
bedding and brought to design levels and profiles by not less than two (2) passes of a suitable
plate compactor.
The compactor shall be high-frequency, low amplitude mechanical flat plate vibrator having
plate area sufficient to cover a minimum of twelve paving blocks. Prior to compaction all
debris shall be removed from the surface.
Compaction shall proceed as closely as possible following laying and prior to any traffic.
Compaction shall not, however, be attempted within one meter of the laying face.
Compaction shall continue until tipping has been eliminated between adjoining blocks. Joints
shall then be filled and re- compacted.
All work further than one meter from the laying face shall be left fully compacted at the
completion of each day’s laying.
Any blocks that are structurally damaged prior to compaction shall be immediately removed
and replaced.
Sufficient plate compactors shall be maintained at the paving site for both bedding
compaction and joint filling.

Joint filling and final compaction


As soon as possible after compaction and in any case prior to the termination of work on that
day and prior to the acceptance of vehicular traffic, sand for joint filling shall be spread over
the pavement.
Joint sand shall pass a 2.36 sieve and shall be free of soluble salts of contaminants likely
cause efflorescence. The same shall comply with the following grading limits.
IS Sieve Size Percentage Passed
2.36 mm 100
1.18 mm 90-100
600 (micron) 60-90
300 (micron) 30-60
150 (micron) 15-30
75 (micron) 10-20

211
The contractor shall supply a sample of the jointing sand to be used in the contract prior to
delivering any such materials t site for inpr into the works. Certificates of test results issued
by a recognized testing laboratory confirming that the samples conform to the requirements
of this specification shall accompany the same.
The jointing sand shall be broom to fill the joints. Excess sand shall then be removed from
the pavement surface and the jointing sand shall be compacted with not less than one (1) pass
by the plate vibrator and joints refilled withstand to full depth. This procedure shall be
repeated until all joints are completed filled with sand. No traffic shall be permitted to use the
pavement until all joints have been completely filled with sand and compacted.
INSPECTION, SAMPLING AND TESTING: All materials used in the item shall be
subjected to inspection and test. Samples of all materials proposed to be employed in the
work shall be submitted to the E.I.C. for approval before they are brought to the site. Samples
provided to the E.I.C. or his AR for their retention are to be labeled boxes suitable for
storage, materials or workmanship not corresponding in character and quantity with approved
samples will be rejected by the E.I.C.
Samples required for approval and testing must be supplied in sufficient time to allow for
testing in Govt. Laboratory or authorized private laboratory and liable to reject if not fulfils
the required specifications.
The EIC and representative shall inspect the site of manufacturing of block and contractor has
all liabilities for facilitating the inspection.
QUALITY ASSURANCE: Each lot of C.C. paver blocks shall have to be tested as per
relevant I.S. provisions and same shall be certify by the manufacturers.
NAME OF MANUFACTURERS AND COPIES OF ORDERS: Before ordering the paver
blocks for the work, the contractor shall submit for the approval of the E.I.C. The name of the
makers and suppliers proposed and any other detail required by the E.I.C. and shall
afterwards send to the E.I.C. copies of the orders given by the contractor for the material.
MEASUREMENT AND PAYMENTS:
Length and breadth shall be measured correct to a centimeter and its area as laid shall be
calculated in square meter correct to two places of decimal.
The rate shall include the cost of all materials, labour casting, curing, equipment laying etc
involved in all the operation described above.
The payment shall be made on per sqm. area of work carried out satisfactorily and as
instructed by E.I.C.
Item No.11
Providing and Laying design mix concrete M35 using minimum cement 385 kg/cum,
crushed stone aggregates 20 mm nominal maximum size and curing complete including
the cost of form work but excl. cost of reinforcement for reinforced for reinforced
concrete work in (B) wall from top of foundation level to floor two level
General: -
All relevant specification mentioned under relevant clause No. 8.7 of Chapter No. 8 of
general specification. The grade of concrete shall be M-35.

The contractor shall be submit the mix design based on weighed proportions of all ingredients
for the approved of the EIC. After approval of the mix design the mixing of all ingredients
shall be carried out as per approved mix design.

The water cement ratio shall not more than specify as per the mix design.

Scope of work: -

212
The item shall include materials, equipments and labour required for providing and laying
design mix concrete M-35 for curbing wall.

Materials:-
Cement: As per clause No.1. 2 of material specification chapter 9.
Crushed stone aggregately: - As per clause No. 1.5 of material specification chapter 9.
Coarse sand: - As per clause No. 1.3 of material specification chapter 9.
Water: - As per clause No. 1.1 of material specification chapter 9.

Grade of concrete:-
The concrete shall compose of water, cement, fine and coarse aggregate in proportion as
decided by Government laboratory test to produce concrete of M-35 grade. For daily weigh
batching the weight of one bag of cement will be considered as 50kgs.

Test for cement concrete:-


Various tests as described in Chapter No. 8 of test schedule.

Mode of measurement and payment:


The measurements and payment shall be made on actual volume of concrete as placed as
directed by EIC. No deduction shall be made for space occupied by reinforcement. The
payment shall be made on volumetric basis per cubical content of completed item.
Item No.12
Supplying, bending, hooking and binding thermomechanically treated (TMT) corrosion
resistant Fe-415 grade bar reinforcement including placing in position etc. complete
upto floor two level.

General: -All relevant specifications mentioned under relevant clauses 3.13 in the
CHAPTER-9 of General Specifications shall apply.

Scope of work: -
The item shall includes Supplying, cutting, bending, binding, hooking, fixing in position the
TMT reinforcement for RCC work in, beams, curbing, as shown in drawing or as directed by
EIC.

Materials: -

TMT bars: - As per 3.13 of Chapter- 9 of material specifications, shall apply.

Mode of measurement and payment: -

The measurement shall be on the weighment basis and it shall be derived by multiplication of
length of bars with its standard weight per meter as per IS code and as detailed in the table
under Clause 3.13 of Chapter- 9. Payment for overlapping length of bars shall be considered
for measurements. The rates quoted shall include the weight of chairs, hangers, spacers or
other devices if used and binding wires for which no extra payment will be made.

213
PART -D
MOBILIZATION AND DEMOBILIZATION OF MACHINARIES.

Item No.1 Mobilization & demobilization of machinery for entire work.

For Jetty And Approach work


The contractor shall have to provide all adequate plant and equipments, he proposed to
deploy at the site. For this purpose, he shall have to visit the site and satisfied himself about
all relevant data to plan his deployment of machinery/ equipment before tendering.
The piling rig or such other equipment shall be of approved design and capacity and shall be
got approved before bringing to the site from the EIC.
The piling work is to be carried out in tidal and under water condition. The contractor shall
furnish to the EIC along with the tender, the detailed methods of construction, he intends to
adopt for piling work along with the programmed construction.
This item also includes the plants and machinery and any other temporary structures required
for the proposed work to be provided at the site of work.
After completion of the piling works, the equipment mobilized at the site of construction of
piles etc. shall be removed from the site. Approval of EIC shall be obtained before removing
any of the equipment.
The item provides for payment of non-refundable mobilization and demobilization cost for
bringing and taking back the required equipment. The payment under this item shall be made
on production of Bank Guarantee of quoted amount from a nationalized bank with validity of
not less than four months, which can be extended at the discretion of the EIC. This bank
guarantee will be released after satisfactory completion of the works in all respects.
For Backup Area
The contractor shall have to provide all adequate plant and equipments, he proposed to
deploy at the site. For this purpose, he shall have to visit the site and satisfied himself about
all relevant data to plan his deployment of machinery/ equipment before tendering.
The piling rig or such other equipment shall be of approved design and capacity and shall be
got approved before bringing to the site from the EIC.
The piling work is to be carried out in tidal and under water condition. The contractor shall
furnish to the EIC along with the tender, the detailed methods of construction, he intends to
adopt for piling work along with the programmed construction.
This item also includes the plants and machinery and any other temporary structures required
for the proposed work to be provided at the site of work.
After completion of the piling works, the equipment mobilized at the site of construction of
piles etc. shall be removed from the site. Approval of EIC shall be obtained before removing
any of the equipment.
The item provides for payment of non-refundable mobilization and demobilization cost for
bringing and taking back the required equipment. The payment under this item shall be made

214
on production of Bank Guarantee of quoted amount from a nationalized bank with validity of
not less than four months, which can be extended at the discretion of the EIC. This bank
guarantee will be released after satisfactory completion of the works in all respects.

The item is a Lump sum item and is payable in the following manner,
1. 10 % of the cost quoted is payable after the work order is issued against bank
guarantee of Nationalized Bank.
2. 50 % of the cost quoted is payable after all the machinaries deployed for Part
A,B and C on the site against bank guarantee of Nationalized Bank.
3. Further 30 % of the cost quoted is payable after 80 % of piling work
completed for Part-A,B and C to the satisfaction of the Engineer-in-charge,
against bank guarantee of Nationalized Bank..
4. The remaining 10 % of the cost quoted is payable on completion of the
work and demobilization of the plant and equipment from the site.
The payment shall be on unit of job.

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

215
CHAPTER-11

Construction of new jetty on south side of USL jetty at port Navlakhi. (Part A, B & C-
jetty, approach & Back up area.)
TEST SCHEDULE
MATERIALS TO
SR NAME OF LABORATORY TEST FREQUENCY OF TESTS
BE TESTED
1 Cement 1. Consistency test Up to 50 M.T.:-
2. Setting time 1 test
3. Compressive strength 100 M.T.:- 2 test
4. Soundness 200 M.T.:- 3 test
5. Specific gravity 300 M.T.:- 4 test
6. Fineness 500 M.T.:- 5 test
2 Sand 1. Fineness Modular 1 Test per working seasons.
2. Specific Gravity 1 test per 200 cum -
3. Water absorption ------do--------
4. Alkali reaction -------do--------
5. Specific gravity -------do--------
6. Gradation 1 test per 150 cum
7. Silt content 1 test per 150 cum

3 Crushed Metal 1. Gradation 1 Test per for seasons.


Kapachi 2. Water absorption Up to 100 cum 1 test
3. Impact value 101 to500 cum 3 test
4. Absorption 501 to 1500 cum 5 test
5.Specific Gravity
6.Soundness
7.Flakinees
4 Design mix 1. Compressive Strength 1 to 5 cum -1 sample
concrete -M-40 (7 Days & 28 Days) 6 to10cum - 2 sample
11to15 cum-3 sample
16to30 cum-4 sample
31to 50cum-5 sample
5 Design mix 1. Compressive Strength 1 to 5 cum -1 sample
concrete M-35 (7 Days & 28 Days) 6 to10cum - 2 sample
11to15 cum-3 sample
16 to30 cum-4 sample
31 to 50cum-5 sample
6 CRS Bar 1. Tensile Strength As per manual of Quality
2. Yield stress control
3. Elongation
4. Size
7 Water 1. Portability test 1 Test during execution & as
2. Chemical analysis required 1 Test Source of
3. Salinity water
9 Materials not As per the directives of EIC As per manual of Quality
specified above control

Signature of the Contractor Signature of Executive Engineer (Civil)


Gujarat Maritime Board

216

Вам также может понравиться